Report to: General Committee Report
Date:
SUBJECT:
Staff Awarded Contracts for the Month of April 2010
PREPARED BY: Alex Moore,
Ext. 4711
RECOMMENDATION:
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
PURPOSE:
To
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 · 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 |
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 |
Development
Services
Award Details |
Description |
Lowest Priced Supplier |
· |
Preferred Supplier |
·
101-S-10 Relocation of Hydro Poles on |
RECOMMENDED BY:
STAFF
AWARD REPORT
To: |
Peter Loukes,
Director, Operations |
Re: |
066-Q-10 Supply, Removal and Installation of Various Guide Rails
|
Date: |
|
Prepared by: |
Ken Jarvis, Supervisor Operations, Ext, 2355 Patti Malone, Senior Buyer, |
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
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.
1.
2.
3.
4.
5.
Advertised |
ETN (Electronic Tendering Network) |
Bids closed on |
|
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: |
|
Prepared by: |
Steve Matunin,
Supervisor, Operations, Ext. 4560 Rosemarie Patano, Senior Buyer, |
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.
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.
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
Advertised |
ETN (Electronic
Tendering Network) |
Bids closed on |
|
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: |
|
Re: |
002-T-09 Closed Circuit Television
Inspection of Sanitary and Storm Sewer Mains – Contract Extension |
Date: |
|
Prepared by: |
Diogo Oliviera, Waterworks Supervisor, ext. 2485 Patti Malone, Senior Buyer, ext. 2239 |
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.
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
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: |
|
Re: |
076-Q-09 Townwide, Tree Pruning at Various Locations – Contract
Extension |
Date: |
|
Prepared by: |
Steve Matunin, Supervisor, Horticulture Patti Malone, Senior Buyer, |
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.
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: |
|
Re: |
067-T-10 Road Rehabilitation Program (Asphalt Resurfacing,
Recycling and Pavement Preservation) |
Date: |
|
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.
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
BACKGROUND
Tender 067-T-10 was
released for the annual road rehabilitation program that includes asphalt
resurfacing, asphalt recycling and pavement preservation strategies.
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
17* |
Number responding to bid |
3 |
*
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
ENVIRONMENTAL
CONSIDERATIONS
Over the past several years the Town of
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 |
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
(Unionville
Branch).
Recommended Suppliers |
Brodart 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 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
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
Advertised |
|
Bids closed on |
|
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 |
|
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 |
|
|
$ - |
$
137.50 |
$
1,100.00 |
$
155.65 |
$
1,245.20 |
20 |
2 |
|
|
$ - |
$
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: |
|
Prepared by: |
Paul Ingham, General Manager, Operations, ext. 4852 Tony Casale, Senior Buyer, ext. 3190 |
Recommended Supplier |
|
|
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
** The remaining budget in the amount of
$438,397.87 will be used for other project related requirements.
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
Advertised,
place and date |
|
Pre qualification
closed on |
|
Number of
contractors picking up bid documents |
36 |
Number of
contractors responding to bid |
8 |
Number of
contractors Pre qualified |
4 |
Advertised |
ETN (Electronic Tendering Network) |
Bids closed on |
|
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
_______________________________________________________________________________________________
Supplier |
Price (exclusive of all
taxes) * |
|
$ 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.
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: |
|
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.
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
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
§
The goal of this project is to research,
develop, design and produce a fiscally responsible Master
Advertised |
|
Bids closed on |
|
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
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 |
|
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.
STAFF AWARD REPORT Page 1 of 2
To: |
|
Re: |
075-T-10 Surface Treatment Program |
Date: |
|
Prepared by: |
Mike Brady, Supervisor, Contract Administration, Operations Patti Malone, Senior Buyer, |
PURPOSE
To obtain approval to award a three (3) year contract
for the Surface Treatment Program to pave rural gravel roads.
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.
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
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.
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
11* |
Number responding to bid |
1 |
*
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.
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
STAFF
AWARD REPORT Page
1 of 3
To: |
|
Re: |
158-Q-08
Flow Monitoring and Analysis for Inflow/Infiltration Reduction Pilot Program
in |
Date: |
|
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
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
BACKGROUND
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
In August 2008, quotation 158-Q-08 was awarded to
Calder
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
- Contract Renewal Page
2 of 3
Staff recommends extending the current contract with
Calder
The advantages of extending this contract with Calder
A good quality flow monitoring program is the
fundamental component for the success of the Town’s I/I reduction pilot
program.
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
- 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: |
|
Re: |
034-S-10 Remove, Dispose, Supply and Install Streetlight Poles
and Fixtures |
Date: |
|
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.
Recommended 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
In 2008 the
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
The Town released two (2)
quotations in 2009 and both times
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.
ENVIRONMENTAL CONSIDERATIONS
The disposed streetlights are
recycled in the following manner. The
concrete poles are crushed for reuse as road base material and the re
STAFF AWARD REPORT
Page 1 of 2
(OUTSIDE CRITERIA)
To: |
John Livey, Chief
Administrative Officer |
Re: |
336-S-06 Fireworks |
Date: |
|
Prepared by: |
Anna Rose, Manager, Community Relations ext. 2662 Patti Malone, Manager, Purchasing ext. 2239 |
Recommended Supplier |
Redboss
Pyrotechnicians Inc. (Preferred Supplier) |
|
Original Budget and Account # |
N/A |
25 2100016 |
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
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
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
· 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
· 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
· 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: |
|
Re: |
038-R-10
|
Date: |
|
Prepared by: |
Emma Girard –Uffren, Quality & Production Coordinator,
Communications & Community Relations, Ext, 2500 Alex Moore, Manager, |
PURPOSE
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 |
|
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
Advertised |
Electronic Tender Network |
Bids closed on |
|
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 |
|
80 |
2 |
Star
Web Printing Ltd |
78 |
3 |
Interlinc Direct |
63 |
4 |
Crotal
Graphics Inc. |
20 |
5 |
|
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: |
|
Date: |
|
Prepared by: |
Kay Man Poon, Capital Works Engineer, Engineering. Ext: 2897 Robert Slater, Senior Construction Buyer. Ext: 3189 |
To obtain approval to award
the contract for the supply and installation of illumination
on
Recommended Supplier |
Fellmore Electrical
Contractor Ltd. (lowest priced bidder) |
|
Current Budget Available |
$ 1,004,939.70 |
|
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
BID INFORMATION:
Advertised |
ETN |
Bid closed on |
|
Number
picking up document |
8 |
Number
responding to bid |
6 |
Detailed
Pricing Information:
Suppliers |
Prices * |
Fellmore Electrical Contractors Ltd. |
$178,090.36 |
|
$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.
STAFF AWARD REPORT
To: |
Alan Brown, Director, |
Re: |
101-S-10 Relocation of Hydro Poles on |
Date: |
April 18, 2010 |
Prepared by: |
Gabor
Szakter, Senior Capital Works Engineer, Engineering Department. Ext: 4040 Robert
Slater, Senior Construction Buyer, |
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.
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
(Note: As per
the
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
undertaken
by AECOM (formerly Earth Tech) and is nearing completion. The north tie-in (Phase 3B) is being designed
by Masongsong Associates
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
Agreement.
COMMITTEE/COUNCIL ITEM TRACKING FORM
Revised: September 2009
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 |
|
|
|
|
Attachments:
Comments & Questions: