|
Report to General
Committee |
|
|
|
|
|
|
|
|
TO: |
Mayor and Members of Council |
|
|
|
|
FROM: |
Andy Taylor, Commissioner of Corporate Services Barb Cribbett, Treasurer |
|
|
|
|
PREPARED BY: |
Ivy Ho, |
|
|
|
|
DATE OF MEETING: |
|
|
|
|
|
SUBJECT: |
Staff Awarded Contracts for the
period from May 1 to |
|
|
|
RECOMMENDATION:
THAT the report entitled “Staff
Awarded Contracts for the period from May
1 to
PURPOSE:
To inform Council of contracts awarded by staff for the
period from May 1 to May 31, 2005 as per
EXECUTIVE SUMMARY:
Council at its meeting of
BACKGROUND:
During the period from May 1 to
Table “A”
Qty. |
Award Details |
Description |
11 |
Lowest priced bidder |
·
002-Q-05 Pavement Condition Data Collection ·
082-Q-05 Supply and Delivery of Trees ·
080-T-05 Rubber Floor Replacement at Milliken Mills and ·
079-T-05 Sanitary Waste Disposal, Sanitizing and Air Freshening
Services ·
081-Q-05 Tree Planting Service ·
205-Q-04 Supply and Delivery of Uniforms ·
187-T-04
Construction of Bayview Lanes Splash Pad and Playground Redevelopment · 019-Q-05
Landscape Architectural Services for · 025-T-05
Construction of Heritage Estates – Landscape Development Project ·
053-Q-05 Detailed Design for Highway 7
Corridor Stormwater Management Facility ( ·
087-R-05 Detailed Design of Sidewalks – Consulting
Services |
1 |
Highest ranked and sixth lowest priced |
·
028-R-05 Landscape Architectural Services for |
1 |
Sole bidder |
·
072-Q-05 Supply and Delivery of Field Line Marking Paint |
2 |
Contract extension |
·
045-R-03 Consulting Services for Project Management and Space
Planning ·
002-T-02 Building Mechanical Maintenance Contract |
2 |
Single sourced vendor |
·
105-S-05 Supply and Delivery of Green Bins ·
101-S-05 OneStopGov Amanda Module for Building Bill 124
(05-0006) |
17 |
Total |
ATTACHMENTS:
Copies
of the award report as listed in Table “A”.
CONCLUSION:
The bids were issued
in compliance with the
|
|
|
Barb Cribbett, Treasurer |
|
Andy Taylor, Commissioner,
Corporate Services |
Q:\Finance
and Administration\Finance\Purchasing\2005 File Management\Reports to Standing
Committee\#5 Staff Awards Mayl 2005.doc
STAFF
AWARD REPORT Page 1 of 1
To: |
Jim |
Re: RFQ Award |
002-Q-05 Pavement Condition
Data Collection |
Date: |
|
Prepared by: |
Bob Penner,
Supervisor, Business Systems Improvement Kevin Newson, Manager of |
Recommended Supplier |
IMS
Infrastructure Management Services (lowest priced bidder) |
|
Original Budget and Account # |
$485,400.00 |
50 6150 6222 05 Secondary Roadworks and Asphalt
Resurfacing |
Current Budget Available
(unspent) |
$ 66,292.91 |
|
Less Cost of this Award |
$ 58,400.00 |
|
Budget Remaining
after this award |
$ 7,892.91 |
The remaining balance will be used for
other road projects (exclusive of GST) |
BID INFORMATION
Bids closed on |
|
Number of Vendors invited |
9 |
Number responding to bid |
3 |
DETAILED PRICING INFORMATION:
IMS |
GIE |
AMEC |
$58,400.00 |
$108,749.25 |
$61,3500 |
|
Evaluation
Criteria |
Weight |
IMS |
AMEC |
GIE |
1. |
Past experience of Consulting Firm |
10% |
10.0% |
10.0% |
10.0% |
2. |
Qualification of Lead Consultant and Project Team |
10% |
10.0% |
10.0% |
10.0% |
3. |
Project understanding and deliverables |
30% |
26.5% |
17.0% |
23.5% |
4. |
Price |
50% |
50.0% |
48.0% |
27.0% |
|
TOTAL |
100% |
96.5% |
85.0% |
70.5% |
STAFF AWARD REPORT Page 1 of 1
To: |
Jim |
Re:
Quotation Award |
082-Q-05 Supply and Delivery
of Trees |
Date: |
|
Prepared by: |
Paul Ingham, General
Manager, Operations Ivy Ho, |
Recommended Supplier |
$
8,704.80 Macuto Nurseries $46,796.40 Dutchmaster Nurseries $
1,339.20 M. Putzer Hornby Nursery $15,471.00
Uxbridge Nurseries $72,311.40 (All lowest priced bidders, inclusive of
PST and exclusive of GST) |
|||
Account # |
Original Budget |
Current Budget Available (Unspent) |
Less Cost of this Award |
Budget Remaining after this award |
059-6150-6197-005 Replacement of
Boulevard/Park Trees |
$104,465.00 |
$ 37,165.86 |
$ 37,165.86 |
$ .00 |
059-6150-6721-005 Subdivision Assumption
Trees |
$150,000.00 |
$125,375.00 |
$ 17,600.00 |
$107,775.00 |
059-6150-6710-005
2005 Norway Maple Pruning & Planting |
$150,000.00 |
$125,370.00 |
$ 17,545.54 |
$107,824.46 |
TOTAL |
$404,465.00 |
$287,910.86 |
$ 72,311.40 |
$215,599.46 |
The remaining balance in these accounts will be applied to the
planting of these trees and the removal
and maintenance of existing trees.
