[WDS1] 

 

Report to: General Committee                                                                                         Report Date:  May 3, 2010

 

SUBJECT:                Staff Awarded Contracts for the Month of April 2010

PREPARED BY:     Alex Moore, Ext. 4711

 

RECOMMENDATION:

 

  1. THAT the report entitled “Staff Awarded Contracts for the Month of April 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

 

 

PURPOSE:

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

 

Community & Fire Services

Award Details

Description

Lowest Priced Supplier

·      066-Q-10 Supply, Removal and Installation of Various Guide Rails

·      062-T-10 Tree Planting Services

·      002-T-09 Closed Circuit Television Inspection of Sanitary and Storm Sewer Mains – Contract Extension

·      076-Q-09 Townwide, Tree Pruning at Various Locations – Contract Extension

·      067-T-10 Road Rehabilitation Program (Asphalt Resurfacing, Recycling and Pavement Preservation)

·      050-Q-10  Supply and Delivery of Furniture for the Markham Public Library (Unionville Branch)

·      011-T-10 Construction of the Saint Robert Artificial Field, Bubble and Clubhouse

Highest Ranked / Second Lowest Priced Supplier

·      030-R-10  Master Fire Plan

Sole Supplier

·      075-T-10 Surface Treatment Program

Highest Ranked / Lowest Priced Supplier

·      158-Q-08 Flow Monitoring and Analysis for Inflow/Infiltration Reduction Pilot Program in Grandview Area – Contract Renewal

Preferred Supplier

·      034-S-10 Remove, Dispose, Supply and Install Streetlight Poles and Fixtures

·      336-S-09 Fireworks Display, Canada Day Celebration

 

Corporate Services

Award Details

Description

Highest Ranked /Second Lowest Priced Supplier

·      038-R-10 Printing and Delivery of the Summer, Fall 2010 & Winter 2010/11 issues of Markham Life Magazines

 

Development Services

Award Details

Description

Lowest Priced Supplier

·      017-T-10 14th Avenue Illumination – South Side (between McCowan Road and Markham Road)

Preferred Supplier

·      101-S-10  Relocation of Hydro Poles on Woodbine Avenue Bypass

 

 

 

RECOMMENDED BY:

Microsoft Office Signature Line...Microsoft Office Signature Line...


 

 

                                         STAFF AWARD REPORT                                                               

To:

Peter Loukes, Director, Operations

Re: 

066-Q-10 Supply, Removal and Installation of Various Guide Rails

Date: 

April 1, 2010

Prepared by:

Ken Jarvis, Supervisor Operations, Ext, 2355

Patti Malone, Senior Buyer, Purchasing Ext. 2239

 

PURPOSE

To obtain approval to award the contract for various guide rail upgrades at the following locations:

(Elgin Mills Rd between Hwy #48 and McCowan Rd / Reesor Rd south of 14th Ave  / Reesor Rd north of 16th Ave  / Henderson Ave north of John St on east side / #85 Dickson Hill Rd).

 

RECOMMENDATION

Recommended Supplier

Peninsula  Construction Inc. (Lowest Priced Supplier)

Current Budget Available 

$        93,200.00

Various Accounts (see Financial Attachment)

Less cost of award

$        82,762.25

$          5,000.00

$        87,762.25

Inclusive of PST and Exclusive of GST

Contingency

Total Award

2009 Budget Remaining after this award

 $          5,437.75

*

*The remaining balance of $5,437.75 will be returned to the original funding source upon completion of the project.

 

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

 

BACKGROUND

The Town of Markham released a Quote to market for the removal of existing guide-rail and replace it with Ontario Provincial Standard Specifications (OPSS) approved guide-rail at the following locations:

 

1.           Elgin Mills Rd between Hwy #48 and McCowan Rd

2.           Reesor Rd south of 14th Ave

3.          Reesor Rd north of 16th Ave

4.          Henderson Ave north of John St on east side

5.           #85 Dickson Hill Rd

 

BID INFORMATION

Advertised

ETN (Electronic Tendering Network)

Bids closed on

March 18, 2010

Number picking-up the bid

5

Number responding to bid

3

 

PRICE SUMMARY

Suppliers

Price, Inclusive of PST and Exclusive of GST

Peninsula  Construction Inc.

$  82,762.25

Powell Contracting Ltd.

$  84,000.00

Atlas Fence West Inc.

$121,850.00

 

FINANCIAL ATTACHMENT

 

 


                                      

                                                        STAFF AWARD REPORT                                            Page 1 of 2

To:

Brenda Librecz, Commissioner Community & Fire Services

Re: 

062-T-10 Tree Planting Services

Date: 

April 09, 2010

Prepared by:

Steve Matunin, Supervisor, Operations, Ext. 4560

Rosemarie Patano, Senior Buyer, Purchasing Ext. 2990

 

PURPOSE

To obtain approval to award the contract for tree planting services of approximately 800 trees for a one (1) year plus two (2) year option.

 

RECOMMENDATION

Recommended Supplier

Salivan Landscape Ltd. (Lowest Priced Supplier)

Current Budget Available 

$        71,344.00  

Various (See Financial Attachment)

Less cost of award

$        66,726.00

$        67,161.60

$        67,161.60

$      201,049.20

2010 –Inclusive of HST

2011 –Inclusive of HST*

2012 –Inclusive of HST*

Budget Remaining after this award**

$          4,618.00

**

*Subject to Council approval of the 2011 and 2012 operating budget.

** The budget remaining is allocated to fall tree supply.

 

Note: 2010 award includes PST until June 30, 2010 and the HST commencing July 1, 2010.

 

BACKGROUND

Tree planting of replacement and new boulevard and park trees is done by contract on an as required basis.   This is a new contractor to the Town’s Operations Department.  Reference checks conducted by the Purchasing Department provided satisfactory results.  The contract includes an option to renew for an additional two (2) years at the same terms, conditions and pricing should this contractor provide acceptable service in 2010.

 

BID INFORMATION:

Advertised

ETN (Electronic Tendering Network)

Bids closed on

March 24, 2009

Number picking up bid documents

13

Number responding to bid

6

 

 

PRICE SUMMARY:

Suppliers

Price  (Exclusive of all Taxes)

Salivan Landscape Ltd.

$     67,161.60*

Canadian Greenscape

$     78,558.72

Griffith Property Services

$     83,850.24

Sunshine Tree Contractors

$     85,478.40

Iron Trio

$     95,247.36

Forest Ridge Landscaping

$   128,518.81

 

*As compared to the previous contract (2008/09), this contract represents an approximate 23% increase in unit cost.   It is Staff’s belief the incumbent under-bid for the 2008/2009 award as their pricing was 25% lower than the previous award (2007/2008).  This low bid was indicative of their performance, as Staff did not exercise the option to extend this contract to the incumbent/low bidder.  When you compare the 2010 low bid price (recommended) to the 2007/2008 pricing, the costs are comparable. 

 

 

 

 

 

 

 

062-T-10 Tree Planting Services                                                                                                                       Page 2 of 2

 

 

 

 

The bid documents have been verified for accuracy and compliance with the tender specifications and staff are satisfied that all terms, conditions and bid prices comply with the Town’s requirements.

 

 

FINANCIAL ATTACHMENT:

Account Name

Account #

Budget Amount

Spent to Date

Committed

Budget Available

Amount to Allocate to this project

Budget Remaining

Forestry - Contracted Services

730-734 5399

        82,406

       11,807

      163,850

(93,251)

24,750

(118,001)

2010 - Replacement of Blvd. Trees

700-101-4299-10225

      156,000

               -  

          9,785

146,215

36,519

109,696

2010 - New Tree Planting - Parks

700-101-4299-10222

        20,000

               -  

          1,620

18,380

5,457

12,923

Totals:

 

      258,406

       11,807

      175,255

71,344

66,726

4,618

 


                                                                STAFF AWARD REPORT                                           

To:

John Livey, Chief Administrative Officer

Re: 

002-T-09 Closed Circuit Television Inspection of Sanitary and Storm Sewer Mains – Contract Extension

Date: 

April 1, 2010

Prepared by:

Diogo Oliviera, Waterworks Supervisor, ext. 2485

Patti Malone, Senior Buyer, ext. 2239

 

PURPOSE

The purpose of this report is to obtain approval to extend Tender 002-T-09 “Closed Circuit Television Inspection of Sanitary and Storm Sewer Mains” for an additional one (1) year at the same 2009 itemized pricing and as per original tender submission.

