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

 

SUBJECT:                Staff Awarded Contracts for the Month of September 2010

PREPARED BY:     Alex Moore, Ext. 4711

 

RECOMMENDATION:

 

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

 

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

 

EXECUTIVE SUMMARY:

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

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

 

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

 

PURPOSE:

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

 

 

Community & Fire Services

Award Details

Description

Lowest Priced Supplier

·      172-Q-10 Window Cleaning Service

·      201-T-10 Facility Accessibility Retrofits at the Markham Civic Centre, Mount Joy Community Centre, Milliken Mills Community Centre, Milliken Mills Soccer Dome and the Thornhill Community Centre

·      088-T-10 Supply and Delivery of Fleet Vehicles

·      175-T-10 Supply and Delivery of  2010 Mailbox Recycling Containers and 2011 Blue Boxes

·      165-T-10 Construction of Villages of Fairtree & Pedestrian Link:  Billingsley Crescent Park and Denison Street Park

Preferred Supplier

·      248-S-10 Standby Electrical Power to 8100 Warden Ave

 

 

Corporate Services

Award Details

Description

Lowest Priced Supplier

·      219-Q-10 Supply and Delivery of AVAYA Network Hardware

Preferred Supplier

·      017-Q-09 Supply, Delivery, Removal of Printer and Fax Consumables, York Public Buyers’ Co-Operative No. CFRP 09-07 – Contract Extension

 


 

Development Services

Award Details

Description

Lowest Priced Supplier

·      052-T-10 Carlton Road Traffic Calming

·      217-T-10 Street Illumination at 14th Ave., 16th Ave. & Donald Cousens Pkwy.

·      072-T-10  Sidewalk Construction Program (Local Roads)

Highest Ranked / Lowest Priced Supplier

·       200-R-10 Multi-Use-Path Class Environmental Assessment Study

Preferred Supplier

·      216-S-10 Markham’s New Official Plan – Shared and Supportive Housing Policy Review

·      222-S-10 Pathway from Campbell Court to bridge crossing connecting Annina Court to Hwy 7

 

         


          STAFF AWARD REPORT                                                Page 1 of 2

To:

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

172-Q-10 Window Cleaning Service

Date: 

August 25, 2010

Prepared by:

Brian Millar, Civic Centre Co-ordinator, ext 6190

Patti Malone, Senior Buyer, ext. 2239

 

PURPOSE

To obtain approval to award the contract for the window cleaning service at 8100 Warden and the Civic Centre ending August 31, 2013 for a three year period at a firm fixed price.

 

RECOMMENDATION

Recommended Supplier

Arsenal Cleaning Services Ltd. (Lowest Priced Supplier)

Current Budget Available

$                91,028.36

Various (See Financial Considerations)

Less cost of award

$                  7,207.14

$                26,686.56

$                26,686.56

$                19,479.42

$                80,059.68

2010 Inclusive of HST  (Sept 1 to Dec 31)

2011 Inclusive of HST* (Jan 1 to Dec 31)

2012 Inclusive of HST* (Jan 1 to Dec 31)

2013 Inclusive of HST* (Jan 1 to Aug 31)

Total award Inclusive of HST*

Budget Remaining after this award

$                83,821.22

**

*The cost of the award will be funded from the operating budget of each respective year and is subject to Council approval of the annual operating budget.

**The remaining budget will be used for various janitorial services for the Civic Centre and 8100 Warden Ave as budgeted for within these respective accounts.

 

BACKGROUND

Window cleaning services have been contracted out on an ongoing basis since 1991 at the Civic Centre and since 2009 at 8100 Warden Ave.  The cleaning includes all interior and exterior glass including partitions, flashing, frames, entrances and skylights.  The contractor is required to use all the necessary safety equipment.  A safety harness and bosun chair, plus a lift is to be supplied by the contractor for the higher areas.

 

BID INFORMATION

Advertised

ETN

Bids closed on

July 29, 2010

Number picking up bid documents

10

Number responding to bid

5

 

 

PRICING SUMMARY

Suppliers

Price (Inclusive of HST)*

Arsenal Cleaning Services Ltd.

$26,686.56

Fast Track Maintenance

$27,098.69

Sparkle Window Cleaning

$31,325.80

Beaver Window & Awning Cleaners Inc.

$42,689.34

Clean4Me Inc.

$48,081.60

Note:  In comparing the 2005-2010 pricing, this contract represents a 2% increase. However, the prices under contract 172-Q-10 are firm fixed for 3 years.