BID INFORMATION
Advertised |
By invitation |
Bids closed on |
|
Number picking up bid documents |
14 |
Number responding to bid |
8 |
The quotation was for the supply and delivery of an estimated
quantity of 421 trees for 2005. The
contract was awarded to the lowest unit priced bidders.
DETAILED PRICING INFORMATION:
CedarValley Nurseries |
Macuto Nurseries |
|
V. Kraus
Nurseries |
Dutchmaster Nurseries |
Brookdale Treeland Nurseries |
M. Putzer Hornby Nurseries |
Uxbridge Nurseries |
$85,090.00 |
$12,060.00 |
$33,450.00 |
$17,845.00 |
$69,255.00 |
$39,875 |
$31,335.00 |
$30,590.00 |
STAFF AWARD REPORT Page 1 of 1
To: |
Jim |
Re:
Tender Award |
080-T-05 Rubber Floor
Replacement at Milliken Mills and |
Date: |
|
Prepared by: |
Glen Taylor, Manager
of Community Centre Operations Ivy Ho, |
Recommended
Supplier |
Sands Commercial Floor Coverings (lowest priced
bidder) |
|||
Account # |
Original
Budget |
Current
Budget Available (Unspent) |
Less Cost of
this Award |
Budget Remaining after this award |
70
6150 6526 005 Milliken
Mills Rubberized Floor |
$ 86,500.00 |
$ 86,500.00 |
$64,099.39 |
$22,400.61 |
70
6150 6532 005 |
$ 18,500.00 |
$ 18,500.00 |
$16,000.00 |
$
2,500.00 |
TOTAL |
$105,000.00 |
$105,000.00 |
$ 80,099.39 |
$24,900.61 |
Note: Prices are exclusive of GST. Upon payment of all invoices, the remaining
balance will be returned to the original funding source.
The tender was
issued for the replacement of rubber flooring at Milliken Mills and Markham
Village Community Centres.
BID INFORMATION
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
9 |
Number responding to bid |
5 |
DETAILED PRICING INFORMATION:
Description |
Sands |
Cooksville |
Gym Con |
Alpeza |
GTA |
Milliken Mills
CC |
$64,099.39 |
$71,450.00 |
$76,290.00 |
$
80,057.00 |
$
89,516.00 |
|
$16,000.00 |
$19,500.00 |
$19,400.00 |
$
21,785.00 |
$
24,208.00 |
GRAND TOTAL |
$80,099.39 |
$90,950.00 |
$95,690.00 |
$101,842.00 |
$113,724.00 |
STAFF AWARD REPORT Page 1 of 1
To: |
Jim |
Re:
Tender Award |
079-T-05 Sanitary Waste
Disposal, Sanitizing and Air Freshening Services |
Date: |
|
Prepared by: |
Brian Millar, Civic
Centre Coordinator Glen Taylor, Manager
of Community Centre Operations Ivy Ho, |
RECOMMENDATION
Recommended Supplier |
$
26,046.92 Year 1 Biochem Environmental Solutions $
26,046.92 Year 2 (lowest priced bidder) $
26,046.92
Year 3 $
78,140.76
Estimated Total Award exclusive of GST |
Original Budget and Account # |
Charged to various accounts |
Current Budget Available (unspent) |
|
Less Cost of this Award |
|
Budget Remaining
after this award |
This tender is for the provision of Sanitary
Waste Disposal, Sanitizing and Air Freshening Services for various Town
locations. It is a four part
tender. 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 |
By Invitation |
Bids closed on |
|
Number picking up bid documents |
3 |
Number responding to bid |
3 |
DETAILED
PRICING INFORMATION:
|
Biochem |
Cannon |
Rentokil |
Total Price for all parts for 3 years,
exclusive of GST |
$78,140.76 |
$81,498.00 |
$82,466.28 |
STAFF AWARD REPORT Page 1 of 1
To: |
Jim |
Re:
Quotation Award |
081-Q-05 Tree Planting
Services |
Date: |
|
Prepared by: |
Paul Ingham, General
Manager, Operations Ivy Ho, |
Recommended Supplier |
$ 75,555 Lomco Landscape Contractors (lowest
priced bidder) Estimated award exclusive of
GST |
|||
Account # |
Original Budget |
Current Budget Available (Unspent) |
Less Cost of this Award |
Budget Remaining after this award |
730-7345399 Forestry Contracted Services |
$
67,656.00 |
$ 61,121.00 |
$ 5,000.00 |
$ 56,121.00 |
059-6150-6721-005 Subdivision Assump Trees |
$150,000.00 |
$150,000.00 |
$24,625.00 |
$125,375.00 |
059-6150-6194-005 Norway Maple Tree Maint. |
$ 97,000.00 |
$ 21,300.00 |
$21,300.00 |
$ 0.00 |
059-6150-6710-005 Norway Maple Pruning |
$150,000.00 |
$150,000.00 |
$24,630.00 |
$125,370.00 |
TOTAL |
$464,656.00 |
$382,421.00 |
$75,555.00 |
$306,866.00 |
The remaining balance in these accounts will be applied to the
purchase of other trees and the removal and maintenance of existing trees.
BID INFORMATION
Advertised |
By invitation |
Bids closed on |
|
Number picking up bid documents |
4 |
Number responding to bid |
2 |
The quotation
was issued based on an estimated quantity of planting 900 Trees for 2005.