 

RECOMMENDATION

Recommended Supplier

Sewer Technologies Inc. (Lowest Priced Bidder) – Contract Extension

Current Budget Available

$306,100.00

See Financial attachment

Less cost of award

$250,270.00

Inclusive of HST

Budget Remaining after this award

$  55,830.00

*

*The remaining balance to be applied to other sanitary and storm sewer main projects as budgeted for within the respective accounts. 

 

BACKGROUND

CCTV inspection program collects data on the actual condition of the sanitary and storm sewers for operations and maintenance purposes. It also collects and verifies other sewers data such as size, material type, inflow and infiltration into the system. This information enables Waterworks and Operations (Roads) to verify the current condition and identify defects in the system for regular maintenance and capital rehabilitation planning and management. Regular CCTV inspection provides information to reduce risks and liabilities associated with sewer failures and backups. Extension of this contract provide us with due diligence in maintenance and will maintain our level of service.

 

Staff awarded Tender 002-T-09 to the lowest priced bidder (Sewer Technologies Inc) in 2009 for a one (1) year term. The Tender had an option to renew for two (2) additional years at the same terms, conditions, pricing and subject to contractor’s performance and satisfaction of the Town.

 

Purchasing department and Waterworks completed the contractor evaluation and are satisfied of their performance and reporting requirements. Based on possible CCTV data standardization within the Province, staff recommends extending the contract for additional one (1) year. Staff will assess this year the future standardized data requirements if they become available and will recommend further action regarding this program..

 

FINANCIAL ATTACHMENT

Account Number / Description

Original Budget

Current Budget Available

Current Budget Allocated

Less Cost of this Award (Inclusive of HST)

Budget Remaining After Allocation of this award

700-101-4299-10205

Operating Supplies

700-101-5399-10205

Contracted Services

700-101-5699-10205

Professional Services

$106,100.00

$106,100.00

$106,100.00

$106,100.00

$0

760-551-5300

Construction

$200,000.00

$200,000.00

$200,000.00

$144,170.00

$55,830.00

Total

$306,100.00

$306,100.00

$306,100.00

$250,270.00

$55,830.00

 

Note: Sewer Technologies Inc price submitted under Tender 002-T-09 in 2009 was 6% lower than the 2nd lowest priced supplier.

 


                                                                                              

 

                                                                          STAFF AWARD REPORT                                           

To:

John Livey, Chief Administrative Officer

Re: 

076-Q-09 Townwide, Tree Pruning at Various Locations – Contract Extension

Date: 

March 29, 2010

Prepared by:

Steve Matunin, Supervisor, Horticulture

Patti Malone, Senior Buyer, Purchasing

 

PURPOSE

To purpose of this report is to obtain approval to extend the contract to supply labour, vehicles and equipment required to execute Tree pruning at various Townwide locations for an additional two (2) years at the same 2009 itemized hourly rate and as per original tender submission under 076-Q-09.

 

RECOMMENDATION

Recommended Supplier

Total Tree Service (Lowest Priced Supplier)

Budget Available

(a) $    51,981.00

730-7345399 – Forestry Contracted Services

Less cost of Award

(b) $  128,662.00

     $  129,523.00

     $  258,185.00

Inclusive of HST (after July 2010)

Inclusive of HST*

Total award (2010/11)

Budget Remaining after this award

(c) $  (76,681.00[ToM2] )

** (a-b) = c

* The award in 2011 is subject to Council approval of the annual operating budget.

 

** The shortfall is due to the commitments pertaining to this tree pruning contract and emergency after hours tree work contract.  The tree pruning services contract is to cover for the 2 vacant arborist positions (1 vacancy and 1 secondment to Business and Technical Services, Operations) which will not be filled this year.  The negative variance is to be offset by the positive variance of the Direct Salaries – Outside Union and Benefits (730-7363000 & 730-7363499). 

 

BACKGROUND

The Town released a quotation to the market in 076-Q-09 in 2009 for qualified contractors for the supply of all labour, vehicles and equipment necessary to execute a work order pruning program as directed by Town staff.  The scope of work included the completion of ‘work orders’ provided by the Town.

 

Staff awarded quotation 076-Q-09 to Total Tree Service (lowest priced bidder / $97.91 per hour for a crew that includes labour, vehicles and equipment) in 2009 for a one (1) year term, however, the quotation document and bid submission had an option to renew for two (2) additional years at the same terms, conditions, pricing and based on the contractor’s performance and at the sole discretion of the Town.

 

Staff requested an approval of one (1) year on the original staff award in 2009 to confirm vendor performance as this was the first time doing business with them.  Staff completed a vendor evaluation and recommend extending the contract as per the bid document for the additional two (2) years as the vendor performance over the first year of the contract term was excellent.

 

The contracted pruning/removal of trees on an as required basis is needed to ensure adequate response to requests for tree maintenance.  The contract will offset the two (2) vacant arborist positions that will be vacant for the remainder of 2010 and 2011.

 


                                                  

STAFF AWARD REPORT                                                Page 1 of  2

To:

John Livey, Chief Administrative Officer

Re: 

067-T-10 Road Rehabilitation Program (Asphalt Resurfacing, Recycling and Pavement Preservation)

Date: 

April 9 2010

Prepared by:

Mike Brady, Supervisor Contract Administration Ext, 2316

Patti Malone, Senior Buyer Ext, 2239

 

PURPOSE

The purpose of this report is to obtain approval to award the contract for annual Road Rehabilitation Program.

 

RECOMMENDATION

Recommended Supplier

Brennan Paving & Construction Ltd (Lowest Priced Supplier)

Current Budget Available 

$  5,136,239.00

Various accounts (See Financial Considerations).  Budget allocated for this item

Less cost of award

$  3,696,720.00

$  3,676,836.00

$  3,676,836.00

$11,050,392.00

2010 –Inclusive of HST

2011 – Inclusive of HST*

2012 – Inclusive of HST*

Total award

Budget Remaining after this award

$  1,439,519.00

**

* Subject to Council approval of the 2011 and 2012 annual operating budget.

 

** $1,000,000 will be returned to the Life Cycle Reserve and the $439,519 represents the contingency to allow for the fluctuations in asphalt and concrete estimate.

 

Note:  The cost of the award includes the impact of HST commencing July 1, 2010.

 

BACKGROUND

Tender 067-T-10 was released for the annual road rehabilitation program that includes asphalt resurfacing, asphalt recycling and pavement preservation strategies.  

 

BID INFORMATION

Advertised

ETN

Bids closed on

March 24th, 2010

Number picking up bid documents

17*

Number responding to bid

3

*Purchasing received feedback from a number of companies who picked up the bid document but did not provide a submission:  Two (2) bidders after reviewing the bid document did not have sufficient expertise.  Three (3) bidders declined due to their current work load and one (1) bidder felt that they could not be cost competitive with the micro-surfacing portion of this contract.

 

PRICE SUMMARY

Suppliers

Price, Inclusive of HST (Commencing July 1, 2010)

Brennan Paving & Construction Ltd.

$  3,696,720.00*

D. Crupi & Sons Limited

$  4,467,583.48

Coco Paving Inc.

$  4,569,134.89

* In comparing the 2007 contract pricing (53 unit items), this price represents an 8% reduction on 28 unit priced items and an 8% increase on 22 unit priced items and 3 unit price items remain unchanged.  Overall it’s a 3 % cost reduction.

Note:  The cost of the award includes the impact of HST commencing July 1, 2010.