 

 

WINDOW CLEANING SCHEDULE

Job Description

Frequency Per Year

Monthly Cleaning

12

Exterior Cleaning

4

Interior Cleaning of all Glass

1

Interior Cleaning all Glass up to 10’ High

2

 


 

 

172-Q-10 Window Cleaning Service                                                                                                             Page 2 of 2

 

ENVIRONMENTAL CONSIDERATIONS

The window cleaning products used for this contract shall be Eco Logo “Green” certified cleaning solutions.  The EcoLogo Program certifies products that compliment "green" cleaning programs and help to "green" the cleaning and janitorial sector. These criteria reflect environmental leadership in the cleaning and janitorial sector, and encourage reduced environmental impacts.

 

 

FINANCIAL CONSIDERATIONS

Account Number

Budget

Budget Available for this Award

Total Cost (Incl HST)

Budget Remaining

750-751-5311 Civic Centre S/A - Janitorial

$177,649.00

$66,209.75

$5,433.47

$60,776.28

750-757-5311 8100 Warden S/A - Janitorial

$ 54,830.00

$24,818.61

$1,773.67

$23,044.94

TOTAL

$232,479.00

$91,028.36

$7,207.14

$83,821.22

 


                                                                               

                                                                                               

                                                       

     STAFF AWARD REPORT                                              Page 1 of 2

 

To:

John Livey,  Chief Administrative Officer

Re: 

201-T-10 Facility Accessibility Retrofits at the Markham Civic Centre, Mount Joy Community Centre, Milliken Mills Community Centre, Milliken Mills Soccer Dome and the Thornhill Community Centre

Date: 

September 10, 2010

Prepared by:

Henry Tse, Project Engineer, ext. 2208

Tony Casale, Senior Buyer, ext. 3190

 

PURPOSE

To obtain approval to award the contract for Facility Accessibility Retrofits at the Markham Civic Centre, Mount Joy Community Centre, Milliken Mills Community Centre and the Milliken Mills Soccer Dome.

 

RECOMMENDATION

Recommended Supplier

 Pegah Construction Ltd. (Lowest Priced Supplier)

Current Budget Available

$  1,678,825.98

056-5350-9516-005 Facility Accessibility Retrofits

Cost of award

 

 $   1,108,369.92 

 $      110,837.00  

 $   1,219,206.91 

Inclusive of HST

Contingency (10%)

Total Cost of Award

Budget Remaining after this award

 $      459,619.07

*

* The remaining budget will be used for other accessibility retrofits as budgeted for within this account.

 

BACKGROUND

As part of the Federal Stimulus Funding, the Town of Markham (Town) received approval for a 1/3 cost sharing agreement with the Province of Ontario, Government of Canada and the Town of Markham to carry out various accessibility improvements at Markham Civic Centre, Mount Joy Community Centre, Milliken Mills Community Centre, Milliken Mills Soccer Dome and the Thornhill Community Centre.

 

The scope of work involves upgrades to existing washrooms, upgrades to existing stairs, steps and landings, fire safety improvements and door hardware upgrades including automatic door operators and controls.

 

Due to the scope of the project, contractors were pre-qualified to ensure that all contractors would have the necessary qualifications, experience and resources to complete the works in accordance with the Town of Markham requirements within the specified timelines.  Pre-qualification 130-P-10 was issued in accordance with the Purchasing By-law 2004-341. 

 

PRE-QUALIFICATION INFORMATION (130-P-10)

Advertised

ETN

Pre qualification closed on

May 21, 2010

Number of contractors picking up Pre-qualification document

20

Number of contractors responding to Pre-qualification

9

Number of contractors Pre-qualified

8

 

BID INFORMATION (201-T-10)

Advertised

By Invitation (Pre-qualified Bidders)

Bids closed on

August 31, 2010

Number picking up bid documents

8

Number responding to bid

4

 

 

 

 

 

 

 

 

 

 


 

201-T-10 Facility Accessibility Retrofits at the Markham Civic Centre, Mount Joy                                                     

Community Centre, Milliken Mills Community Centre, Milliken Mills Soccer Dome   

and the Thornhill Community Centre                                                                                                                          Page 2 of 2

 

PRICING SUMMARY

Suppliers

Price (inclusive of HST) *

Pegah Construction Ltd.

$ 1,108,369.92

BECC Construction Group Ltd.

$ 1,113,675.69

P&C General Contracting Ltd

$ 1,274,442.24

Morosons Construction Limited

$ 1,288,492.24

*The prices noted above do not include the requirement for facility accessibility retrofits at the Thornhill Community Centre.  This facility was priced as a provisional item within the bid document and will be awarded separately due to ongoing construction at this facility.

 

Note:  The Asset Management Department, external project manager (MHPM) and the architect (Quadrangle Architects) have reviewed Pegah Construction Ltd. bid submission and are satisfied that all the terms, conditions, bid prices and specifications comply with the Town’s requirements.  During the Pre qualification process (130-P-10) staff conducted both financial and reference checks and the feedback received regarding Pegah Construction Ltd was positive. 