DETAILED PRICING INFORMATION:
Lomco Landscape Contractors |
Griffith Property Services Ltd. |
$75,555 |
$85,500 |
Note: Prices are exclusive of GST
STAFF AWARD REPORT Page 1 of 2
To: |
John Livey, Chief Administrative Officer |
Re: Tender Award |
205-Q-04 Supply and Delivery of Uniforms |
Date: |
|
Prepared by: |
Jerry Klaus, General
Manager Waterworks Paul Ingham, General
Manager Operations Glen Taylor, Manager
of Community Centre Operations Ivy Ho, |
Recommended Supplier for 1 year with an option to
renew for an additional 3 years at the same 2005 unit prices |
$ 50,891.35
Astro Wear Ltd. (overall lowest priced
bidder) $ 2,257.20 Star Hollywood (lowest priced bidder) $ 53,148.55 Total estimated initial 2005 bulk purchase $ 54,856.71 Estimated Award for Year 2 subject to 2006 budget approval $ 54,856.71 Estimated Award for Year 3 subject to 2007 budget approval $ 54,856.71 Estimated Award for Year 4 subject to 2008 budget approval $ 217,718.68 Estimated Total Award inclusive of 8% PST exclusive GST |
|||
Account # |
Original Budget |
Current Budget Available (Unspent) |
Less Estimated Cost of 2005 Initial Bulk Purchase |
Budget Remaining after this award |
730
998 4261 Parks Safety Supplies |
$17,233.00 |
$15,932.30 |
$ 8,367.57 Astro
$ 529.20 Star $8,896.77 |
$7,035.53
Remaining balance will be applied to other Parks safety supplies |
760
998 4299 Waterworks Other Operating Supplies |
$86,465.00 |
$69,935.29 |
$11,613.78
Astro $ 1,728.00 Star $13,341.78 |
$56,593.51
Remaining budget will be applied to other Waterworks operating supplies |
Recreation
Department’s Various Uniform Accounts for Astro
Wear: |
|
|
$30,910.00
Astro |
|
RECOMMENDATION
The amount on the blanket purchase order to
Astro Wear for Recreation Department’s 2005 requirements
will be for $30,910 instead of $32,618.16 (listed in the pricing information
section below) due to limited operating budget in Recreation accounts. As a
result, the expense for 2005 was reduced by $1,708.16 (total $53,148.55).
This quotation is for the supply and delivery of various uniforms for Recreation and Culture, Parks and Waterworks Departments for a term of 1 year with an option to renew for an additional 3 years at the same 2005 unit prices.
The tender is divided into two parts. Part A is for the initial bulk purchase for 2005. Part B is for the supply and delivery of uniforms on an as required basis throughout the term of the contract subject to the approval of each operating budget year. It should be noted that the unit prices submitted are the same for both Parts.
205-Q-04 Supply and Delivery
of Uniforms Page
2
______________________________________________________________________________________
BID
INFORMATION
Advertised |
By invitation |
Bids closed on |
|
Number picking up bid
documents |
3 |
Number responding to
bid |
3 |
DETAILED PRICING
INFORMATION:
Estimated Initial Bulk Buy For 2005 |
Astro Wear |
Star |
The Embroidery Shop |
Total Bid Price |
$52,599.51 Total |
$53,215.65 |
$58,158.79 |
Total Bid Price for 2 Items |
No Bid |
$ 2,257.20 Total |
$ 3,041.50 |
Averaged Surcharge on Oversize Garments |
1.42% |
1.46% |
0.75% |
STAFF AWARD REPORT Page 1 of 2
To: |
John Livey, Chief
Administrative Officer, |
Date: |
|
Re:
Tender Award |
187-T-04 Construction of Bayview
Lanes Splash Pad and Playground Redevelopment |
Prepared by: |
Steven Sydij,
Senior Construction Buyer |
Recommended Contractor |
DDR Landscape
Contractors (lowest bid)) |
|
Original Budget and Account # |
$150,000.00 $151,660.00 $301,660.00 |
81-5350-5259-005, Splash Pad in Thornhill and Milliken Retrofit 81-5350-6643-005, Additional Pk. Elements Exclusive of GST |
Current Budget Available
(unspent) |
$ 278,837.00 |
Committed $22,823 (design fees
and internal consulting fees) |
Less Cost of this Award |
$ 161,917.00 $ 106,920.00 $ 10,000.00 $
278,837.00 |
Base Bid Price from DDR Landscape Contr. Selected provisional items from DDR Construction & Design Contingency Exclusive of GST |
Budget Remaining
after this award |
$ 0 |
|
Tender 187-T-04 for the Construction of Bayview Lanes Splash Pad and Playground Redevelopment was
released which included essential splash pad works as part of the base bid, and
rubberized surfacing, curbing and additional sand as provisional items.
Original budget for water play facilities only:
In April
2003, Council approved a tax rate funded budget of $400,000 for the design,
contract administration and construction of two water play facilities in
Location in Bayview Lanes
Park established through public consultation process:
In
consultation with the Ward 1 Councillor and with area
residents, Bayview Lanes Park was selected as the
site of the Thornhill water splash pad. Bayview Lanes
Park is adjacent to
Operational and safety concerns raised
through design review:
During the design process, staff from both Water Works and Parks Operations departments were consulted regarding operational matters. Based on this consultation, Water Works requested a larger water chamber and Parks Operations requested the use of a rubberized safety surface to be installed under the existing playgrounds rather than retain the existing sand. Parks Operations staff have indicated that, as a Town standard, they would prefer installation of a rubberized surfacing whenever a water play is immediately adjacent to a playground, as sand clogs the drains, jets and nozzles of the splash pad which results in safety
187-T-04
Construction of Bayview Lanes Splash Pad and
Playground Redevelopment Page 2
______________________________________________________________________________________
issues, operational hazards and
malfunctions. Parks Operations staff has advised that while it is impossible to
quantify the precise financial impact of using sand, they have indicated that
daily visits by maintenance staff may be required which ties staff up from
doing other jobs as well as shutting down water play facilities for repair and
cleaning causes considerable inconvenience to surrounding residents. Also,
water play facilities are designed to never have standing water, however, when
drains become clogged, water may remain on the surface creating a potential
safety hazard.
