Report to General Committee

 

 

 

 

 

TO:

Mayor and Members of Council

 

 

 

 

FROM:

Andy Taylor, Commissioner of Corporate Services

Barb Cribbett, Treasurer

 

 

 

 

PREPARED BY:

Ivy Ho, Purchasing Supervisor

 

 

 

 

DATE OF MEETING:

June 20, 2005

 

 

 

 

SUBJECT:

Staff Awarded Contracts for the period from

May 1 to May 31, 2005

 

 

 

 

RECOMMENDATION:

THAT the report entitled “Staff Awarded Contracts for the period from May 1 to May 31, 2005 be received.

 

PURPOSE:

To inform Council of contracts awarded by staff for the period from May 1 to May 31, 2005 as per Purchasing By-Law 2004-341.

 

EXECUTIVE SUMMARY:

Council at its meeting of November 30, 2004 approved By-Law 2004-341, A By-Law Establishing Procurement, Service and Disposal Regulations and Policies.  The By-Law delegates authority to staff to award contracts up to a value of $350,000.00.  It also stipulates that a monthly information report be submitted by the Treasurer to the General Committee for all contracts awarded by staff from $50,000.00 to $350,000.00.

 

BACKGROUND:                                           

During the period from May 1 to May 31, 2005, the following contracts were awarded as listed in Table A.

 

 

 

 

 

 

 

 

 

 

 

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 Markham Village Community Centres

·      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 Angus Glen Community Park 

·      025-T-05 Construction of Heritage Estates – Landscape Development Project

·      053-Q-05 Detailed Design for Highway 7 Corridor Stormwater Management Facility (Warden Avenue to west of GO Transit Tracks) 

·      087-R-05  Detailed Design of Sidewalks – Consulting Services

1

Highest ranked and sixth lowest priced

·      028-R-05 Landscape Architectural Services for Wismer Community Park 

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 Purchasing By-Law 2004-341.  Prior to awarding the contracts, Purchasing reviewed the bid documents and verified that all terms, conditions and specifications to ensure compliance with the Town’s requirements. 

 

 

 

 

 

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 Sales, Commissioner of Community and Fire Services

Re: RFQ Award

002-Q-05 Pavement Condition Data Collection

Date: 

May 3, 2005

Prepared by:

Bob Penner, Supervisor, Business Systems Improvement

Kevin Newson, Manager of Purchasing

 

RECOMMENDATION

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)

 

 

BACKGROUND

This quotation is being issued to analyze and record pavement conditions throughout the Town. The Hansen PMS module will be approved and secured before IMS starts their work.

 

 

BID INFORMATION

Bids closed on

April 27, 2005

Number of Vendors invited

9

Number responding to bid

3

 

 

DETAILED PRICING INFORMATION:

IMS

GIE

AMEC

$58,400.00

$108,749.25

$61,3500

Note:  Prices are exclusive of GST

 

The proposals were evaluated based on the established evaluation criteria as listed in the Quotation.  They were evaluated by staff from the Operations and Asset Management Department with Purchasing staff acting as the facilitator with results listed in the following table.

 

 

 

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 Sales, Commissioner of Community and Fire Services

Re:  Quotation Award

082-Q-05 Supply and Delivery of Trees

Date: 

May 3, 2005

Prepared by:

Paul Ingham, General Manager, Operations

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

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

April 14, 2005

Number picking up bid documents

14

Number responding to bid

8

 

BACKGROUND

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

Sheridan 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

Note:  Prices are inclusive of PST and exclusive of GST.  It should be noted that the contract was split and awarded in part to the lowest unit priced bidders.


                                       STAFF AWARD REPORT                                                      Page 1 of 1

To:

Jim Sales, Commissioner of Community and Fire Services

Re:  Tender Award

080-T-05 Rubber Floor Replacement at Milliken Mills and Markham Village Community Centres

Date: 

May 2, 2005

Prepared by:

Glen Taylor, Manager of Community Centre Operations

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

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

Markham Village Rubber Flooring

$  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.

