Report to: General Committee                                                                                           Report Date:  March 1, 2010

 

SUBJECT:                Staff Awarded Contracts for the Month of February 2010

PREPARED BY:     Alex Moore, Ext. 4711

 

RECOMMENDATION:

                      

1.                    THAT the report entitled “Staff Awarded Contracts for the Month of February 2010” be received;

 

And that Staff be authorized and directed to do all things necessary to give effect to this resolution

 

EXECUTIVE SUMMARY:

Council at its meeting of May 26th, 2009 amended By-Law 2004-341, A By-Law Establishing Procurement, Service and Disposal Regulations and Policies.  The By-Law delegate’s authority to staff to award contracts with a monthly information report required to be submitted to Council by the Treasurer for all contracts awarded by staff  >$50,000

 

1. Purpose                                                                                                                                                                                                                                                         2. Background                                                                                                                                                                                                                                                         3. Discussion                                                                                                                                                                                                                                                         4. Financial                                                                                                                                                                                                                                                        

 

5. Others (Environmental, Accessibility, Engage 21st, Affected Units)                                                                                                                                                                                                                                                         6. Attachment(s)


PURPOSE:

To inform Council of contracts awarded by staff for the Month of February 2010 as per Purchasing By-Law 2004-341 as listed below.

 

Community & Fire Services

Award Details

Description

Lowest Priced Supplier

·      338-Q-09 Relocation of Traffic Signal Controller

·      351-T-09 Supply and Installation of Recycling Moloks

·      309-T-09 Short Term Rental of Vehicles for 2010

Highest Ranked / Second Lowest Priced Supplier

·      353-Q-09 Engineering Consulting Services for looping and disconnection of existing watermains

Preferred Supplier

·      005-S-09 Supply and delivery of Two Sanitary Pumps for the Calvert Road Lift Station

 

Corporate Services

Award Details

Description

Preferred Supplier

·      389-S-09 Advertising Services for 2010 Markham Economist and Sun

 

Development Services

Award Details

Description

Highest Ranked/Second Lowest Priced Supplier

·      307-Q-09 Employment Area Intensification Study

 

 

 


 

                                                 

STAFF AWARD REPORT                                                Page 1 of 2

To:

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

338-Q-09 Relocation of Traffic Signal Controller

Date: 

January 20, 2010

Prepared by:

Michael Larbi, Technical Coordinator Ext. 2475

Patti Malone, Senior Buyer Ext. 2239

 

PURPOSE

To obtain approval to award the contract for the replacement and/or relocation of traffic signal controllers at twelve (12) intersections throughout the Town.

 

RECOMMENDATION

Recommended Supplier

Beacon Utility Contractors Limited (Lowest Priced Supplier)

Current Budget Available 

$      17,897.79  

$      32,616.93

$      50,514.72

050-6150-8181-005 2008 LED Traffic Signal Displays

050-6150-9169-005 Traffic Signals Upgrade

 

Less cost of award

$      52,125.00

Price inclusive of PST, exclusive of  GST

Budget Remaining after this award

$      (1,610.28)

*

*Budget shortfall will be funded from account 050-6150-8148-005 (Mowatt Court Fence Replacement) that has a favourable balance remaining of $6,550.00.   After completion of the project, the remaining balance of $4,940.00 ($6,550.00 - $1,610.00) in account 050-6150-8148-005 will be returned to the original funding source.

 

Note: The financial considerations do not include HST as works are targeted to be completed prior to the July 2010 implementation of the HST.

 

BACKGROUND

The project involves the replacement of traffic signal controllers at twelve (12) Town intersections:

 

INTERSECTION                                 POLE MOUNTED                  RELOCATE                       NEW CONTROLLER

1.  Highway 48 and Bur Oak Avenue                                No                                           No                                           Yes

2.  Bullock Drive and Austin Road                    No                                           No                                           Yes

3.  Rodick Road and Apple Creek Blvd.                           Yes                                         Yes                                         Yes

4.  Middlefield Road. and Elson Street                             Yes                                         Yes                                         Yes

5.  Birchmount Road. and Denison Street                        Yes                                         Yes                                         Yes

6.  Denison Street and Brimley Road                                Yes                                         Yes                                         Yes

7.  Denison Street and Featherstone Ave                        Yes                                         Yes                                         Yes

8.  Denison Street and Gorvette Road /                            Yes                                         Yes                                         Yes

     Milliken Meadows Drive              

9.  Denison Street and Old Kennedy Road                      Yes                                         Yes                                         Yes

     / Fresno Court

10. Denison Street and Teddington Avenue                   Yes                                         Yes                                         Yes

     / Mollory Ave

11. Rodick Road and Hollingham Road/                           Yes                                         Yes                                         Yes

      John Button Blvd.