Scope of work changed through the design process:
Because of
the operational concerns raised, the scope of work was expanded to include
changes to the playground area and its surfacing. However, because funding was
not yet approved, Tender 187-T-04 was released for Bayview
Lanes Splash Pad and Playground Redevelopment which included essential splash
pad works as part of the base bid, and rubberized surfacing, curbing and
additional sand as provisional items. Since these last three items were not
originally contemplated when the original budget was approved, they were added
as provisional items with the intention of identifying funding for these works
at the time of tender award.
Staff recommendations:
Staff is recommending the award of the base bid, as
well as selected provisional items, based on the operational and safety
concerns identified above. Staff is also
recommending that $10,000 be set aside in the budget for construction and
design contingency purposes for this project and that the Manager of Parks and
Open Space Development be authorized to approve contingency items up to the
construction contingency amount, and that any contingency funds remaining at
the completion of this project be returned to the “Additional Park Elements
Account”.
Advertised |
ETN, |
Bids closed on |
|
Number picking up bid documents |
4 |
Number responding to bid |
3 |
DETAILED PRICING INFORMATION:
Contractor |
Base Price (incl. of testing allowance and excl. of GST) |
Provisional Prices (item 1 - rubber& item #3
– concrete curbs, excl. of GST) |
DDR Landscape Contractors |
$161,917.00 |
$106,920.00 |
|
$179,596.48 |
$128,335.45 |
Melfer Construction |
$189,200.00 |
$134,525.00 |
BID
AND PROVISIONAL PRICE OF DDR LANDSCAPE CONTRACTORS
Description |
Price (excl GST) |
Base tender price |
$161,917 |
Contingency (Construction & Design) |
$
10,000 |
Provisional item #1 - rubberized surface only |
$ 92,480 |
Provisional item #3 – concrete curbs only |
$
14,440 |
Totals |
$278,837 |
STAFF AWARD REPORT Page 1 of 1
To: |
Jim Baird, Commissioner, Development Services |
Re: RFP
Award |
019-Q-05 Landscape Architectural Services
for |
Date: |
|
Prepared by: |
Linda A. Irvine, Manager, Parks and Open
Space Development Steven Sydij,
Senior Construction Buyer |
Recommended Consultant |
Fleisher Ridout Partnership Inc. (lowest priced bidder) |
|
Original Budget and Account # |
$ 97,100 |
$97,100 from 2004
81-5350-6260-005, Angus Glen Park Design |
Current Budget Available
(unspent) |
$ 95,158 |
Less $1,942 for Internal
Consulting Fees |
Less Cost of this Award |
$ 90,300 |
Consulting Fee inclusive of all landscape architectural fees,
sub-consulting fees, surveying allowance ($2,500) and disbursements but
exclusive of GST |
Budget Remaining
after this award |
$ 4,858 |
Balance of funds to be used for
design contingency and governed by the Expenditure Control Policy. |
This project entails further programming and design
development based on the preferred master plan and will culminate in a detailed
design plan, cost estimate and preparation of tender-ready contract documents
for the
Advertised |
Invited bids |
RFQ closed on |
|
Number picking up bid documents |
4 |
Number responding to bid |
4 |
DETAILED PRICING INFORMATION:
Consultants |
Prices (Inclusive of disbursements and
Exclusive of GST) |
Fleisher Ridout Partnership |
$90,300 |
Starr Landscape Inc. |
$95,000 |
The |
$115,250 |
Note: The bid submission from
MBTW was incomplete and not evaluated.
EVALUATION RESULTS:
The RFQ was evaluated by staff and verified for accuracy and compliance.
Each bidder was called by the
STAFF AWARD
REPORT Page 1 of 1
To: |
Jim Baird, Commissioner, Development Services |
Re: Tender Award |
025-T-05 Construction of Heritage Estates
– Landscape Development Project |
Date: |
|
Prepared by: |
Linda A. Irvine, Manager, Parks and Open
Space Development Steven Sydij,
Senior Construction Buyer |
Recommended Contractor |
Griffith
Properties (lowest price bidder) |
|
Original Budget and Account # |
$285,000.00 |
081-5350-6391-005, |
Current Budget Available
(unspent) |
$111,570.00 |
Less $150,000 allowance for
road works by Public Works and $23,430 for design, geotechnical, and
surveying fees |
Less Cost of this Award |
$ 59,938.00 |
Exclusive of GST |
Budget Remaining
after this award |
$ 51,632.00
|
Balance of funds to be used for
design and/or construction contingency and governed by the Expenditure
Control Policy. |
This project entails the construction of landscape
works at the Heritage Estates Subdivision.
Advertised |
ETN |
Tender closed on |
|
Number picking up bid documents |
10 |
Number responding to bid |
8 |
DETAILED PRICING INFORMATION:
Contractors |
Base Bids Prices |
Griffith Property Services Ltd. |
$59,938.00 |
|
$68,222.00 |
Melfer Construction Inc. |
$75,582.00 |
S and F Excavating Limited |
$79,308.00 |
1229912 Ontario Ltd. (Alpine) |
$80,176.82 |
Mopal Construction Limited |
$80,960.00 |
D.D.R. landscape Contractors Ltd. |
$81,150.00 |
Gryan Construction Ltd/NLG Construction |
$102,419.12 |
Note: Prices are exclusive of GST
EVALUATION RESULTS:
The tender was evaluated by the consulting landscape architect and staff
and verified for accuracy and compliance.