 

ENVIRONMENTAL CONSIDERATIONS

 

Over the past several years the Town of Markham has introduced a number of environmentally friendly processes to the Road Rehabilitation program. The operations department has used a Warm Mix Asphalt that is produced at a lower temperature (approximately + 35 C) than traditional hot mixes. Because the asphalt is produced at a lower temperature, there is a reduction in Green House Gases. The asphalt also incorporates Recycled Asphalt Shingles at the mixing stage at the plant.  A second process that the Town is using is a pavement preservation process. By using a preservation process within the first 10 years of the new pavements life, it allows us to extend the life of the pavement.

 


067-T-10 Road Rehabilitation Program (Asphalt Resurfacing, Recycling and Pavement Preservation)  Page 2 of 2

 

 

FINANCIAL CONSIDERATIONS

 

Account Name

Account #

Budget Amount

Spent to Date

Committed

Budget Available

Amount to Allocate to this project

Budget Remaining

Asphalt Resurfacing

050-6150-9166-005

  3,898,620

       3,253,313

                -  

     645,307

      645,307

                 0

Asphalt Resurfacing

050-6150-10503-005

  3,671,503

                   -  

        25,000

  3,646,503

   2,206,984

   1,439,519

Secondary Roadworks

050-6150-9175-005

     500,000

          140,571

                -   

     359,429

      359,429

                 0

Secondary Roadworks

050-6150-10204-005

     500,000

                   -  

        15,000

     485,000

      485,000

               -  

Totals:

 

  8,570,123

       3,393,884

        40,000

  5,136,239

   3,696,720

   1,439,520

 

The $40,000 commitments identified on the table represent the 15k committed to interlock repairs and 25k committed to the recycled aggregate.

 

 


                           

                           

 

                                                 

STAFF AWARD REPORT                                                Page 1 of 3

To:

Brenda Librecz, Commissioner Community & Fire Services

Re: 

050-Q-10  Supply and Delivery of Furniture for the Markham Public Library (Unionville Branch)

Date: 

April 20, 2010

Prepared by:

Deborah Walker, Director, Library Strategy & Innovation,  Ext. 4414

Rosemarie Patano, Senior Buyer, Ext. 2990

 

PURPOSE

To obtain approval to award the contract for Supply and Delivery of Furniture for the Markham Public Library

 (Unionville Branch).

 

RECOMMENDATION

Recommended Suppliers

Brodart Canada (Lowest Priced Supplier items 12 & 29)

POI Business Interiors (Lowest Priced Supplier items 7 – 11 & 13 – 17 & 19, 20, 23 )

Mayhew Associates Inc.  (Lowest Priced Supplier items 1 – 6 & 24 - 28 )

Current Budget Available 

$      97,093.00

Various (See financial considerations)

Less cost of award

$        1,877.73

$      25,874.09

$      63,257.49 

$      91,009.30 

Brodart Canada (Inclusive of HST)

POI Business Interiors (Inclusive of HST)

Mayhew Associates Inc. (Inclusive of HST

Total award

Budget Remaining after this award

$        6,083.70

*

*Remaining funds of $6083.70 will remain in account number 76-6150-9255-005 until project completion.  They will be allocated to the procurement of acrylic displayers and shelving accessories as per needs identified by branch manager and as budgeted for within this account.

 

Note: Since the delivery has been extended to after June 30 2010, the Town will save $5,800 through the HST rebate portion.

 

BACKGROUND

Markham Public Library is currently looking to replace furniture at the Unionville Branch located at 15 Library Lane, implementing furniture standards to create a cohesive and consistent aesthetic throughout all branches.

 

The furniture listing / specifications put forth in the bid document were based on following established key criteria:

 

§  Business and End-User Flexibility

§  Ergonomics

§  Support Ongoing Change / Flux

§  Support Emerging Technology

§  Support and Enhance Individual and Team Based Requirements

§  Demonstrate Cost Effectiveness and Affordability

 

The entirety of the project reflects approximately 259 loose furniture pieces.  Furniture types and locations in Unionville Library are as listed below:

 

§  Type A.1 to A.4 – Adult Lounge Areas

§  Type B.1 to B.2 – Study Areas

§  Type C.1 to C.4 – Teen Area

§  Type D.1 to D.6 – Kids Area

§  Type E.1 to E.3 – Staff Computer Stations

§  Type F.1 to F.2 – Adult and Kids PAC Station

§  Type G.1 to G.3 – Multipurpose Areas

 

 

 

 


 

050-Q-10 Supply and Delivery of Furniture for the Markham Public Library (Unionville Branch)                          Page 2 of 3 

 

 

BID INFORMATION

Advertised

ETN

Bids closed on

March 19, 2010

Number picking up bid documents

9

Number responding to bid

4*

*One bidder was disqualified as their company’s bid submission was not per the time specified on the quotation cover page.

 As per the Town’s General Terms and Conditions Section 13, “Late Bids shall NOT be accepted.”

 

PRICE SUMMARY

 

 

 

BRODART

POI

MAYHEW

Item #

Qty

Manuf.

Unit Price

Extended Price

Unit Price

Extended Price

Unit Price

Extended Price

1

20

ARTOPEX

 $   1,084.70

 $ 21,694.00

 

 $                   -  

 $       715.50

 $       14,310.00

2

10

ARTOPEX

 

 $                -  

 

 $                   -  

 $       151.20

 $         1,512.00

3

1

ARTOPEX

 

 $                -  

 

 $                   -  

 $       184.50

 $            184.50

4

1

ARTOPEX

 $   1,842.55

 $   1,842.55

 

 $                   -  

 $    1,474.20

 $         1,474.20

5

60

KI

 $      193.13

 $ 11,587.80

 $        159.44

 $         9,566.40

 $       158.05

 $         9,483.00

6

60

Alternative Manu.

 

 $                -  

 

 $                   -  

 $       157.78

 $         9,466.80

7

5

KI

 

 $                -  

 $        357.78

 $         1,788.90

 $       567.44

 $         2,837.20

8

20

KI

 

 $                -  

 $        283.33

 $         5,666.60

 $       470.85

 $         9,417.00

9

2

STEELCASE

 

 $                -  

 $        487.42

 $            974.84

 $       560.74

 $         1,121.48

10

4

STEELCASE

 

 $                -  

 $        355.66

 $         1,422.64

 $       405.98

 $         1,623.92

11

6

KEILHAUER

 

 $                -  

 $        648.63

 $         3,891.78

 $       710.60

 $         4,263.60

12

3

STEELCASE

 $      398.23

 $   1,194.69

 $        614.78

 $         1,844.34

 $       636.53

 $         1,909.59

13

3

NIEMKAMPER

 

 $                -  

 $     1,150.00

 $         3,450.00

 $    1,406.50

 $         4,219.50

14

1

STEELCASE

 

 $                -  

 $     1,032.48

 $         1,032.48

 $    1,132.61

 $         1,132.61

15

1

STEELCASE

 

 $                -  

 $        525.71

 $            525.71

 $       563.39

 $            563.39

16

1

STEELCASE

 

 $                -  

 $        525.71

 $            525.71

 $       563.39

 $            563.39

17

1

STEELCASE

 

 $                -  

 $        534.92

 $            534.92

 $       569.75

 $            569.75

18

1

STEELCASE

 

 $                -  

 $        606.08

 $            606.08

 $       652.43

 $            652.43

19

8

SPEC

 

 $                -  

 $        137.50

 $         1,100.00

 $       155.65

 $         1,245.20

20

2

SPEC

 

 $                -  

 $        282.50

 $            565.00

 $       284.90

 $            569.80

21

6

KNOLL

 

 $                -  

 $        480.15

 $         2,880.90

 $       580.00

 $         3,480.00

22

2

STEELCASE

 

 $                -  

 $     1,546.89

 $         3,093.78

 $    1,675.96

 $         3,351.92

23

2

STEELCASE

 

 $                -  

 $        427.11

 $            854.22

 $       432.45

 $            864.90

24

14

ARTOPEX

 

 $                -  

 