 

FINANCIAL CONSIDERATIONS

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

 

(A)

(B)

(C) = (A) - (B)

(D)

(E) = (C) - (D)

Reallocated

Uncommitted

Uncommitted

Budget

Actual /

Budget

Award

Budget

31-May-10

Committed

Before Award

Amount *

After Award

CONSTRUCTION

Construction

2,330,471

961,190

1,369,281

1,108,370

260,911

Construction Contingency

360,000

89,137

270,863

110,837

160,026

Total Construction

2,690,471

1,050,327

1,640,144

1,219,207

420,937

PROJECT MANAGEMENT / ARCHITECT / INTERNAL

Consultants

Project Mgmt, including contingency - MHPM

149,000

149,000

0

0

Architect, including contingency - Quadrangle

291,000

291,000

0

0

Other Consultants

58,000

29,780

28,220

28,220

498,000

469,780

28,220

0

28,220

Others

Corporate Communication

11,529

1,067

10,462

10,462

Total PM / Architect / Internal

509,529

470,847

38,682

0

38,682

3,200,000

1,521,174

1,678,826

1,219,207

459,619

TOWN OF MARKHAM

FACILITY ACCESSIBILITY RETROFITS

PROJECT TO DATE COSTS

AS OF AUGUST 31, 2010

 

* Award amount is inclusive of HST.

 


          STAFF AWARD REPORT                                                Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

088-T-10 Supply and Delivery of Fleet Vehicles

Date: 

September 07, 2010

Prepared by:

Laurie Canning, Manager, Fleet and Suppliers, ext. 4896

Patti Malone, Senior Buyer, ext. 2239

 

PURPOSE

To obtain approval to award the tender 088-T-10 for the supply and delivery of four (4) fleet vehicles.

 

RECOMMENDATION

Recommended Supplier (s)

Colombo Motors LP (Lowest Priced Supplier/Item #1)

Forbes Ford (Lowest Priced Supplier/Item #2)

Current Budget Available

$              159,777.00

057 6150 10287 005 Corporate Fleet Replace

Less cost of award

$              131,003.80

Inclusive of HST

Budget Remaining after this award

$                28,773.20

*

* The remaining balance in the amount of $28,773.20 will be returned to the original funding source.

 

BACKGROUND

Fleet staff continues to work with user departments to specify vehicles and equipment that meet their needs. Consideration to “right sizing” units for the duty cycles they perform in is a key factor in the reliability of the unit along with meeting the anticipated life cycle requirements of the unit.

 

Tender 088-T-10 was issued for the supply and delivery of four (4) 2011 vehicles for Bylaw / Enforcement.

 

·         Ford Escapes Hybrid (3 Vehicles)

o  These three (3) vehicles are utilized for the day to day By-law enforcement for the Town.

 

·         Mid size crew cab pickup truck (1 Vehicle)

o    Prior to the tendering process, the Fleet Manager routinely confirms the needs of each user department when preparing the detailed specification for each approved vehicle.  During this process the Bylaw / Enforcement identified that a mid size crew cab pickup truck would be more suitable for the department’s operational needs rather than the budgeted Honda Civic Hybrid.  Further review indicated that a mid size crew cab pickup truck would be required to address the illegal sign pick ups along with yard and property clean ups.  The recommended vehicle specification has been changed from the Honda Civic Hybrid to a mid size crew cab pickup truck with a V6 engine.  This type of unit will add improved service delivery of the department with respect to improved vehicle utilization.  Fleet management supported the change in specifications to a mid size crew cab pick up truck resulting in reducing the seasonal rental requirements for this department and realizing a savings of $6,000 annually.  There is an anticipated increase in fuel costs to be approximately $600 per year over the Honda Civic Hybrid and the effect on service and maintenance costs are negligible.

 

In efforts to continue to provide the user department with vehicles that can provide reliable service with minimal downtime and operating costs associated with units of this usage and service life the recommendation from a fleet perspective is to move forward with the purchase / replacement of the four (4) units.

 

Upon delivery of the four (4) new vehicles, the following units:  #5133, # 6133, # 6135 and #6140 will be sold in accordance with Purchasing By-law 2004-341, Part V, Disposal of Personal Property and proceeds be posted to account 890 890 9305.