STAFF AWARD REPORT Page 1 of 2
To: |
Jim Baird, Commissioner, Development Services |
Re: RFP
Award |
053-Q-05 Detailed Design for Highway 7
Corridor Stormwater Management Facility ( |
Date: |
|
Prepared by: |
Simon Hung, Capital Works
Engineer Steven Sydij,
Senior Construction Buyer |
Recommended Consultant |
Earth Tech Canada
Inc. (lowest price and highest ranked) |
|
Original Budget and Account # |
$ 65,000.00 |
# 083 6200 6750 005, PD 1-7 and
Markham Centre SWM Pond #2, Detailed Design and Property Acquisition ($65,000
represents the budget for external consulting fees component of the project.) |
Current Budget Available
(unspent) |
$ 65,000.00 |
|
Less Cost of this Award |
$ 57,348.00 |
Exclusive of GST and inclusive of Disbursements |
Budget Remaining
after this award |
$ 7,652.00 |
Balance of funds to be used for
approved, additional consulting fees necessitated by Town approved changes to
the scope of work. |
The Environmental Screening Report for Highway 7 Corridor Stormwater Management Facility
was completed and no technical comment was received during the Notice of
Completion period between February 22 to
Advertised |
Invited bids |
RFQ closed on |
|
Number picking up bid documents |
6 |
Number responding to bid |
6 |
DETAILED PRICING INFORMATION:
Consultants |
Prices (Inclusive of disbursements and
Exclusive of GST) |
Earth Tech Canada Inc. |
(1)
$57,348 |
Chisholm Fleming and Associates |
$64,940 |
URS Canada Inc. |
(2) $69,890 |
MacViro Consultants Inc. |
$76,405 |
McCormick Rankin |
$96,990 |
Cole Engineering |
$98,455 |
Remark: (1) – Included an
increase of $7,500 as a result of the clarification request.
(2) – Included an
increase of $400 as a result of the clarification request.
PROPOSAL
EVALUATION
The evaluation team was comprised of staff
from the Engineering Department with
Criteria |
Points |
Earth Tech Canada Inc. |
URS Inc. |
Chisholm Fleming and Assoc. |
Cole Engineering |
MacViro Consultants Inc. |
McCormick Rankin |
1. Qualifications and experience of the lead Consultant and
Project Team assigned to the project.
Experience must be of a similar size and scope |
30 |
20.5 |
17.0 |
20.0 |
18.5 |
15.5 |
17.0 |
2. Demonstrated understanding of the assignment including project
plan, schedule, quality assurance program and deliverables |
30 |
26.5 |
25.0 |
18.0 |
25.0 |
22.0 |
25.0 |
3. Responsiveness to the Quotation, completeness and
comprehensiveness of the submission |
10 |
10.0 |
10.0 |
9.0 |
10.0 |
10.0 |
9.0 |
Subtotal of Technical Score (1 to 3) |
70 |
57.0 |
52.0 |
47.0 |
53.5 |
47.5 |
51.0 |
Price |
30 |
30.0 |
24.6 |
26.5 |
17.5 |
22.5 |
17.7 |
Total |
100 |
87.0 |
76.6 |
73.5 |
71.0 |
70.0 |
68.7 |
RANK |
|
1 |
2 |
3 |
4 |
5 |
6 |
One addendum was issued to ensure the bidders clearly understood what
information is available from the Town and provided additional explanation of
the scope of work. One clarification
request was also issued to ensure all the proposals are based on providing
similar services. The recommended
consultant is Earth Tech Canada Inc. who attained the highest scores in price,
technical and the overall evaluation.
Earth Tech prepared the Environmental Screening Report for this project.
STAFF AWARD
REPORT Page 1 of 2
To: |
Jim Baird, Commissioner of Development Services |
Re: |
RFP 087-R-05 Detailed
Design of Sidewalks – Consulting Services |
Date: |
|
Prepared by: |
Gina Gammarano, Capital Works Engineer |
Recommended Supplier |
Earth Tech Canada Inc. (lowest price and highest ranked) |
|
Original Budget and Account # |
$1,459,300.00 $ 140,000.00 $1,599,300.00 |
083-6150-6753-005 Sidewalk Requests 083-5350-3768-005 Sidewalks E/S 9th line |
Current Budget Available
(unspent) |
$1,459,300.00 $ 117,774.27 $1,577,074.27 |
083-6150-6753-005 Sidewalk Requests 083-5350-3768-005 Sidewalks E/S 9th line |
Less Cost of this Award |
$ 53,332.00 |
Exclusive of GST and inclusive of Disbursements. |
Budget Remaining after this
award |
$1,523,742.27 |
Balance of funds to be used for
consulting services and construction of sidewalk projects. |
As part of the Engineering Department’s 10
year Capital Sidewalk Program, the Town has received a proposal for the
detailed design of sidewalks at 10 specified locations throughout
Advertised |
ETN, |
Bids closed on |
|
Number picking up bid documents |
9 |
Number responding to bid |
4 |
DETAILED PRICING INFORMATION:
Consultants |
Design |
Earth Tech Canada Inc. |
$ 53,332.00 |
John Towle Associates, Ltd. |
$ 77,700.00 |
Mitchell, Hatt and Associates, Inc. |
$ 99,000.00 |
Cole Engineering Group Inc. |
$ 185,825.00 |
PROPOSAL
EVALUATION
The evaluation team was comprised of staff from
the Engineering Department with
Criteria |
Points |
Earth Tech Canada Inc. |
John Towle
Associates Ltd. |
Cole Engineering |
Mitchell, Hatt & Associates |
1. - Past experience of Consulting Firm |
20 |
10 |
5 |
5 |
2 |
2. – Qualifications of Consultant and Project Team |
20 |
14 |
16.5 |
18 |
13 |
3. – Project delivery |
30 |
17 |
22 |
25.5 |
1 |
Subtotal of Technical Score (1 to 3) |
70 |
41 |
43.5 |
48.5 |
16 |
4.-
Project Costs (30% of Review) |
30 |
30 |
20.6 |
8.6 |
16.2 |
Total |
100 |
71 |
64.1 |
57.1 |
32.2 |
RANK |
|
1 |
2 |
3 |
4 |
The two
highest ranked proponents (Earth Tech & John Towle)
were contacted for clarification purposes. Earth Tech Canada Inc. achieved the overall highest total score. It is recommended that Earth Tech Canada Inc. be awarded
the detailed design of Package No. 1 (4 locations) for an amount of $25,000.00
(exclusive of GST and inclusive of disbursements) and based on satisfactory
performance in completing the detailed design of this package, be awarded the
detailed design of Packages No. 2 (4 locations) and No. 3 (2 locations) for an
amount of $20,000.00 and $8,332.00 respectively (both exclusive of GST and
inclusive of disbursements). Construction Inspection and Administration will be
awarded subject to the availability of Town staff to perform the work.