12. John Street East of Downhill Trail                               Yes                                          No                                          No *

* Transferring the existing unit from Birchmount and Denison 

 

Note: This work is for the labour only.  The controllers have been purchased on a separate contract for an estimated cost of $110,000.

 

At present, traffic signal controllers at the above referenced intersections are mounted to street light poles. The subject installations are located in close proximity to roadways and sidewalks.  The current locations are not preferred as they are subject to frequent accident damage caused by vehicles leaving the traveled portion of the road.

 

Completing the recommended work will decrease cost of operating our traffic signal infrastructure, prevent future damage as well reduce visibility obstructions.   

 

 

338-Q-09 Relocation of Traffic Signal Controller                                                                                                       Page 2 of 2

 

 

BID INFORMATION

Advertised

ETN

Bids closed on

November 26, 2009

Number picking up bid documents

7

Number responding to bid

3

 

PRICE SUMMARY

Suppliers

Price (inclusive of PST, exclusive of GST)

Beacon Utility Contractors Limited

$52,125.00

Black & Macdonald Limited

$97,802.64

Guild Electric Limited

$113,876.91

 

 


 

                                                            STAFF AWARD REPORT                                                      Page 1 of 2

To:

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

351-T-09 Supply and Installation of Recycling Moloks

Date: 

January 22, 2010

Prepared by:

Doug Henderson, Area Supervisor Parks Ext.7997

Rosemarie Patano, Senior Buyer Ext.2990

 

PURPOSE

To obtain approval to award the contract for the supply and installation of forty (40)in-ground recycling Molok containers in Town parks.

 

RECOMMENDATION:

Recommended Supplier

Pine Valley Enterprises Inc (Lowest Priced Supplier)

Budget Available for Award 

$        82,861.16

$      115,653.35

$      198,514.51

059-6150-9200-005 Townwide park furniture Amenities (2009)

059-6150-10227-005 Townwide Park Furniture Amenities (2010)

(See Financial Attachment)

Less cost of award

$      163,296.00

Total Cost of Award Exclusive of GST

Budget Remaining after this award

$        35,218.51

*

*The remaining balance of $1,213.16 in the 2009 account 059-6150-9200-005 will be returned to the original funding source upon payment of the final invoice.  The remaining balance of $34,005.35  in the 2010 account 059-6150-10227-005 will be used to purchase additional Parks furniture and amenities, including but not limited to benches, picnic table frames, wood and hardware, recycling receptacles, BBQ repairs/refurbishing as budgeted for within this account.

 

Note: The financial considerations do not include HST as works are targeted to be completed prior to the July 2010 implementation of the HST.

 

BACKGROUND

The project is to expand recycling capabilities in parks where large amounts of recyclable materials are generated, particularly adjacent to sports fields.  The Molok in-ground recycling containers are now being purchased and will be placed beside the garbage Molok in-ground waste receptacles at locations prioritized by demonstrated need.  These new containers will facilitate a large amount of bottles, cans and other recyclables to significantly reduce litter in parks and the frequency of emptying receptacles at those locations. 

 

OPTIONS/DISCUSSIONS

This is the 2nd time in three (3) months that this project has been released to the market place.  In September 2009, Staff released quotation # 260-Q-09 to the market for supply and installation of twenty (20) Moloks and only received one (1) bid response.  After internal assessment and review of the 2010 budget, Staff cancelled # 260-Q-09 and re-released a new quotation to the market place for supply and installation of Forty (40) Moloks which leveraged both budget year (2009 & 2010) requirements.   In comparing prices received upon bid opening, the new quote 351-T-09 is approx 2% lower in cost than the price received on bid opening for 260-Q-09.

 

BID INFORMATION

Advertised

ETN (Electronic Tendering Network)

Bids closed on

December 14, 2009

Number picking up bid documents

10*

Number responding to bid

2

* Purchasing contacted 7 suppliers who picked up the bid document, however, choose not to submit a bid.  One bid taker chose not to bid after review of document.  4 bid takers did not do this type of work.  One bid taker had prior commitments.  One bid stated they could not match the specifications included in the bid document.