 $                   -  

 $       710.07

 $         9,940.98

25

4

ARTOPEX

 

 $                -  

 

 $                   -  

 $       650.72

 $         2,602.88

26

18

STEELCASE

 

 $                -  

 $        427.11

 $         7,687.98

 $       302.85

 $         5,451.30

27

50

STEELCASE

 $      171.26

 $   8,563.00

 $        139.24

 $         6,962.00

 $       123.75

 $         6,187.50

28

5

STEELCASE

 

 $                 -  

 $        348.86

 $         1,744.30

 $       310.05

 $         1,550.25

29

8

KI

 $        81.32

 $      650.56

 $        255.56

 $         2,044.48

 $       237.80

 $         1,902.40

 

Sub-Total

 $   1,845.25

 

 $       25,426.58

 

 $       62,163.41

 

Total (including HST)

 $   1,877.73

 

 $       25,874.09

 

 $       63,257.49

 


 

 

 

050-Q-10 Supply and Delivery of Furniture for the Markham Public Library (Unionville Branch)         Page 3 of 3 

 

 

 

FINANCIAL CONSIDERATIONS

 

 

Account Name

Account #

Budget Amount

Spent to Date

Committed

Budget Available

Amount to Allocate to this project

Budget Remaining

Replace Shelving - Annual Program

76-6150-9254-005

    61,200

     8,171

                 -  

     53,029

       53,029

-             0

Replace Furniture and Equipment - Annual

76-6150-9255-005

    61,200

   17,136

                 -  

     44,064

       37,980

        6,084

Totals:

 

  122,400

   25,307

                 -  

     97,093

       91,009

        6,084

 

 


                                                                                               

                                                        

STAFF AWARD REPORT                                  Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

011-T-10 Construction of the Saint Robert Artificial Field, Bubble and Clubhouse

Date: 

April 21, 2010

Prepared by:

Paul Ingham, General Manager, Operations, ext. 4852

Tony Casale, Senior Buyer, ext. 3190

 

PURPOSE

To obtain approval to award the contract for the construction of the Saint Robert Artificial Field, Bubble and Clubhouse.

 

RECOMMENDATION

Recommended Supplier

Rutherford Contracting Ltd. (Lowest Priced Bidder)

Current Budget Available

$    3,023,798.28

070-5350-9526-005 Saint Roberts Turf / Bubble

Less: Cost of Award

 

$    2,350,364.01

$       235,036.40

$    2,585,400.41

Inclusive of PST & HST; exclusive of GST*

Contingency (10%)

Total Cost of Award

Budget Remaining after this award

$       438,397.87

**

* The price includes estimated PST impact for work prior to July 1, 2010 and HST thereafter.

** The remaining budget in the amount of $438,397.87 will be used for other project related requirements. 

BACKGROUND

As part of the Federal Stimulus Fund Project, the Town of Markham (Town) in partnership with the York Catholic District School Board received approval for a 1/3 cost sharing agreement with the Province of Ontario, Government of Canada and the Town to construct an artificial field, bubble and clubhouse at the Saint Roberts Catholic High School.

 

The scope of work involves the construction of a new full size (60m X 100m) artificial turf surface at the Saint Roberts Catholic High School. One third (60m X 38m) extension of the field will be covered in the winter season by an air supported structure with associated clubhouse (approximately 2,000 sq ft), lighting, and mechanical requirements.

 

Due to the scope of the project, contractors were pre-qualified to ensure that all bidders would have the necessary qualifications, experience and resources to complete the works in accordance with Town of Markham requirements within the specified timelines. Pre qualification # 387-P-09 was issued to the market place in accordance with the Purchasing By-law 2004-341

 

PRE QUALIFICATION INFORMATION (387-P-09)

 

Advertised, place and date

January 18, 2010

Pre qualification closed on

January 29, 2010

Number of contractors picking up bid documents

36

Number of contractors responding to bid

8

Number of contractors Pre qualified

4

 

BID INFORMATION (011-T-10)

 

Advertised

ETN (Electronic Tendering Network)

Bids closed on

April 19, 2010

Number picking up bid documents

4

Number responding to bid

3

 

 

 

 

 

 

 

 

011-T-10 Construction of the Saint Robert Artificial Field, Bubble and Clubhouse                                        Page 2 of 2

_______________________________________________________________________________________________

 

 

DETAILED PRICING INFORMATION

Supplier

Price (exclusive of all taxes) *

Rutherford Contracting Ltd.

$ 2,305,553.62

Gateman Milloy Inc.

$ 2,367,199.09

Pine Valley Enterprises Inc,

$ 2,729,070.00

* Prices include provisional items (turf groomer and turf sweeper) with prices ranging from $6,350.00 - $9,700.00 respectively for both items.

 

FINANCIAL CONSIDERATIONS

The following table presents the financial position of the project after the proposed award.

 

 

 


     STAFF AWARD REPORT                                                Page 1 of 2

To:

Brenda Librecz, Commissioner Community & Fire Services

Re: 

030-R-10  Master Fire Plan

Date: 

April 06, 2010

Prepared by:

Bill Snowball, Fire Chief Ext. 5982

Rosemarie Patano, Senior Buyer, Ext. 2990

 

PURPOSE

To obtain approval to award the contract of the Markham Fire and Emergency Services (MFES), Master Fire Plan.

 

RECOMMENDATION

Recommended Supplier

Dillon Consulting Limited (Highest Ranked and 2nd Lowest  Priced Supplier)

Current Budget Available 

$   100,000.00

420 101 5399 10125 

Less cost of award

$     82,334.02

Inclusive of HST

Budget Remaining after this award

$     17,665.98   

*

*Remaining funds of $17,665.98 will be returned to the original funding source after project completion

 

BACKGROUND

The purpose of the Master Fire Plan is to provide a comprehensive plan for the future, based upon an analysis of the present operations and practices within Markham Fire and Emergency Services (MFES), compared against industry best practices, applicable legislation and standards, cost benefit analysis of existing and / or proposed services and the financial impact on services when taking into consideration the projected growth and development in Markham.

The development of this Master Fire Plan will include the following elements:

§  SWOT (Strengths / Weaknesses / Opportunities / Threats) Analysis

§  Environmental Scan Analysis – Best Practice(s) identification

§  Full departmental review; and

§  Opportunity for internal and external stakeholders input

The goal of this project is to research, develop, design and produce a fiscally responsible Master Fire Plan that will meet the needs of Markham with short term goal and objectives for the five years, and long term goals and objectives for a term up to ten years.  The MFES Plan is to develop a practical strategy that is based on a clear understanding of the Town's growth and resource limitations.  The department service master plans will ensure that the Town continues to provide the correct services in the correct way and correct time, at the correct cost.

BID INFORMATION

Advertised

ETN

Bids closed on

March 12, 2010

Number picking up bid documents

7

Number responding to bid

5

 

 

 

 

 

 

 

 

 

 

 

 

030-R-10 Master Fire Plan                                                                                                                              Page 2 of 2

 

PROPOSAL EVALUATION

The Evaluation Team was comprised of staff from the Fire Department with purchasing staff acting as the facilitator.  The proposals were evaluated based on pre-established evaluation criteria as identified in the Request for Proposal: 20% Past Experience, 25% Qualifications of Team, 20% Project Delivery, and 35% price, totaling 100% with the resulting scores as follows:

 

   Suppliers

     Total Score Out of  100

Rank

Dillon Consulting Limited

71.04

1

Earnest Yakiwchuk

64.50

2

T.L. Powell & Associates

56.03

3

Morrison Hershfield Ltd.

50.33

4

MMM Group Limited

43.00

5

Note:  Prices ranged from $55, 637.89 - $164,500.00 (Inclusive of HST).

 

 

The evaluation confirmed Dillon Consulting Limited (Dillon) as the highest overall ranked bidder with the 2nd lowest price. The low bidder was $26, 696.13 (Inclusive of HST) lower than the recommended proponent (Dillon), however, the low bidder received the lowest scoring of all five (5) proponents in the technical component of the evaluation.