APPENDIX
A
Listing of the 10
sidewalks included in RFP 085-R-05 Detailed Design of Sidewalks at various
locations.
No. |
Location |
From/To |
Package
No. |
Estimated
date for
the Completion of
Construction |
1 |
Highway #7 |
South side,
from |
1 |
Fall 2005 |
2 |
Highway #7 |
South side,
from |
1 |
Fall 2005 |
3 |
Highway #7 |
North side,
from Highway 404 to |
1 |
Fall 2005 |
4 |
|
North side,
from |
1 |
Fall 2005 |
5 |
|
North side,
from |
2 |
Fall 2006 |
6 |
|
South side, from
|
2 |
Fall 2006 |
7 |
|
South side,
from |
2 |
Fall 2006 |
8 |
|
south side,
from |
2 |
Fall 2006 |
9 |
Warden Avenue |
West side, from
|
3 |
Spring 2007 |
10 |
Ninth Line |
West side,
from |
3 |
Spring 2007 |
STAFF AWARD
REPORT Page 1 of 2
To: |
John Livey, Chief
Administrative Officer |
Re: RFP
Award |
028-R-05 Landscape Architectural Services
for |
Date: |
|
Prepared by: |
Linda A. Irvine, Manager, Parks and Open
Space Development Steven Sydij,
Senior Construction Buyer |
Recommended Consultant |
Envision – The
Hough Group (highest ranked and sixth lowest priced) |
|
Original Budget and Account # |
$ 2,807,500 $ 500,000 $ 3,307,500 |
2004 81-5350-6251-005, 2005 81 5350-6643-005, Additional Park Elements |
Current Budget Available
(unspent) |
$ 3,233,850 |
Less $73,650 for Internal
Consulting Fees |
Less Cost of this Award |
$ 149,530 $ 75,000 _________ $ 224,530 |
·
Landscape
Architectural Fee inclusive of disbursements, exclusive of GST. ·
Design
allowance for sub-consultants to be governed by the |
Budget Remaining
after this award |
$ 3,009,320 |
To be used for construction
costs, construction contingency, testing allowances |
The RFP is to provide
landscape architectural consulting services for design, contract document and
contract administration services, excluding specialized sub-consultants whose
scope of work is not known at this time.
Advertised |
ETN and invited vendors |
RFP closed on |
|
Number picking up bid documents |
27 |
Number responding to bid |
16 |
DETAILED PRICING INFORMATION
included in Table A below
EVALUATION RESULTS:
The RFP was evaluated
by an Evaluation Team consisting of two staff from the Parks Development
Section of the
The sixteen (16)
proposals were reviewed and evaluated based on the pre-established evaluation
criteria outlined in the RFP with resulting scores as per Table A.
TABLE A – Evaluation of Proposals
including DETAILED PRICING INFO
Consultants |
Prices (Inclusive of disbursements and
Exclusive of GST) |
Evaluation 70 |
Cost 30 |
Total 100 |
Rank |
Envision – The Hough Group |
$149,530.00 |
64.50 |
19.65 |
84.15 |
1 |
Baker Turner Inc. |
(*) $
97,960.00 |
54.13 |
30.00 |
84.13 |
2 |
Cosburn - Giberson |
$121,710.00 |
59.38 |
24.14 |
83.52 |
3 |
Basterfield and Associates |
$112,950.00 |
52.88 |
26.01 |
78.89 |
4 |
Fleisher Ridout Partnership |
$124,995.00 |
54.00 |
23.51 |
77.51 |
5 |
Schollen and Company |
$197,563.50 |
60.13 |
14.87 |
75.00 |
6 |
The MBTW Group |
$215,000.00 |
60.88 |
13.66 |
74.54 |
7 |
Harrington and Hoyle |
$121,715.00 |
49.00 |
24.14 |
73.14 |
8 |
PGM |
$183,100.00 |
56.13 |
16.05 |
72.18 |
9 |
|
$235,808.00 |
59.38 |
12.46 |
71.84 |
10 |
Quinn |
$150,000.00 |
50.50 |
19.59 |
70.09 |
11 |
NAK |
$171,000.00 |
52.25 |
17.19 |
69.44 |
12 |
Kenneth J Hoyle Strategic Plng |
$149,969.00 |
48.00 |
19.60 |
67.60 |
13 |
Johnson Sustronk Weinstein |
$197,426.50 |
51.25 |
14.89 |
66.14 |
14 |
EDA Collaborative Inc. |
$195,000.00 |
50.00 |
15.06 |
65.07 |
15 |
|
$223,500.00 |
47.50 |
13.15 |
60.65 |
16 |
* - Price adjusted to remove
surveying and printing of tender documents
Interviews:
Based on the scoring results as
identified on Table A, only one point separated the top three ranked consulting
firms and there was a difference in cost of approximately $52,000. They were
short-listed and invited in for interviews, on
The final score for each of the
top three teams was based on the initial score out of 100 plus the interview
score out of 35 for a total combined score out of 135. The highest ranked score
out of 135 represents the preferred candidate.