 

 

PRICE SUMMARY

Supplier

Qty

Unit Price

Total Price *

Pine Valley Enterprises Inc.

40

$4,082.40

$163,296.00

Rutherford Contracting Ltd.

40

$4,295.00

$171,800.00

* Inclusive of PST but exclusive of GST

 

 

 

 

351-T-09 Supply and Installation of Recycled Moloks                                                                         Page 2 of 2

 

 

 

FINANCIAL ATTACHMENT

 

 


 

 

                STAFF AWARD REPORT                                                Page 1 of 2

To:

Brenda Librecz, Commissioner, Community & Fire Service

Re: 

309-T-09 Short Term Rental of Vehicles for 2010

Date: 

January 27, 2010

Prepared by:

Laurie Canning, Manager, Fleet & Supplies, ext 4896

Patti Malone, Senior Buyer, ext. 2239

 

PURPOSE

To obtain approval to award the contract for the short term rental of vehicles for 2010 seasonal requirements.

 

RECOMMENDATION

Recommended Supplier (s)

Sommerville National Leasing & Rentals Ltd.(Lowest Priced Supplier), Item 1 & 2

Enterprise Holdings Inc. (Lowest Priced Supplier), Item 3

Current Budget Available

$               259,887.00

750 752 5500 Vehicle Rent/Lease (2010)

Less cost of award

$               139,654.80

$                 57,093.12

$               196,747.92

Inclusive of PST, Exclusive of GST (Sommerville, 22 vehicles)

Inclusive of PST, Exclusive of GST (Enterprise, 8 vehicles)

Total Cost of Award

Budget Remaining after this award

$                 63,139.08       

*Balance remaining to be spent on other rentals or other operating expenses as required and budgeted for under this account.

 

Note: The financial considerations include PST (8%), any monies expended after July 2010 will be subject to the implementation of the HST.

 

BACKGROUND

These vehicles are for 2010 seasonal requirements identified by the Operations Parks, Waste Management, Bylaws and Operations Roads departments.  These units are required as seasonal fleet units to deliver the required services throughout the spring and summer seasons. 

 

BID INFORMATION

Advertised

ETN

Bids closed on

December 18, 2009

Number picking up bid documents

14

Number responding to bid

3

*Purchasing staff contacted some of suppliers who picked up the document and did not submit a response.  One supplier did not submit because they had prior commitments are where unsure if they could meet our vehicle requirements.  Two other suppliers did not submit because of limited vehicle availability and challenging markets.

 

PRICE SUMMARY (Inclusive of PST, Exclusive GST) – Prices are monthly rental costs

Vehicle Type

Qty

Months

Start Date

End Date

HERTZ EQUIPMENT RENTAL

SOMERVILLE NATIONAL LEASING

ENTERPRISE HOLDINGS INC.

9200 lbs GVW Crew Cab Pickups (Item 1)

12

7

Apr-01

Oct-31

No Bid

$1,042.20

$1,510.92

9200 lbs GVW Crew Cab Pickups (Item 2)

10

5

Apr-01

Aug-31

No Bid

$1,042.20

$1,510.92

1/2 ton Regular Cab Pickups (Item 3)

14

4

May-01

Aug-31

$1,500.00

No Bid

$1,019.52

*As compared to the previous contract (2009), these prices represent an approximate 1.5% decrease in the monthly costs.


 

 

309-T-09 Short Term Rental of Vehicles for 2010                                                                                              Page 2 of 2

 

 

Vehicle Type

Qty

Months

 Monthly
Rate

Extended
Cost

9200 lbs GVW Crew Cab Pickups

12

7

$1,042.20

$87,544.80

9200 lbs GVW Crew Cab Pickups

10

5

$1,042.20

$52,110.00

1/2 ton Regular Cab Pickups

14

4

$1,019.52

$57,093.12

Total Cost (Inclusive of PST, Exclusive GST)

 

$196,747.92

 

The following is the changes in quantities from 2008 to the 2010 contract:

 

Vehicle Type

2008 Qty

2009 Qty

2010 Qty*

9200 lbs GVW Crew Cab Pickups

20

22

22

1/2 ton Regular Cab Pickups

20

19

14

Totals

40

41

36

 

* In an effort to reduce the budget impact for short term vehicle rentals, Fleet staff will be keeping five units that were recently replaced in the 2009 corporate fleet replacement program to reduce the need for five ˝ ton regular cab rental pick-ups.  This reduction in rental for five ˝ ton regular cab rental pick-ups will reduce the award amount by $27,472.  These five vehicles will be deemed surplus and sold by auction in November 2010.