 

Dillon scored highest on their technical submission when compared to the other proponents, and their proposal demonstrated to the Town’s satisfaction that they have the ability to undertake the project and they have a strong understanding of the project deliverables, key issues and challenges.   Dillon demonstrated a thorough understanding of the project and its requirements.

 

Purchasing staff negotiated a 15% ($14,330) cost reduction with Dillon for the recommended award from their initial proposed price as allowed under the Purchasing By-Law. 

 

 

 

 


                                      

                                                                 

              STAFF AWARD REPORT                                                 Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

075-T-10 Surface Treatment Program

Date: 

March 31, 2010

Prepared by:

Mike Brady, Supervisor, Contract Administration, Operations

Patti Malone, Senior Buyer, Purchasing

 

PURPOSE

To obtain approval to award a three (3) year contract for the Surface Treatment Program to pave rural gravel roads. 

 

RECOMMENDATION

Recommended Supplier

Miller Paving Ltd. (Sole Bidder)

Current Budget Available 

$  92,585.00

050-6150-10509-005 Surface Treatment

Less cost of award

$  92,585.00

$  92,585.00

$  92,585.00

$277,755.00

2010 - Inclusive of HST

2011-  Inclusive of HST*

2012 - Inclusive of HST*

Total Cost of Award

Budget Remaining after this award

$           0.00

*

**Pending 2011 & 2012 budget approval.

 

Note: Asphalt pricing will be based on the AC Index. Labour and Equipment costs will be firm for a three (3) year period.   The Operations Department will work to remain within the approved funding level.  

 

BACKGROUND

Surface Treatment is an asphalt based product used to pave rural gravel roads.  The double lift surface treatment is applied to gravel surfaces in order to eliminate the high maintenance expenditures associated with gravel roads, while further providing an improved driving surface.  Double lift surface treatment is done solely on gravel roads whilst single surface treatment is used on existing double lift surfaces, extending the life of the wearing surface.

 

The double lift surface application requires two lifts of emulsion plus two applications of granular material.

During the 2010 season, a double lift surface treatment application will be done on 11th concession, from Steeles Avenue to 14th Avenue.  In 2011, the scope of work will be to complete 14th to the Town Line. 

 

Miller Paving Ltd  (Miller) has been providing this service for approximately 30 years and during this term the Town has had one (1) other contractor perform this service who have since been purchased by Miller. Purchasing however placed a bid in the market to obtain competitive quotes.

 

BID INFORMATION

Advertised

ETN

Bids closed on

March 17th, 2010

Number picking up bid documents

11*

Number responding to bid

1

*Purchasing contacted bidders who downloaded the document and did not submit a bid.   This particular surface treatment is only done by three (3) companies.  The locations of these three (3) suppliers are Barrie, Lindsay and Markham (Miller).  Due to the logistics and proximity to road works, these two bidders did not bid as they did not believe they would be cost competitive.

 

Additionally, Staff released this same tender in November 2009 and only received one (1) bid at that time (Miller Paving Ltd.). Staff decided not to award at this time due to pricing and cancelled the tender.  Staff reissued the project under 075-T-10 back to the market to try and increase the competitiveness.  When we compare the unit prices received in November 2009 to this tender (075-T-10), the unit costs received under 075-T-10 is 12% lower.

 

Purchasing will continue to monitor the market place for new entrants that provide similar service and will negotiate with Miller if found necessary and feasible for future years.

 

 


 

 

075-T-10 Surface Treatment Program Staff award                                                                                Page 2 of 2

 

 

PRICE SUMMARY

 

On Tender closing, bids received exceeded the budget allocated for surface treatment resulting in the application of only the double lift treatment in 2010.   The Purchase Order and work required in 2010 will be up to the approved budget funding ($92,585.00) amount as identified within the recommendation section..  The estimate included within the bid document was to go from Steeles to the Town line, however, this will be reduced (Steeles to 14th Ave) due to pricing. The Town will complete the portion 14th to the Town Line in 2011.

 

 

 

 


STAFF AWARD REPORT                                                           Page 1 of 3

To:

John Livey, Chief Administrative Officer

Re: 

158-Q-08 Flow Monitoring and Analysis for Inflow/Infiltration Reduction Pilot Program in Grandview Area – Contract Renewal

Date: 

March 18, 2010

Prepared by:

Karen Dennison, Manager of System Engineering, Ext. 2519

Patti Malone, Senior Buyer, Ext. 2239

 

PURPOSE

The purpose of this report is to obtain approval to extend contract 158-Q-08 for the flow monitoring program of the Town’s I/I Reduction Pilot Program in the Grandview Area with the current consultant (Calder Engineering Ltd.) for twelve (12) additional months.

 

RECOMMENDATION

Recommended Supplier

Calder Engineering Ltd. (Preferred Supplier)

Current Budget Available 

$112,548.38

760 101 5699 8511 Downspout Disconnection

Less cost of award

$  56,540.00

$  43,300.00

$  99,840.00

2010 - Inclusive of HST

2011 - Inclusive of HST*

Total award

Budget Remaining after this award

$  12,708.38

**

* The 2011 requirement is unknown at this time as additional flow monitoring may be required in 2011 or may only have to be extended for a few months.  The purchase order will not be released for 2011 until confirmation is received that the sewer lateral lining completion requires the pilot project to be extended into 2011.

 

** The remaining balance will remain in the account for other waterworks requirements as budgeted for with in the account.

 

Staff further recommends: 

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7, “(c) when the extension of an existing contract would prove more cost-effective or beneficial;”

 

BACKGROUND

Waterworks is conducting pilot testing of various I/I reduction strategies in the Grandview area of Thornhill.  The plan is for four incremental I/I reduction measures: downspout disconnection (the majority of disconnections completed in July 2009); sealing of manholes using sealing dishes (completed in October 2009); relining of sanitary laterals (will be conducted in 2010);

and relining of sanitary mainline (will be conducted in 2010).

 

To identify the effectiveness of each adopted measure, a continuous consistent flow monitoring program is necessary to capture flow conditions under both pre- and after-reduction measure implementation.  The monitored data can be subsequently used to evaluate I/I reduction performance of these measures, and in the development of Best Practices to be applied across the Town of Markham.

 

In August 2008, quotation 158-Q-08 was awarded to Calder Engineering Ltd (highest ranked / 2nd lowest priced bidder) through an open bid process for flow monitoring and analysis until November 2009.  The methodology they proposed was the most appropriate one for required accuracy when monitoring smaller size sewers as found in the pilot area and was $1,954 higher priced than the low bidder.

 

Since this date, the project has been completed, however, Staff are recommending continuing this flow monitoring program in relation to the on going sealing of manholes using sealing dishes, relining of sanitary laterals, and relining of sanitary mainline.

 

 

 

 


 

158-Q-08 Flow Monitoring and Analysis for Inflow/Infiltration Reduction Pilot Program in Grandview Area

- Contract Renewal                                                                                                                                                       Page 2 of 3

 

 

Staff recommends extending the current contract with Calder Engineering Ltd into 2010 at the same prices and conditions for the same items as per the quotation 158-Q-08.  Additional analyses are required to evaluate the effectiveness of the four I/I reduction measures implemented in the pilot area. This is a new item in the 2010 contract. If required, the flow monitoring would be extended into 2011 with a 3% rate increase to cover inflation costs since the project commenced 2 years ago.

 

The advantages of extending this contract with Calder Engineering Ltd are cost savings, a positive consultant experience/performance, and the continuity of the project.   This consultant has been providing good services to us since the first contract, i.e., applied the appropriate technology/methodology (weir + secondary measurement devices) to those small catchments in our pilot area; met the project schedule and milestones (project starts, meetings and deliverables); provided excellent consulting report to present field observations, flow monitoring results, and recommendations; provided two winter months of free flow data (the flow monitoring was supposed to be paused for two month in the winter as specified in the contract but the contractor left the equipment running in the field and provided the data with no additional charge. These data provided useful information for snow melting flow conditions in the sewer system). A consistent flow monitoring and data analysis methodology is necessary to evaluate the effectiveness of four I/I reduction measures implemented in the pilot study. Using the same consultant to conduct the flow monitoring will ensure the continuity of the project.