TABLE B – Final Score (Proposals plus Interview)
Consultants |
Evaluation Criteria 70 |
Score 30 |
Interview 35 |
Total 135 |
Final Rank |
Envision – The Hough Group |
64.50 |
19.65 |
28.0 |
112.15 |
1 |
Baker Turner Inc. |
54.13 |
30.00 |
21.0 |
105.13 |
2 |
Cosburn - Giberson |
59.38 |
24.14 |
16.5 |
100.02 |
3 |
Staff Recommendation:
Based on the evaluation of qualifications, experience, price, and
interview, staff recommends that Envision - The Hough Group be awarded the
contract for the provision of landscape architectural services in the amount of
$149,530.00 and that a design allowance of $75,000 be approved for the provision of sub-consulting services to
be governed by the
STAFF AWARD REPORT Page 1 of 1
To: |
John Livey, Chief
Administrative Officer |
Re:
Quotation Award |
072-Q-05 Supply and Delivery
of Field Line Marking Paint |
Date: |
|
Prepared by: |
Paul Ingham, General
Manager, Operations Ivy Ho, |
Recommended Supplier |
UCP Paint/ Solignum Inc. (sole
bidder) for 1 year with an option to renew for an additional 2 years at the same
2005 unit price |
|
Original Budget and Account # |
$137,543 |
730 732 5415 Sports Field
Maintenance |
Current Budget Available
(unspent) |
$137,543 |
|
Less Cost of this Award |
$ 53,075 |
2005 estimates, inclusive of PST and exclusive of GST |
Budget Remaining after
this award |
$ 84,468 |
The remaining balance will be
applied to the maintenance of sports fields as required |
The total cost of this contract, including the two
optional years, will be $153,075 exclusive of GST.
BID INFORMATION
Advertised |
By invitation |
Bids closed on |
|
Number picking up bid documents |
6 |
Number responding to bid |
1 |
The quotation
was issued for the supply and delivery of field line marking paint for sportsfields. The
estimated annual quantity is based on 2,500 containers at 18.9 litres per container.
DETAILED PRICING INFORMATION:
UCP Paint/ Solignum Inc. |
$21.23 per container (18.9 litres/container) |
Note: Prices are inclusive of PST and exclusive of GST
UCP Paint was
awarded the same quotation in 2002 at $20 per 18.9 litres container, inclusive
of PST and exclusive of GST. The
recommended 3 year contract represents a 6.15% price increase which is
equivalent to 2.05% increase per annum.
STAFF AWARD REPORT Page 1 of 1
To: |
John Livey, CAO |
Re: Project Award |
045-R-03 Consulting Services for Project
Management and Space Planning |
Date: |
|
Prepared by: |
Bob Nicholson,
Manager, Asset Management Kevin Newson, |
Recommended Supplier |
|
|
Original Budget and Account # |
$358,000.00 |
056 6150 6566 005 Corporate Accommodations |
Current Budget Available (unspent) |
$294,756.78 |
|
Less Cost of this Award |
$240,000.00 |
Estimate - exclusive
of GST |
Budget Remaining after this
award |
$
54,756.78 |
The remaining balance will be used for other miscellaneous corporate
accommodations as required |
The purpose of this report is to obtain approval to
extend contract 045-R-03 to BLJC for the optional two year term as per the
terms and conditions of the original proposal.
The contract costs for BLJC are
estimated at $240,000 for 2005, which includes an estimated $40,000 for project
management fees with the balance ($200,000) allocated for services and equipment
that BLJC contracts on behalf of the Town.
The contract value varies from year to year dependent on the
annual project workload.
STAFF AWARD REPORT Page 1 of 1
To: |
John Livey, Chief
Administrative Officer |
Re:
Tender Award |
002-T-02 Building Mechanical
Maintenance Contract (Extension) |
Date: |
|
Prepared by: |
Ivy Ho, |
Recommended Supplier |
S.I.G. Mechanical Services Limited (lowest priced bidder) |
|||
|
2005 |
2006 |
2007 |
Total |
Original Budget (various
accounts) |
$385,952.00 |
$385,952.00 |
$385,952.00 |
$1,157,856.00 |
Current Budget Available
(unspent) |
$278,877.00 |
$385,952.00 |
$385,952.00 |
$1,050,781.00 |
Less Cost of this Award (Exclusive of GST) |
$77,131.25 (May 1/05 to Dec
31/05) |
$117,239.51 |
$39,336.94 (Jan 1/07 to Apr
30/07) |
$233,707.70 |
Budget Remaining
after this award |
$201,746.75 |
$268,712.49 |
$346,615.06 |
$817,073.30 |
The original
tender document committed the proponent to a three year term with an option to
renew for two additional years, at a 2% increase for each renewal year. This renewal option was not included in the
original report to the Finance and Administration Committee in 2002.
The purpose of this report is to obtain approval to
extend contract 002-T-02
to S.I.G. Mechanical Services
Limited for the two optional years as per the terms and
conditions of the original tender. The total cost of the award for the renewal
term (
STAFF AWARD REPORT 1 of 3
To: |
John Livey, Chief
Administrative Officer |
Re:
Single Source Award |
105-S-05 Supply and Delivery
of Green Bins |
Date: |
|
Prepared by: |
Claudia Marsales, Manager, Waste
Management Ivy Ho, |
Recommended Supplier |
Norseman Plastics, Single Sourced Vendor |
|
Original Budget and Operating
Account # |
$ 0 $ 0 |
Account #770-7734132 Green Bins Account #770-7734133 Kitchen
Collectors |
Current Budget Available
(unspent) |
$ 0 $ 0 |
Account #770-7734132 Green Bins Account #770-7734133 Kitchen
Collectors |
Less Cost of this Award |
$132,160
$16,240 $148,400 |
Account #770-7734132 Green Bins Account #770-7734133 Kitchen
Collectors Exclusive of GST and inclusive of PST |
Budget Remaining after this
award |
($132,160) ($ 16,240) ($148,400) |
Account #770-7734132 Green Bins Account #770-7734133 Kitchen
Collectors Revenues from sale of containers will offset these purchases |
Staff recommends:
THAT the tendering process for the purchase of extra Green Bins and
Kitchen Collectors be waived in accordance with
AND THAT $132,160 be charged
to the 2005 Waste Management Operating Budget Account #770-7734132 for
the purchase of Green Bins for resale;
AND THAT $16,240 be charged
to the 2005 Waste Management Operating Budget Account #770-7734133 for
the purchase of Kitchen Collectors for resale;
AND THAT the funding for the purchase of the Green Bins and Kitchen
Collectors, in the total amount of $148,400, be provided from the 2005
Contingency account should the sales of the bins in 2005 not cover the total
costs in 2005;
AND THAT the revenue from the sale of Green Bins and Kitchen
Collectors be captured in Waste Management Operating accounts #770-7739164 and
#770-7739165, respectively;
AND THAT future bin purchase and sales be included in the Waste
Management Business Unit Profile and Operating Budget for consideration in
2006.