 

E3 Project

An E3 project was proposed that would look into options to purchase used vehicles as summer rentals and dispose of them at a later date.   The initiative identified opportunities to recover most of the capital purchase fee to reduce the net cost of ownership, which was projected to be less than the cost of short term summer vehicle rentals.  The analysis of this project also dealt with costs for repair and upkeep and right sizing of vehicles. Fleet staff have determined that the current used truck market can not support the short term purchase and sale of trucks due to the recent downturn in the auto industry, which has resulted in a shortage of crew cabs and pick-up trucks at vehicle wholesale auctions. Fleet and Finance staff will monitor the used truck market and consider the feasibility of this E3 initiative in future years.  

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

                                                                                               

                                              STAFF AWARD REPORT                                                    Page 1 of 3

To:

Brenda Librecz , Commissioner, Community & Fire Services

Re:

353-Q-09 Engineering Consulting Services for looping and disconnection of existing watermains

Date:

January 25, 2010

Prepared by:

David Huynh, Infrastructure Project Engineer, Ext. 2400

Patti Malone , Senior Construction Buyer , Ext. 2239

 

PURPOSE

To obtain approval to award the contract for design, construction administration and inspection for looping and disconnection works at 14 existing watermain locations over the Town of Markham water distribution system.

 

RECOMMENDATION

Recommended Supplier

Chisholm Fleming & Associates  (Highest Ranked / Second Lowest Priced Supplier)

Current Budget Available 

$    828,275.39

053-6150-7666-005 Water System Upgrades

Less cost of award

 

$      95,000.00

$        4,750.00

$      99,750.00

Detailed Design, Contract Adm/Insp, Disbursements (excl. GST)

Contingency (5%)

Total Award

Budget Remaining after this award

$    728,525.39

*

*The balance remaining will be used for construction of looping/ disconnection works in distribution watermains as budgeted for within this account.

 

Note: The financial considerations include PST (8%), any monies expended after July 2010 will be subject to the implementation of the HST.

 

BACKGROUND

In compliance with the requirements of Ontario Drinking Water Quality Standards and Drinking Water Systems, O.Reg 169/03 & 170/03, manual flushing must be performed regularly at all dead-ends of the distribution system. With the growth of the system, manual flushing exposes several drawbacks as it is a time consuming process, causing sudden pressure drops, wasting of large amount of water, and requiring an intensive workload from operation and maintenance staff in year-round schedule.

 

In 2007-2008, Waterworks conducted a system improvement study which indicates that elimination of dead-ends, where possible, proves to be cost-effective solution in long-term life-cycle analysis and cost assessment.  The study also specified priority locations where looping the network or disconnection of redundant branches could be implemented as part of the elimination solution.  Waterworks plans to retain a consulting engineer to prepare a detail design, construction administration and inspection for looping and disconnection works in these 14 priority locations.  Construction is scheduled to commence by May 2010 and complete by July 2010.

 

BID INFORMATION

Advertised, place and date

Electronic Tendering Network (ETN)

Bids closed on

December 22, 2009

Number picking up bid documents

22

Number responding to bid

8*

*One submission was disqualified the bid form had erasures that were not initialed.  As per our general terms section 20 “Erasures, overwriting or strike-outs shall be initialed by the person signing on behalf of Bidder”.  All requirements referred to with the term “shall” are mandatory requirements and failure to comply shall cause a bid to be declared improper and shall be rejected.

 

 

 

 

 

353-Q-09 Engineering Consulting Services for looping and disconnection of existing watermains                 Page 2 of 3

 

PROPOSAL EVALUATION

The evaluation team was comprised of staff from the Waterworks with Purchasing staff acting as the facilitator. The evaluation was based on pre-established evaluation criteria as listed in the Request for Quotation:  20% for experience of the firm in similar projects, 20% for qualifications of the project team leader and key personnel, 30% for details of project delivery, 30% for price, totaling 100%, with resulting scores as follows:

 

 

Consultant

Total Score

Rank

Chisholm Fleming & Associates (CFA)

87.1

1

AE Associated Engineering

76.5

2

Wardrop Engineering Inc.

75.0

3

Schaeffers Consulting Engineers

71.1

4

AECOM Canada

67.1

6

Genivar

66.5

7

Fabian Papa & Partners Inc.