 

BACKGROUND

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

April 29, 2005

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

Markham Village CC

$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

Note:  Prices are exclusive of GST

 

 


 

 

                                               STAFF AWARD REPORT                                                            Page 1 of 1

To:

Jim Sales, Commissioner of Community and Fire Services

Re:  Tender Award

079-T-05 Sanitary Waste Disposal, Sanitizing and Air Freshening Services

Date: 

May 10, 2005

Prepared by:

Brian Millar, Civic Centre Coordinator

Glen Taylor, Manager of Community Centre Operations

Ivy Ho, Purchasing Supervisor

 

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

 

BACKGROUND

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

April 27, 2005

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 Sales, Commissioner of Community and Fire Services

Re:  Quotation Award

081-Q-05 Tree Planting Services

Date: 

April 22, 2005

Prepared by:

Paul Ingham, General Manager, Operations

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

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

April 22, 2005

Number picking up bid documents

4

Number responding to bid

2

 

BACKGROUND

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: 

May 09, 2005

Prepared by:

Jerry Klaus, General Manager Waterworks

Paul Ingham, General Manager Operations

Glen Taylor, Manager of Community Centre Operations

Ivy Ho, Purchasing Supervisor

 

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).

 

BACKGROUND

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

March 18, 2005

Number picking up bid documents

3

Number responding to bid

3

 

DETAILED PRICING INFORMATION:

Estimated Initial Bulk Buy

For 2005

Astro Wear

Star Hollywood Apparel

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%

Note:  Prices are inclusive of PST and exclusive of GST.  It should be noted that the contract was split and awarded in part to the overall lowest priced bidders.

 

 


                                                               STAFF AWARD REPORT                                                                      Page 1 of 2

To:

John Livey, Chief Administrative Officer,

Date:

May 4, 2005

Re:  Tender Award

187-T-04 Construction of Bayview Lanes Splash Pad and Playground Redevelopment

Prepared by:

Linda Irvine, Manager Parks and Open Space Development

Steven Sydij, Senior Construction Buyer

 

RECOMMENDATION

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

 

 

BACKGROUND

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 Markham. One facility was to be in Milliken Mills and the other in a park in Ward 1, Thornhill, as determined by staff.  In establishing the budget for these water play facilities, $250,000 was targeted for Milliken Mills for a larger facility and $150,000 for Thornhill for a medium sized facility. Landscape Architectural consulting firms have been hired for each of these projects.

 

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 Stornoway Crescent Public School and is accessed from Baymark Road. In public meetings, residents made it very clear that they wanted the splash pad to be located between the two existing playground facilities which would keep the water play as far away from existing backyards as possible and create a centralized “play node” where parents could easily supervise their children who would be using either the playground or water play, or both.  Based on this, a design was prepared for a 140 sq. metre splash pad immediately adjacent to the playgrounds. Both existing playgrounds have a sand base with one having timber edging and the other having no edging.  

 

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”.

 

BID INFORMATION

Advertised

ETN, January 18, 2005

Bids closed on

February 9, 2005

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

Rutherford Contracting

$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 Angus Glen Community Park 

Date:

April 21, 2005

Prepared by:

Linda A. Irvine, Manager, Parks and Open Space Development

Steven Sydij, Senior Construction Buyer

 

RECOMMENDATION

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.

 

BACKGROUND

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 Angus Glen Community Park.  At this time, this project does not include contract administration services.

 

BID INFORMATION

Advertised

Invited bids

RFQ closed on

February 24, 2005

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 Scott Wentworth Group

$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 Purchasing Department to confirm that the price provided includes all costs associated with the provision of landscape architectural and all associated sub-consulting services, including fees, disbursements and a $2,500 surveying allowance but exclusive GST and future contract administration services.

 


 

                                                 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:

April 27, 2005

Prepared by:

Linda A. Irvine, Manager, Parks and Open Space Development

Steven Sydij, Senior Construction Buyer

 

RECOMMENDATION

Recommended Contractor

Griffith Properties (lowest price bidder)

Original Budget and Account #

$285,000.00

081-5350-6391-005, Markham Heritage Estates

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.

 

BACKGROUND

This project entails the construction of landscape works at the Heritage Estates Subdivision.

 

BID INFORMATION

Advertised

ETN

Tender closed on

April 15, 2005

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

Rutherford Contracting Ltd.