 

A good quality flow monitoring program is the fundamental component for the success of the Town’s I/I reduction pilot program. Waterworks has the designated funds for continuously monitoring of the I/I reduction pilot program. The extended monitoring period is expected to be another 12 months

 

The original 2008 contract for 13 months and 4 monitoring stations:

1.             Flow monitoring network for 4 stations                          13 months x $2,605            $33,865.00

2.             Monitoring data processing and analysis                       13 months x $600                               $ 7,800.00

3.             Interim reports                                                                     2 x $1,800                             $ 3,600.00

4.             Final report                                                                           1 x $1,900                             $ 1,900.00

5.             Installation of flow monitoring network                         lump sum                              $ 1,330.00

6.             Removal cost of the equipment                                       lump sum                              $    810.00

                                                                                                                                                Total      $49,305.00

 

The 2010 contract for 12 months and 4 monitoring stations:

1.             Flow monitoring network for 4 stations                          12 months x $2,605            $31,260.00

2.             Monitoring data processing and analysis                       12 months x $600                               $ 7,200.00

3.             Interim reports                                                                     2 x $1,800                            $3,600.00

4.             Analysis of 4 incremental I/I reduction measures        4 x 3,620                               $14,480.00*

                                                                                                                                                Total      $56,540.00

* Item 4 in 2010 contract is the additional analysis required to evaluate the effectiveness of the four I/I reduction measures and was not included in the quotation 158-Q-08.

 

The potential 2011 contract for 12 month and 4 monitoring stations:

1.             Flow monitoring network for 4 stations                          12 months x $2,680            $32,160.00

2.             Monitoring data processing and analysis                       12 months x $620                               $ 7,440.00

3.             Interim reports                                                                     2 x $1,850                            $3,700.00

 

The purchase order will not be released for 2011 until it has confirmed that the sewer lining completion requires the flow monitoring to be extended into 2011.

 

The cost savings by extending the contract with the current consultant is the following:

· Final Report                       $1,900

· Equipment removal         $   810

· Equipment installation    $1,330

o    Total                    $4,040


 

158-Q-08 Flow Monitoring and Analysis for Inflow/Infiltration Reduction Pilot Program in Grandview Area

- Contract Renewal                                                                                                                                                       Page 3 of 3

 

Report:

Included in contract 158-Q-08 was the requirement for a final report.  Since staff recommend extending the current contract, the Town will only require one (1) final report at the end of this monitoring program.  If staff went to the market, we would be required to pay for two (2) final reports. 

 

Equipment Removal:

Included in contract 158-Q-08 was the requirement for the equipment removal.  This cost would be required to be paid to Calder Engineering Ltd under contract 158-Q-08 for the removal of the equipment after completion of the monitoring program, the Town would be required to pay this twice if the staff went to the market.

 

Equipment installation:

Included in contract 158-Q-08 was the requirement for the equipment installation.  Since the equipment is already installed, the Town would not be required to pay this amount again from any other contractor.

 

Noted: The cost savings identified above ($4,040) are the prices from Calder Engineering Ltd. Calder Engineering’s overall pricing, best suited technology and methodology were the reasons they were selected for this project.

 

 

 

 

 


       

                                    

                                        STAFF AWARD REPORT                                      Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

034-S-10 Remove, Dispose, Supply and Install Streetlight Poles and Fixtures

Date: 

March 24, 2010

Prepared by:

Alan Laver, Manager, Utilities and Contracts, ext. 3400

Patti Malone, Senior Buyer, ext. 2239

 

PURPOSE

The purpose of this report is to obtain approval to award the contract for the removal, disposal, supply and install of Streetlight Poles and Fixtures.

 

RECOMMENDATION

Recommended Supplier

Langley Utilities Contracting Ltd. (Preferred Supplier)

Current Budget Available

$    231,572.00

 058-6150-10277-005 Streetlight Repl Condtn (2010)

Less cost of award

$    188,700.00

$        9,435.00

$    198,135.00     

Award inclusive of PST, exclusive of GST

Contingency (5%)*

Total award

Budget Remaining after this award

$      33,437.00

*

*The remaining budget in the amount of $33,437.00 will remain in the account for any emergency pole replacements as budgeted for within this account.

 

Note: The financial considerations do not include HST as works are expected to be completed prior to July 1st, 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 (c) which states: when the extension of an existing contract would prove more cost-effective or beneficial;

BACKGROUND

In 2008 the Asset Management Department retained a Consultant to prepare an inventory and condition analysis of approx. 18,000 older streetlights in the Town.  The condition analysis identified approximately 160 poles that needed to be replaced as soon as possible and within the same analysis report a cost consultant identified $5,000/pole.  In order to budget for this replacement, Staff identified a five (5) year budget (2009 – 2013) planning commencing in 2009

 

1. Quote 157-T-09 (June 2009) – 38 poles

Staff released to the market quotation 157-T-09 in June 2009 for the replacement of streetlight poles and awarded the contract to the lowest priced bidder (Langley Utilities Contracting Ltd.) for 38 poles.  The prices received under this quotation were significantly lower than anticipated likely due to the competitiveness of the marketplace and/or an overestimate from the consultant (e.g. Prices received. were approx. $2500/pole compared to the $5,000 /pole estimate).  Subsequently, the lower pricing provided an opportunity for further pole replacement in 2009 with the ability to reduce future budgetary requirements. 

 

2. Quote 318-Q-09 (October 2009) – 34 poles

In Oct. 2009 the second quotation (318-Q-09) was released to the market and the Town only received one (1) bid (Langley Utilities Contracting Ltd.) as other bidders who picked up the document identified current work load and commitments eliminated them from bidding on this project.  The prices received under this 2nd quotation were 4% higher than 157-T-09.  However, staff negotiated (Since we had a sole bidder) a 5% reduction over submitted pricing under 318-Q-09, therefore a reduction of 1% compared to tender 157-T-09.  This pricing received under quotes 157-T-09 & 318-Q-09 allowed the Town to replace an additional 34 poles within the budget for 2009. 

 

The 2010 Budget has approved funding to continue with the original Replacement Program and Staff recommend utilizing the pricing received under 318-Q-09 (After negotiations) to do additional pole replacements (88 poles) in 2010 using the 2009 itemized pricing.

 

The budget for 2010 is reflective of using 2009 itemized prices; this would allow the Town to complete the original program (2009-2013) in 2010. 

 

 

034-S-10:  Remove, Dispose, Supply and Install Streetlight Poles and Fixtures                           Page 2 of 2

 

 

Langley has performed well on the 2009 program and knows the Town’s requirements/standards well as they also do the Streetlight Maintenance for the Town under contract with PowerStream.  The Asset Management Department has had a good working relationship and received excellent performance levels from Langley.

 

The Town released two (2) quotations in 2009 and both times Langley was successful.   Staff  has concerns that due to increase in material, labour, and fuel costs that were evident in the 2nd quotation (increase of 5% before negotiation) and additionally, the construction industry is seeing added workload due to stimulus funded projects, the Town may see an increase of the pole replacement if we elect to go to the market.

 

The Town will continue the inspection program based on the age/condition of poles in 2011 for the 2012 budget. The replacements of these poles in 2012 will be released to the market place.

 

Asset Management has revised their Streetlight Life Cycle Budget to reflect the cost reductions due to the anticipated completion of the originally identified backlog of pole replacements in 2010.

 

ENVIRONMENTAL CONSIDERATIONS

The disposed streetlights are recycled in the following manner.   The concrete poles are crushed for reuse as road base material and the reinforcing steel is separated and recycled through scrap metals.  Any metal poles , usually aluminum or steel, are recycled as scrap metal.