58.5

8

 

Note: Prices ranged from $69,860.00 - $ 259,010.00 for this project.

 

The evaluation confirmed Chisholm, Fleming & Associates (CFA) to be the overall highest ranked proponent. CFA was scored highest in the technical evaluation process, and was the second lowest priced bidder ($25,140 more than low bidder) in price evaluation process, respectively.   

 

CFA provides a strong background experience in municipal waterworks design and construction administration projects across Ontario. Staff score for CFA past similar project experience reached the maximum of 20. For this project, CFA proposes an excellent project team with experienced team leader, qualified technical staff and sub-consultants. Among other proponent’s proposal, CFA proposal showed the best understanding of the assignment, proposed the most preferable methodology of works and work-plan. They also addressed and proposed feasible methods to overcome key issues and challenges during both design and construction stages.

 

With good quality assurance/ quality control policy in-place, sound project management and engineering experience, CFA commits to provide the deliverables on-time, within budget and at the Town’s expected quality.

 

References have been checked with favourable responses from Asset Management staff, who was the project manager in a 2009 watermains replacement project, in which CFA provided construction administration services.

 

ATTACHMENTS

 

Appendix A – List of works for the 14 locations


 

353-Q-09 Engineering Consulting Services for looping and disconnection of existing watermains                 Page 3 of 3

 

 

APPENDIX A- LIST OF WORKS

 

No

Location ID/ Map

Node ID/ Code

Street Name/
 Location

 

Descriptions of Works

1

2/ 5D2

N03475 

Town Hall / Markham Theatre

 

Loop- Extend watermain from Node N03475 connecting to the main on Glencove Drive, estimated length 75m ND200;

2

3/ 5D1

N03199

Blackwell Court

 

Disconnect- Relocate hydrant on HWY 7 watermain section between Node N03116 to N03199 to the new location on Montgomery Crt corner; Abandon this watermain section;

3

8/ 7B4

N00524

Ladyslipper Court

 

Loop- Extend watermain from Node N00524 connecting to the main on Laureleaf Road at Node N00527, 220m ND150;

4

16/ 6B1

N48967

Augusta Court

 

Loop- Extend watermain from Node N48967 connecting to the main on Royal Orchard at Node N06139, 50m ND150;

5

20/ 5E2

N04608

Gainesville Avenue

 

Loop- Extend watermain from Node N04608 connecting to the main on Krifchoff Ave at Node N04610, 150m of ND150; Abandon section from Node N04608 to N48980;

6

21/ 6H4

N06866

Nelson Street

 

Loop- Extend watermain from Node N06866 through Magill Street connecting to the main on Rouge Street at Node N50893, 110m of ND150;

7

22/ 5J1

N49464

9th Line, east side, south of Cornell Park Avenue

 

Disconnect- Relocate hydrant at Node N49464 to reconnect to the main ND400 on the 9th line; Abandon watermain section from Node N49463 to Node N49464;

8

23/ 4H1

N07727

6230 - 16th Ave (Williamson Road)

 

Loop- Extend watermain from Node N07727 connecting to the main on Williamson Rd at Node N50142, 30m ND150;

9

33/ 7F2

N10100

Brimley Road near Cashmere Crescent

 

Loop- Connect watermain ND150 on Brimley Road to the main ND200 further on the boulevard side, 20m ND150;

10

40/ 5F3

N04972

Atlantic Avenue

 

Disconnect-  the two loops by abandon watermain ND200 section from Node N04972 to N04973;

11

38 & 39/ 7B3

N00615 & N00646

John Street

 

Disconnect- Relocate two hydrants at Node N00615 and N00646; Abandon sections of watermain from Node N07669 to N00615 and from N00646 to N00664;

12

36 & 37/ 6F3

N06710

McCowan Road

 

Disconnect- Abandon watermain section ND150 from Node N06710 to N06711 if service connection at #8192 McCowan Road is not connected to this section;

13

41 & 42/ 5F3

N10069 & N24752

Paddock Road and Carlton Road

 

Loop/ Disconnect- Connect two Nodes N10069 and N24752 by new watermain section 90m ND200 to form a new loop; Disconnect mains on Paddock Lane and Carlton Rd to the Central Park Drive;

14

43/ 5F3

N24756 & N24757

Manhattan Drive

 

Loop/ Disconnect- the two pressure zones by abandon section ND200 between Node N24756 and N24757; Loop the new dead-end through another new watermain section on the south side of Manhattan Drive, 70m ND200;