$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 (Warden Avenue to west of GO Transit Tracks) 

Date:

May 13, 2005

Prepared by:

Simon Hung, Capital Works Engineer

Steven Sydij, Senior Construction Buyer

 

RECOMMENDATION

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.

 

BACKGROUND

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 March 25, 2005.  The recommendations in the report may therefore be implemented.  Two stormwater management facilities were proposed in the report to service the lands on both sides of Highway 7 between Warden Avenue and GO rail.  It is necessary to install the storm sewer crossing for both facilities under Highway 7 in advance of Highway 7 widening by the Region currently scheduled for 2007 and also construct the easterly facility which services area PD1-7, the east half of Markham Centre North and the Sciberras Precinct.  The westerly facility which mainly benefits one land owner can be designed and constructed by the land owner when development proceeds.  This consulting contract will provide the detailed design for the construction of the above facilities in 2006.  Contract administration is not included in this contract.

 

BID INFORMATION

Advertised

Invited bids

RFQ closed on

March 30, 2005

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 Purchasing staff acting as the facilitator.  The proposals were evaluated based on the established evaluation criteria as listed in the RFP, with resulting scores as follows:

 

Criteria

Points

Earth

Tech Canada Inc.

URS Canada

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:

May 10, 2005

Prepared by:

Gina Gammarano, Capital Works Engineer

Steven Sydij, Senior Construction Buyer

 

RECOMMENDATION

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.

 

BACKGROUND

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 Markham, see Appendix A attached. The locations were grouped in three main packages. Initially, the contract will be awarded for the detailed design of Package No. 1. Award of Packages No. 2 and No. 3 will be based on satisfactory performance of the detailed design of Package No. 1 on or before July 22, 2005.

 

BID INFORMATION

Advertised

ETN, April 11, 2005

Bids closed on

April 22, 2005

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

Note:  Prices are exclusive of GST and inclusive of disbursements.

 

 


 

PROPOSAL EVALUATION

The evaluation team was comprised of staff from the Engineering Department with Purchasing staff acting as the facilitator.  The proposals were evaluated based on the established evaluation criteria as listed in the RFP, with resulting scores as follows:

 

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 South Park Road to Times Avenue

1

Fall 2005

2

Highway #7

South side, from Leslie Street to Valhalla Drive

1

Fall 2005

3

Highway #7

North side, from Highway 404 to Woodbine Avenue

1

Fall 2005

4

Sixteenth Avenue

North side, from Brother Andre Catholic High School to Chancery Road

1

Fall 2005

5

Major Mackenzie Dr.

North side, from Woodbine Avenue to OHEPC

2

Fall 2006

6

Major Mackenzie Dr.

South side, from Warden Ave. to Glenbourne Pk. Dr.

2

Fall 2006

7

Major Mackenzie Dr.

South side, from Glenbourne Park Drive to Kennedy Road

2

Fall 2006

8

Major Mackenzie Dr.

south side, from Woodbine Avenue to Warden Avenue

2

Fall 2006

9

Warden Avenue

West side, from Gibson Drive to Denison Avenue

3

Spring 2007

10

Ninth Line

West side, from Rouge Bank Drive to Highway 407 ramps

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 Wismer Community Park 

Date:

April 15, 2005

Prepared by:

Linda A. Irvine, Manager, Parks and Open Space Development

Steven Sydij, Senior Construction Buyer

 

RECOMMENDATION

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, Wismer Community Park

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 Purchasing By-law

Budget Remaining after this award

$ 3,009,320

To be used for construction costs, construction contingency, testing allowances

 

BACKGROUND

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.

 

BID INFORMATION

Advertised

ETN and invited vendors

RFP closed on

February 23, 2005

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 Planning and Urban Design Department with Purchasing staff verifying for accuracy and compliance. 

 

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 INFORMATION

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 Design Associates

$183,100.00

56.13

16.05

72.18

9

Janet Rosenberg and Associates

$235,808.00

59.38

12.46

71.84

10

Quinn Design Associates

$150,000.00

50.50

19.59

70.09

11

NAK Design Group

$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

Marshall Macklin Monaghan

$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 Thursday, March 31, 2005 and staff from Purchasing and Urban Design attended and scored each interview based on pre-established criteria out of 35.