 

 

                              

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

                 STAFF AWARD REPORT                                            Page 1 of 2

                                 (OUTSIDE CRITERIA)

To:

John Livey, Chief Administrative Officer

Re: 

336-S-06 Fireworks Display, Canada Day Celebration

Date: 

February 3, 2010

Prepared by:

Anna Rose, Manager, Community Relations ext. 2662

Patti Malone, Manager, Purchasing ext. 2239

 

PURPOSE

The purpose of this report is to obtain approval to award the contract for the supply of fireworks display for Markham

Canada Day Celebration on July 1 in the years 2010, 2011 and 2012. 

 

RECOMMENDATION

Recommended Supplier

Redboss Pyrotechnicians Inc. (Preferred  Supplier)

Original Budget and Account #

N/A

25 2100016 Canada Day Committee

Current Budget Available 

N/A

 

Less cost of award

$     30,000.00

$     30,000.00

$     30,000.00

$     90,000.00

2010 - Inclusive of HST

2011 - Inclusive of HST*

2012 - Inclusive of HST*

Budget Remaining after this award

         N/A

 

* Subject to Council approval of each budget year (2010 – 2012).

 

Staff recommends:  THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (h where it is necessary or in the best interests of the Town to acquire non-standard items from a preferred supplier or from a supplier who has a proven track record with the Town in terms of pricing, quality and service.

 

BACKGROUND

In July 2009, representatives of the Markham Canada Day Celebration Committee (Committee), consisting of Chairman  Councillor Carolina Moretti and Operations Staff, met with Redboss Pyrotechnicians Inc. to discuss the supply of fireworks

 display for Canada Day’s annual celebration.

 

During the meeting, Redboss agreed to continually customize the fireworks display for Markham’s Canada Day celebration

 from 2010 to 2012 in the amount that will meet the Town’s approved annual budget.  The Committee discussed the

 proposal from Redboss and concurred with the award. 

 

DISCUSSION

In evaluating the Town’s options, a number of investigative steps were undertaken by staff.  The reasons for recommending the award to Redboss are as follows:

 

Value for money

 

· In 2008 & 2009, the fireworks industry saw an increase (1st increase in the market in approx 6 years – Due to Beijing games) of 10 - 15% due to rising labour and raw materials costs as 90% of fireworks are manufactured in China.   Red boss has not passed this increase onto the Town and has maintained the same fixed fee since 2006 and will maintain the firm fixed pricing until 2012 with the same level of fireworks display.

 

· The annual recommended award is competitive within this specialized industry.  Staff’s research of the market place has confirmed the price proposal is considered to be competitive in the industry.  Since it is deemed difficult to compare quotes based on pricing as everyone has a dollar budget in order to provide the best show available.  The typical fireworks shows can cost $20,000 - $100,000 with the average cost being $40,000 for a 15 minute show.    It should be noted the Town has the ability to reduce cost; however, the fireworks display would have to be reduced in terms of aesthetics and duration.     

 

336-S-09 Fireworks Display, Canada Day Celebration                                                                            Page 2 of 2

 

 

· The 15 minute program will consist of the following:

 

o    20 – Multicoloured           102mm mines

o    20 – Roman Candles       50 mm (8 firings per candle – 160 firings)

o    10 – Cakes                          30mm (300 firings per cake - 3000 firings)

o    15 – Cakes                          40mm (50 firings per cake – 750 firings)

o    15 – Cakes                          50mm (45 firings per cake – 675 firings)

o    200 – Shells                         50mm

o    200- Shells                           76mm

o    200- Shells                          102mm

o    75 – Shells                          127mm

o    50- Shells                            155mm

o    5- Shells                              205mm

 

Total of 5335 firings within the show and it is designed in the European style of master pyrotechnics. 

This means the display is not only focused on the shells colour themes but also on the symmetry,

break size and burn rates (how long they last) of each individual shell.

 

 

Customer Service

 

· Redboss has been the supplier of fireworks display for Markham’s Canada Day Celebration since 1996 and has established a good working relationship with the Town.  It should be noted that the budget of Markham’s                 Canada Day Celebration varies each year subject to each year’s grant and Redboss has continued to be within the        annual budget.

 

· Redboss has demonstrated the quality of their service through the positive feedback from the public.  Awarding              this contract to Redboss will ensure that public will continue to enjoy quality fireworks displays for the next 3             years (contingent upon budget approval each year).

 

Operational Service

 

· Redboss inspect the site, do the necessary site plans, arrange for delivery, set up of fireworks display, clean up,                removal of equipment, carry liability insurance in the value of $5.0m  and complete final site inspection. 

 


 

          STAFF AWARD REPORT                                                Page 1 of  2

To:

John Livey, Chief Administrative Officer

Re: 

038-R-10 Printing and Delivery of the Summer, Fall 2010 & Winter 2010/11 issues of Markham Life Magazines

Date: 

March 23, 2010

Prepared by:

Emma Girard –Uffren, Quality & Production Coordinator, Communications & Community Relations, Ext, 2500

Alex Moore, Manager, Purchasing Ext, 4711

 

 PURPOSE

To obtain approval to award the contract for Printing and Delivery of the Summer, Fall 2010 & Winter 2010/11 issues of Markham Life Magazines

 

 RECOMMENDATION

Recommended Supplier

CanMark Communications (Highest ranked / 2nd lowest priced supplier)

Current Budget Available 

$     281,218.00   

795 796 5874 Print Mat-Rec Guide

Less cost of award

$       80,784.00

$       76,029.98

$       76,029.98

$         6,000.00

$     238,843.96

Summer Issue - Inclusive of PST

Fall  Issue - Inclusive of HST

Winter Issue -  Inclusive of HST

Contingency (2.5%)

Budget Remaining after this award

$       36,200.20      

 

 

 BACKGROUND

Historically, the Town of Markham prints four (4) guides per year (one per season) and distributes each seasonal guide to residents and provides additional copies for pick up at various Town facilities. Each guide provides residents with information on all recreational, cultural and library programming offered by the Town, as well as general information and latest Town related news items.

 

    BID INFORMATION

Advertised

Electronic Tender Network

Bids closed on

March 3, 2010

Number picking up bid documents

30

Number responding to bid

5

 

PROPOSAL EVALUATION

The Evaluation Team was comprised of staff from Communication Department with purchasing staff acting as the facilitator.  The evaluation was evaluated based on pre-established evaluation criteria as identified in the Request for Proposal: 35% Qualifications of the printer, 35% Environmental Considerations and 30% price totaling 100% with the resulting scores as follows.

 

  Suppliers

Total Score

Out of 100

Rank

CanMark Communications

84

1

St Joseph Communications

80

2

Star Web Printing Ltd

78

3

Interlinc  Direct

63

4

Crotal Graphics Inc.

20

5

MMM Group Ltd.

53.00

6

 

 

 

 


038-R-10 Printing and Delivery of the Summer, Fall 2010 & Winter 2010/11Issues of Markham Life

Magazines                                                                                                                                                            Page 2 of 2

 

 

 

CanMark was the highest ranked and 2nd lowest priced supplier ($9,578.00 / issue higher than the low bidder). CanMark provide an experienced printing team and thorough knowledge of the Town’s scope of work and production schedule in regards to the printing and distribution of the Markham Life Magazine.  

 

ENVIRONMENTAL CONSIDERATIONS

The Text pages of the guide will be 25% Post consumer waste (85-100% recycled paper) and the cover will be 30% Post consumer waste.  CanMark is committed to minimizing the environmental impact,  the oven emissions at the print shop are treated through a regenerative thermal oxidizer, eliminating virtually all VOC’s while using a fraction of the natural gas required by previous technologies and other print shop facilities.   Markham Life Magazine will include an environmental calculator explaining the full environmental benefits to readers.