                             

                                               

STAFF AWARD REPORT                                                Page 1 of 2

To:

John Livey, Chief Information Officer

Re: 

005-S-10 Supply and Delivery of Two Sanitary Pumps for the Calvert Road Lift Station

Date: 

January 19, 2010

Prepared by:

Eddy Wu, Acting Manager Operations & Maintenance (Waterworks)

Diogo Oliveira, Supervisor Water/Wastewater (Waterworks)

 

PURPOSE

To obtain approval to award the contract for the replacement and installation of a submersible sanitary sewage pumps compatible with the existing pump installation and controls at the Calvert Road sanitary sewage pumping station.

 

RECOMMENDATION

Recommended Supplier

ITT Flygt Water & Wastewater (Preferred Supplier)

Current Budget Available 

$      120,000.00

053-6150-10317-005 Calvert Road Pumping Station Pump Replacement

Less cost of award

$        79,742.88

Total Cost of Award, Inclusive of PST, Exclusive of GST

Budget Remaining after this award

$        40,257.12

*

* Remaining balance is to be returned to the original funding source.

 

Note:  In August 2009, Staff approved report # 210-S-09 for the purchase of two (2) of the four (4) pumps required for the identified station within this report. There is four (4) pumps per station and the original plan was to procure two (2) pumps through the 2010 budget, and the remaining two (2) pumps through the 2011 budget. However, as identified within report 210-S-09 and due to the urgent need to replace the pumps immediately.  Staff approved the purchase of two (2) pumps in 2009 with the remaining two (2) pumps requirements completed upon approval of the 2010 budget and this award report.  The supplier has maintained their price for the additional two (2) pumps.

 

Note: The financial considerations do not include HST as works are targeted to be completed prior to the July 2010 implementation of the HST.

 

Staff further recommends:

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (1) (b) “where the Town is acquiring specialized vehicles or equipment, such as firefighting vehicles or equipment or buses, in which case the source of supply may be identified based on technical specifications prepared by the User Department staff.”

 

BACKGROUND

The Calvert Road sanitary sewage pumping station provides sewage lift for the Cachet Woods sub-division, utilizing four 66kW (88hp) submersible pumps.  This Calvert road pumping station has been in operation for over 14 years.  The expected lifecycle for the pumps is 20 to 25 years, therefore each pump has approximately 6 years of useful life remaining under normal usage.  The installed pumps are all supplied by ITT Flygt. 

 

However the pumps in the station have had a history of becoming partially blocked from debris on the inlet side of the pump. This was due to the development of the subdivision where construction material along with stone and sand made its way into the sanitary sewer and the pumping station.  As a result these pumps are not able to reach the expected lifecycle and all four (4) pumps are originally planned for replacement in 2010 and 2011 in order to maintain the service level provided. The replacement of the remaining two (2) pumps in this project is just to complete the entire project with one year ahead of the original schedule.

 

OPTIONS/DISCUSSIONS

The Town has standardized the use of Flygt Submersible Pumps in all Town of Markham Sanitary and Storm Lift Stations.   The principle of Pumping Station design is to select pump make and type and then design the piping and operating controls to match the pumps.  Pumps are always the priority and because the rest of the pumping station configuration depends on them.

 

 

 

005-S-10 Supply and Delivery of Two Sanitary Pumps for the Calvert Road Lift Station                            Page 2 of 2

 

ITT Flygt pumps are recognized benchmark for reliability and service ease by the water/wastewater industry and therefore their pumps are specified for the majority of pumping stations by the consultants and users.  Changing of one or two pumps to different manufacturer among the four pumps in this pumping station would require total redesign of the pumping station (Estimated cost to re-design $15,000 -$20,000 / station) [EQW1] because they would not be compatible with the other pumps and controls.  Even if we would redesign the pumping station and replace all ITT Flygt pumps with different brand “X”, we would have to replace all piping and operating controls at a far greater cost and would eventually need to  replace the Brand “X” over the years with these pumps, piping and controls again being  proprietary to Brand “X”.

 

With the Cachet Woods sub-division more developed now, it is expected the amount of debris going into the sanitary sewer to be much less, and therefore the life span of the new pumps are to be longer and closer to the projected lifecycle.