 

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 Purchasing By-law.


 

 

                                       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: 

April 27, 2005

Prepared by:

Paul Ingham, General Manager, Operations

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

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

April 23, 2005

Number picking up bid documents

6

Number responding to bid

1

 

BACKGROUND

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: 

April 15, 2005

Prepared by:

Bob Nicholson, Manager, Asset Management

Kevin Newson, Purchasing Manager

 

RECOMMENDATION

Recommended Supplier

Brookfield LePage Johnson Controls

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

 

 

BACKGROUND

In July 2003, the first year of a potential three year (1 year with a 2 year option) contract 045-R-03 for Project Management and Space Planning was awarded to Brookfield LePage Johnson Controls (BLJC) in the amount of $70,093.45.   The contract value awarded for the first year was based on an estimated project workload.  The original award report did not  include the cost of subcontractors, furniture and fixtures, although the contract called for BLJC to tender bids for these items subject to the requirements of The Town of Markham’s Purchasing By-Law 2004-341.   The contract upset limit for the first year was subsequently increased to $132,649.06 to reflect these additional costs passed through BLJC.

 

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.

 

Funds in this Capital Project are also used to pay suppliers directly. POI furniture purchases, carpet replacement, painting, associated electrical and data wiring coordinated by ITS, offsite storage and other miscellaneous requirements are part of this project, but not part of this blanket as the Town pays those suppliers directly.

 


 

                                        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: 

April 25, 2005

Prepared by:

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

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

 

BACKGROUND

On April 16, 2002 Council approved the award of contract 002-T-02 for building mechanical maintenance for various town wide facilities to S.I.G. Mechanical Services Limited.  The award was for three years, commencing May 1, 2002 and ending April 30, 2005.

 

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 (May 1, 2005 to April 30, 2007) is estimated at $233,707.70 and is subject to budget approvals for 2006 and 2007.

 


 

                                         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: 

May 5, 2005

Prepared by:

Claudia Marsales, Manager, Waste Management

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

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 Purchasing By-Law 2004-341, Part II, Section 7 (1) which states “When any of the following conditions apply, the Treasurer and the Manager of Purchasing may, in consultation with the appropriate Director, negotiate a contract for the supply of goods and services without a competitive process, which shall be submitted to the Chief Administrative Officer for approval…[when]…(c) the extension of an existing contract would prove more cost-effective or beneficial to the Town;

 

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

_____________________________________________________________________________________                     

 

BACKGROUND

On February 22, 2005, Council approved the issuance of a single-sourced Purchase Order to Norseman Plastics for the purchase of 55,000 Green Bins organic collection kits for delivery to residents in the 3-Stream Phase 2 area.  Green Bins were purchased at $15.30 each plus tax, and Kitchen Collectors were purchased at $3.76 each plus tax.  The one time capital cost is being funded from Account #062-5350-6627-005.

 

DISCUSSION:

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 Markham’s order is completed, Norseman Plastics will be manufacturing containers for the City of Toronto and Region of Peel. If an order for additional bins is not placed now, additional Green Bins will not be available until late fall or 2006.

 

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 June 13, 2005 for resale to residents on a cost recovery basis.

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 Sale of 8,000 Green Bins and 4,000 Kitchen Collectors

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: 

May 2, 2005

Prepared by:

James Allen, CIO – Information Technology Department

John Wright, Director – Development Services Commission

 

RECOMMENDATION

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 December 31, 2007 for a total value of $313,650 exclusive of GST.   

 

Staff recommend that the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (1) which states “When any of the following conditions apply, the Treasurer and the Manager of Purchasing may, in consultation with the appropriate Director, negotiate a contract for the supply of goods and services without a competitive process, which shall be submitted to the Chief Administrative Officer for approval….” 

(b)      Where there is only one source of supply for the goods to be purchased;

 

BACKGROUND

This application is a framework that will provide enhanced on-line capabilities to address repeat applications, reducing turnaround time to address Bill 124 requirements.

 

FINANCIAL CONSIDERATIONS

The one-time and on-going costs of this system will be charged against building permit fees and reflected in the fee bylaw effective July 1, 2005.  The appropriate accounting mechanics for this kind of direct attribution of revenue are being developed.

 

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.