 


                                      

 

                                                                                    STAFF AWARD REPORT                                     

To:

Jim Baird, Commissioner, Development Services

Re: 

017-T-10 14th Avenue Illumination – South Side (between McCowan Road and Markham Road)

Date: 

March 30, 2010

Prepared by:

Kay Man Poon, Capital Works Engineer, Engineering. Ext: 2897

Robert Slater, Senior Construction Buyer. Ext: 3189

 

PURPOSE:

To obtain approval to award the contract for the supply and installation of illumination on 14th Avenue – South Side between McCowan Road and Markham Road

 

RECOMMENDATION

Recommended Supplier

Fellmore Electrical Contractor Ltd. (lowest priced bidder)

Current Budget Available 

$ 1,004,939.70

083-5350-9301-005 Town Wide Street Illumination

Less cost of award

$    183,886.38

$      27,583.00

$    211,469.38

 

$      15,860.20

$    227,329.58

Construction award (Inclusive PST & Excluding GST)

Construction Contingency (15%)

Total award (

 

Engineering Dept Project Management Fees (7.5%)

Total Project Cost

Budget Remaining after this award

$    777,610.12

*

* The remaining balance in account 083-5350-9301-005 will be used for future installation projects as budgeted for within this account.

 

Note:  The project is expected to be completed no later than October 2010.  Since HST is expected to commence on July 1st, 2010, any savings through the HST rebate will be identified at that time depending on construction progress.  The PST for this project is $5,796.02; if 75% of the work is completed after July 1, 2010 then the Town would receive a78% rebate on this PST amount.

 

BACKGROUND:

14th Avenue between McCowan Road and Markham Road is a 4 lane Regional arterial road. Illumination to this portion of 14th Avenue is currently being provided on the north side only and is deemed insufficient. Additional illumination has become crucial due to the increase in pedestrian and vehicular traffic to and from the subdivisions located in the vicinity.

 

The provision of illumination to 14th Avenue – south side between McCowan Road and Markham Road was identified in the Town’s 5 year illumination plan and is scheduled to be completed in 2010. In 2009, the Town retained Moon-Matz Ltd. to prepare the illumination design and contract administration for this portion of 14th Avenue.

 

This contract is to supply and install street lighting on 14th Avenue – south side between McCowan Road and Markham Road. The Town is responsible for illumination on Regional roads except at intersections. It is expected the construction will start in June 2010 and be completed by October 2010. The total cost of this project is within the approved budget and any remaining funds will be used to fund other Townwide illumination projects.

 

BID INFORMATION:

Advertised

ETN

Bid closed on

March 24, 2010

Number picking up document

8

Number responding to bid

6

 


 

 

017-T-10 14th Avenue Illumination – South Side (Between McCowan Road and Markham Road)              Page 2 of 2

 

 

Detailed Pricing Information:

Suppliers

Prices *

Fellmore Electrical Contractors Ltd.

$178,090.36

Langley Utilities Contracting

$179,772.00

Stacey Electric Company Limited

$201,715.70

Guild Electric Limited

$210,441.51

Beacon Utility Contractors Ltd.

$215,261.00

Black & McDonald Ltd.

$218,480.10

* As identified within the bid document, the award of the tender is based on lowest compliant base bid excluding all tax.   The bids have been verified for accuracy and compliance with the tender terms and conditions. Purchasing has reviewed the references of the lowest bidder and is satisfied with these recommendations of references.


 

 

                                                                 STAFF AWARD REPORT                                            

To:

Alan Brown, Director, Engineering

Re: 

101-S-10  Relocation of Hydro Poles on Woodbine Avenue Bypass

Date: 

April 18, 2010

Prepared by:

Gabor Szakter, Senior Capital Works Engineer, Engineering Department. Ext: 4040

Robert Slater, Senior Construction Buyer, Purchasing Department. Ext: 3189

 

PURPOSE

To issue a purchase order to Powerstream to relocate their hydro poles on Woodbine Avenue from approximately 150m north of Major Mackenzie Drive extending northerly for approximately 300m, to accommodate the road construction of Woodbine Avenue Bypass Phase 1A.

 

RECOMMENDATION

Recommended Supplier

Powerstream (Preferred Supplier)

Current Budget Available

$    2,215,307.08

83-5350-8455-005 Woodbine By-pass Phase 1

Less cost of award

$         74,569.00

$           7,500.00

$           3,282.76

$         85,351.76 

Pole Relocation Cost (Powerstream)

Contingency (10%)

Internal department management fee @ 4.0%

Total project cost (all exclusive of GST)

Budget Remaining after this award

$    2,129,955.32

*

* The remaining balance of funds will be used for the contract admin and construction of Woodbine By-pass Phase 1A as budgeted for within the respective account.

 

Note: The financial considerations do not include HST as relocations is expected prior to the July 2010 implementation of the HST

 

Staff further recommends:

THAT the tender process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (2) - Whereas Tenders, Request for Proposals and Requests for Quotation may not be required for goods and services to be provided for the following:  (b) – Utilities

 

(Note:  As per the Purchasing By-law, The Director of Engineering has the authority to award a contract for Utilities up to $350,000)

 

BACKGROUND

The Woodbine Avenue Bypass has been constructed from approx 300m north of Major Mackenzie to Honda Boulevard.

The design of the south tie-in (to join into existing Woodbine Avenue) of the Woodbine Ave. Bypass (Phase 1A) was

undertaken by AECOM (formerly Earth Tech) and is nearing completion.  The north tie-in (Phase 3B) is being designed by Masongsong Associates Engineering Ltd. (MAEL) and is also almost complete.  Phases 1A and 3B are the remaining

segments of the Bypass to be tendered for construction as a single contract in April, 2010, with construction starting in

June, 2010.  It is anticipated that the entire Woodbine Ave. Bypass will be opened to traffic by December, 2010.

 

During the Phase 1A detailed design process, it was determined that several hydro poles are in conflict with the proposed

road layout.  AECOM and the Town have been working with Powerstream to come up with a pole relocation plan that accommodates the road design and a pole relocation schedule that can accommodate the road construction schedules.

The design team is coordinating with Powerstream to relocate their poles before the construction start-up of Phases 1A and 3B.

 

The cost of relocating the poles by Powerstream, through the Phase 1A portion of the Woodbine Avenue Bypass, is $74,569.00 (exclusive of GST), which is based on the 50% of labour and equipment costs to remove and erect new hydro poles, as per

the cost sharing agreement between Powerstream / Town of Markham, and is funded by the developers under a Tri-Party

Agreement. 

 

 

 

 

 

 


COMMITTEE/COUNCIL ITEM TRACKING FORM

Revised: September 2009

COUNCIL

 

DEVELOPMENT SERVICES

Planning                 

Economic Dev.     

Transportation      

GENERAL

Community Services                                           

Environment & Sustainability                           

Finance & Administrative                                  

Lands, Building & Parks Construction            

TARGET MEETING DATE

MAY 17, 2010

DATE REPORT AUTHORED

MAY 3, 2010

 

ITEM TITLE

Staff Awarded Contracts for the Month of

April 2010

AGENDA SECTION

TIME TO BE ALLOCATED

Presentation/Deputation            Consent                                  Regular

5 minutes

CONFIDENTIAL REPORTS

For in camera reports, please indicate appropriate subsection of  s239(2) Municipal Act (√ all applicable):

(a) Security of Property                                                                       (e) Litigation or potential litigation                

(b) Personal matters about  individual                                             (f) Solicitor-client privilege                              

(c) Acquisition/disposition of land                                                    (g) Legislated authority to be in camera      

(d) Labour relations/Employee negotiations

 

ORIGINATOR                                                            Ext.

ALEX MOORE                                              4711

CONTACT                                                  Ext.

ALEX MOORE                               4711

DOES THE REPORT, PRESENTATION, BY-LAW AFFECT OTHER DEPTS:

Yes    No (List all departments impacted and being consulted on this report.)

Electronic Approval Required by:

Department

Individual

Obtained

Acting Director, Financial Reporting

Raj Raman

Treasurer

Joel Lustig

Commissioner, Corporate Services

Andy Taylor

CAO

John Livey

 

 

 

Attachments:

 

 

 

Comments & Questions:

 

 

 


 [WDS1]

 [ToM2]Then, the shortfall is ($9,194).  Please include the a/c #s where the shortfall will be funded from.