 

 


                                      

 

                  STAFF AWARD REPORT                                                  Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

389-S-09 Advertising Services for 2010 Markham Economist and Sun

Date: 

January 18, 2010

Prepared by:

Dennis Flaherty, Manager, Communications and Community Relations Ext. 7520

 

PURPOSE

The purpose of this report is to obtain approval to award the contract for the 2010 publication of various Town advertisements and notices published in the Markham Economist and Sun and the Thornhill Liberal.

 

RECOMMENDATION

Recommended Supplier

York Region Media Group (Preferred Supplier)

 

Line rate of $1.38

Council approved 2010 Operating budget

2010 Budget Available 

$174,880.00

795 796 5810 - TOM page advertising (incl. of PST)

795 796 5874 – Markham Life Distribution (incl

Less cost of award

$171,899.00

Inclusive of PST, Exclusive of GST

Budget Remaining after this award

$2,981

Upset limit – budget of $174,880.00

 

Note: The financial considerations include PST (8%), any monies expended after July 2010 will be subject to the implementation of the HST.

 

Staff further recommends:

 

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 Non Competitive Procurement, item 1 (b) which states “Where there is only one source of supply for the goods to be purchased;”

 

BACKGROUND

The Town of Markham has been utilizing the services of the Markham Economist & Sun and the Thornhill Liberal for more than 13 years. These publications provide the Town with several services including: publication of a weekly Town Page, advertising for Markham’s theatre, gallery and museum, distribution of materials (such as the quarterly Markham Life) and publishing other community information.  

 

This contract also provides the Town with the same advertising rates for other YRMG publications including the Thornhill/Richmond Hill Liberal and the Aurora/Newmarket Era Banner (if required).


DISCUSSION

Markham Economist and Sun and The Thornhill Liberal are the only weekly English print advertising vehicles for local community notices and the promotion of meetings, events and programs.  Staff has negotiated the advertising rates and the details are covered in the Financial Considerations.

 

FINANCIAL CONSIDERATIONS

York Region Media Group (YRMG) is charging the same line rate in 2010 as it charged in 2009. YRMG increased its line rate by $0.04 per line, effective January 2009 and the newspaper modified its page layout size during the year, as part of a cost saving measure. The change in page size has resulted in a slightly lower per page cost for 2010.                                


 

 

389-S-09 Advertising Services for 2010 Markham Economist and Sun                                        Page 2 of 2

 

 

FINANCIAL CONSIDERATIONS

 

Town of Markham Advertising Line Rates

 

2005

2006 - 2008

2008

2009

2010

Markham/Thornhill Line Rate

1.30

1.34

$1.34

$1.38

$1.38*

Cost per Town Page

(before taxes)

 $2,293.20

 $2,363.76

 $2,363.76

 $2,434.32

 $2,415.00

Lines Per Page

1,764

1,764

1,764

1,764

1,750

# of weeks Town Page runs per year

51

51

51

51

51

Total Annual Cost of Town page (incl. of PST)

$126,309.46

$130,195.90

$134,082.35

$134,082.35

$133,018.20

Annual cost to Distribute

(incl. of PST)

 

 

$21,638.00**

$27,699.00***

$38,880.00

Total Cost of 2010 Award

 

 

 

 

$171,898.20

* Town staff has negotiated a line rate of 1.38 for the 2010 season.

**In 2008 -- four (4) issues distributed; all four (4) issues via The Recreation and Culture Guide

***In 2009 -- four (4) issues distributed; two (2) issues via The Recreation and Culture Guide and two (2) larger issues via Markham Life.

 

Note:   Calculations for line rates are based on 1,750 lines for 2010 (1,750 x 1.38 = $2,415.00)

Calculations for line rates are based on 1,764 lines for 2009 (1,764 x 1.38 = $2,434.32)

 

 

The advertising rates apply to advertising that may be undertaken by the cultural sites and various departments in YRMG publications, which might arise in 2010 and be project specific. The funding will come from department budgets as needed and the Communications and Community Relations Department will continue to act as the liaison between the client departments and YRMG on advertising. Communications and Community Relations have also negotiated special advertising rates for significant events where the Economist and Sun serves as a media partner, such as Canada Day, Milliken Children’s Festival.  In this case, Markham is able to receive advertising outside of the Town Page for half price or advertise any ad twice for the price of one advertisement.

 

As part of monitoring the evolving nature of information for residents, staff is reviewing options on how to notify the community about public meetings and programs utilizing other communication medium, such as social media, EcoMedia recycling bins, web banners, electronic information boards, and our website in an effort to provide efficiencies.