105-S-05 Supply and Delivery of Green Bins Page
2
_____________________________________________________________________________________
On
The Town’s GIS database
currently contains 54,668 single family addresses in the 3-Stream Phase 2
area. A purchase of 55,000 container
sets will leave 332 Green Bins and Kitchen Collectors in stock.
Norseman Plastics is currently manufacturing Markham’s Green Bins
and Kitchen Collectors for delivery starting June13, 2005. Once
Extra containers will be
required for;
1.
new developments that will be occupied before the
end of the year
2.
residents who wish to purchase extra green bins,
and;
3.
exchange of broken units.*
* All bins have a 5-year warranty
and all broken units will be returned to Norseman
Plastics for credit under the warranty.
Staff recommends that the
single sourced Purchase Order to Norseman Plastics be extended to permit the
purchase of 8,000 additional Green Bins and 4,000 additional Kitchen Containers
to be available as of
Table 1.
Cost to Purchase 8,000 Green Bins and 4,000 Kitchen
Collectors
ITEM |
PRICE |
PST |
UNIT COST |
EXTENSION |
8,000 Green Bins |
$15.30 |
$1.22 |
$16.52 |
$132,160 |
4,000 Kitchen Collectors |
$3.76 |
$0.30 |
$4.06 |
$16,240 |
TOTAL |
|
|
|
$148,400 |
Containers To Be Sold on a Cost Recovery Basis
Budget for the purchase and sale of the extra containers is not
included in the 2005 Waste Management Operating Budget. However, it is anticipated that the revenue
will offset the costs.
Green bins will be sold for $18.00 each, including tax
and Kitchen Collectors will be sold for $5.00 each, including tax. The revenue from the sale of the containers
offsets the cost of their purchase.
Table 2 outlines the net revenue from the sale of 8,000 Green Bins and
4,000 Kitchen Collectors.
105-S-05 Supply and Delivery of Green Bins Page
3
_____________________________________________________________________________________
Table 2.
Net Revenue From
ITEM |
COST (A) |
REVENUE (B) |
NET REVENUE (B – A) |
8,000 Green Bins |
$132,160 |
$144,000 |
$11,840 |
4,000 Kitchen Collectors |
$16,240 |
$20,000 |
$3,760 |
|
$148,400 |
$164,000 |
$15,600 |
Revenue from the sale of Green Bins and Kitchen Collectors be
captured in Waste Management Operating accounts #770-7739164 and #770-7739165,
respectively.
The actual purchase of
the bins will be charged to Waste Management Operating account #770-7734132 for the purchase of Green Bins for resale, and account
#770-7734133 for the purchase of Kitchen Collectors for resale. Funding for the $148,400 purchase of the
additional bins for resale will be set aside in the Corporate Contingency account
should the funds not be fully recovered from sales by the end of 2005.
Future bin purchase and sales will be included in the Waste Management Business Unit Profile and Operating Budget for consideration in 2006.
STAFF
AWARD REPORT Page 1 of 1
To: |
John Livey, CAO |
Re:
Contract Award |
101-S-05 OneStopGov Amanda
Module for Building Bill 124 (05-0006) |
Date: |
|
Prepared by: |
James Allen, CIO – Information Technology
Department |
Recommended
Supplier |
CSDC Systems – Single sourced
vendor for Amanda product |
|||
Account# |
Original
Budget |
Current
Budget Allocated to this Project (Unspent) |
Less
Cost of the Award |
Budget
Remaining after this Award |
49-5350-6764-005
– ITS Projects General (Bill 124 Project) |
$50,000 |
$
50,000 |
$50,000
(one time) |
$0 |
49-5350-6764-005
– ITS Projects General (Amanda Clean-Up) |
$81,000 |
$ 9,850 |
$ 9,850 (one time) |
$71,150 |
Building
(Operating) |
See
Financial Considerations Section |
See
Financial Considerations Section |
$ 84,600 Year 1 $ 84,600 Year 2 $ 84,600 Year 3 $253,800 Estimated Service
& transaction fees |
N/A |
TOTAL |
|
|
$313,650
exclusive of GST |
|
The agreement
with CSDC is for 3 years ending
Staff recommend that the tendering process be waived in accordance
with
(b)
Where there is only one source of supply for
the goods to be purchased;
This application
is a framework that will provide enhanced on-line capabilities to address
repeat applications, reducing turnaround time to address Bill 124 requirements.
The on-going
operating costs (service fees and transaction fees based upon an estimated
3,000 transactions per year), estimated to be $84,600 per year, will be offset
by other favourable variances in the Building Services department in 2005 and will
be considered in the Building Services Department’s 2006 Operating budget.
Upon approval of this award, the Town Solicitor will prepare a legal agreement with CSDC Systems.