 

In 2009, the new Markham Life publication began to provide a more sophisticated print medium for advertising and promotion. As part of the Markham Life initiative we discontinued our involvement in Living in Markham with the Economist and Sun, and Markham’s annual publication About Markham. The Town calendar was also discontinued as the Markham Pet Committee began producing a similar calendar for 2010. 

 

The Town page evolved in 2009 with a more reader friendly format for notification about Town activities and public meetings. As Markham’s website moves towards portal, and with more electronic newsletters and social media vehicles, Markham will continue revisit the Town page to determine how information is best presented for residents in lieu of increasing online information opportunities and increasing use of online media.  

 

 

 


                           

                                                 

 

STAFF AWARD REPORT                                               

To:

Jim Baird, Commissioner, Development Services

Re: 

307-Q-09 Employment Area Intensification Study

Date: 

February 3, 2010

Prepared by:

Elisabeth Silva Stewart, Senior Planner Ext. 3115

Tony Casale, Senior Buyer Ext. 3190

 

PURPOSE

To obtain approval to award the contract for the Employment Area Intensification Study.

 

RECOMMENDATION

Recommended Supplier

Meridian Planning Consultants Inc. -  (Highest ranked / 2nd lowest priced supplier)

 (Metropolitan Knowledge International, Planning Alliance and GLPI)

Current Budget Available 

$             0.00

 

Less cost of award

$    76,317.75

$      3,682.25

$    80,000.00

Cost of Award exclusive of GST

Contingency

Total Award exclusive of GST

Budget Remaining after this award

$   (80,000.00)

*

  *The funding for this award will come from account 620-1015699-9079 ($200,000.00) Growth Management Employment Lands and will be reimbursed through a request in the 2011 Capital Budget process.  This study was requested by Council as a result of the first Employment Lands Strategy Study (Phase 1); Phase 2 has not yet begun.

 

Note:  Meridian Planning Consultants Inc. is the lead Consultant and the relevant sub consultants are as follows;

Metropolitan Knowledge International, Planning Alliance and GLPI

 

BACKGROUND

The Employment Area Intensification Study is a component of the Employment Lands Strategy.  It will determine how many additional Employment Land Employment (ELE) jobs allocated to the Town of Markham could reliably be forecast to be accommodated to 2031 on lands that are already the site of some development as opposed to available vacant lands within the current settlement area or potential future lands outside the current settlement area.  This study will also provide policy direction for employment land intensification in Markham.

 

BID INFORMATION

Advertised

 ETN

Bids closed on

November 02, 2009

Number picking up bid documents

34

Number responding to bid

5

 

PROPOSAL EVALUATION

The Evaluation Team was comprised of staff from the Planning and Economic Development Departments with Purchasing staff acting as the facilitator.  The evaluation was evaluated based on pre-established evaluation criteria as listed in the Request for Proposal:  25% qualifications and experience of the consulting firm; 20% demonstrated understanding of the study; 5% study approach; 20% project management and 30% price totaling 100%. 

 

The five (5) suppliers were further invited for interviews.  The interview was evaluated by staff from the Planning and Economic Development departments based on three (3) pre-established questions and one (1) additional question for a total of fifteen (15) additional points available.

 

Supplier

      Score

  (100 Marks)

        Total Score

       (115 Marks)

     Incl. of interview

         Rank

Meridian Planning Consultants

      88.27

         101.63

           1

Metropole Consultants

      82.97

           93.77

           2

Hemson Consulting Ltd.

      82.32

           93.45

           3

Cushman &Wakefield Ltd.

      78.30

           87.55

           4

Eco-Industrial Solutions Ltd.

      74.74

           83.74

           5

Note:  Prices ranged from $76,000.00 - $84,260.00 exclusive of GST.

 


 

 

307-Q-09 Employment Area Intensification Study                                                                                                       Page 2 of 2

 

 

Meridian Planning was $317.75 higher than the lowest supplier.  However, based on the pre established evaluation criteria with the resulting scores shown above, Meridian Planning Consultants achieved the highest overall score.  They have balanced experience with employment area studies, land use planning, employment forecasting and knowledge of Markham’s economy.

 

 


 [EQW1]Waterworks did not provide this estimate on this Staff Award Report, so not sure where Purchasing gathered this info and added onto the report. This estimate was low in the fact that it did not further support the replacement of the pumps, as that cost would only be sufficient to conduct the study on the redesign and definitely not enough to perform the actual construction of pipes and controls required if going to different brand.