 

BID INFORMATION

Advertised

ETN

Bids closed on

August 11, 2010

Number picking up bid documents

29

Number responding to bid

8*

 


 

088-T-10 Supply and delivery of Fleet Vehicles                                                                                                        Page 2 of 2

 

DETAILED PRICING INFORMATION (INCLUSIVE OF HST)

Item #

1

2

 

4 Door Hybrid Compact SUV, 4X2 Drive, 4 Cylinders, Automatic, Qty 3

Mid Size Crewcab Pick-up Truck, 4X2 Drive, 6 Cylinders, Automatic,  Qty 1

Bidder

 

 

Forbes Ford

 $36,258.11 X 3 = $108,774.32

 $28,430.73 X 1 = $28,430.73 

Colombo Motors

No Bid

$22,229.47 X 1 = $22,229.47

Giles Chevrolet

No Bid

$22,480.00 X 1 = $22,480.00

Highland Chevrolet

No Bid

Not to Specification*

Donway Ford

 $36,475.87 X 3 = $109,427.61

Not to Specification*

Edgetown Ford

Lincoln Sales Ltd.

 $36,383.27 X 3 = $109,149.81

Not to Specification*

Freeway Ford

$38,263.80 X 3 = $114,791.40

Not to Specification*

*Submitted bids for a full size pick-up truck with a V8 Engine, not the specified mid sized pick- up truck V6 engine.  

 

 

FINANCIAL CONSIDERATIONS:

Unit#

Model ID

2010 Budgeted Cost

Cost of the Award (Incl. HST)

Budget Remaining

5133

Pick-Up Truck *

$ 35,058.00

$ 22,229.47

$12,828.53

6133

Ford Escape Hybrid

$ 40,927.00

$ 36,258.11

$ 4,668.89

6135

Ford Escape Hybrid

$ 40,927.00

$ 36,258.11

$ 4,668.89

6140

Ford Escape Hybrid

$ 42,865.00

$ 36,258.11

$ 6,606.89

Total

$159,777.00

$131,003.80

$28,773.20

* Pick-Up Truck (Mid Size Crew Cab V6 Engine) is being replaced rather than the budgeted Honda Civic Hybrid.

 

ENVIRONMENTAL CONSIDERATIONS

Three (3) units in this award are hybrid powered vehicles.  Upon delivery of these units Markham’s fleet will comprise of twenty-seven (27) hybrid units in total:  15% of the licensed fleet compliment is hybrid powered.  

 

 


 

 

                        STAFF AWARD REPORT                                                            Page 1 of 2

 

To:

Brenda Librecz, Commissioner of Community & Fire Services

Re: 

175-T-10 Supply and Delivery of  2010 Mailbox Recycling Containers and 2011

Blue Boxes

Date: 

September 22, 2010

Prepared by:

Leigh Fitzgerald, Environmental Inspector, ext. 8240

Patti Malone, Senior Buyer, ext. 2239

 

PURPOSE

To obtain approval to award the supply and delivery of  2010 mailbox recycling containers and 2011 blue boxes.

 

RECOMMENDATION

 

Blue Boxes (2011 Delivery)

Recommended Supplier

Scepter Corporation (Lowest Priced Supplier)

Current Budget  Available

               $ 54,835.00

*770-772-4131 Blue Boxes For Resale

Less cost of award

               $ 36,226.56

2011 Blue Boxes, Inclusive of HST *

Budget Remaining after this award

               $ 18,609.00

 

*Subject to Council approval of the 2011 operating budget.

 

Mailbox Recycling Containers (2010 Delivery)

Recommended Supplier

Busch Systems International (Sole Bidder)

Current Budget  Available

$45,504.38

062-5350-10292-005 Community Mailbox Recycling

Less cost of award

$39,130.00

2010 Mailbox, Inclusive of HST

Budget Remaining after this award

$  6,374.00

 

 

BACKGROUND

This contract is to provide mailbox recycling containers and blue boxes in support of Markham’s Mission Green initiative to reach our 75% diversion target. For efficiency, staff tendered both blue boxes and mailbox recycling containers at the same time, since they both have similar suppliers.

 

Blue Boxes

Blue boxes are purchased for resale to Markham residents on a cost recovery basis and are sold through the Waste Management Recycling Depots and at Markham’s four major Community Centres. Blue boxes are also delivered to new homes as they are occupied. The cost recovery for the new homes is transferred from a deferred revenue account          (031-222-0037) in which payment is received from the developer at the point of registration of the subdivision agreement.  An inventory system is in place to track the sale of blue boxes.

 

Mailbox

The Town has an anti-litter campaign that was initiated in 2007 as a two year pilot project.  The purpose of the pilot was to determine if placing recycling containers by Canada Post super mailboxes would reduce the amount of litter in the immediate area. 80 mailbox recycling containers were purchased in the first year and an additional 80 in the second year. Currently there are a total of 160 mailbox recycling containers located at super mailbox locations in Markham.  There were three sizes of containers tested with the one selected and tendered was the smallest container. Ongoing litter audits indicated that the areas with the most amount of litter prior to the programs implementation had improved significantly.  With the success of the pilot project the mailbox recycling containers will be supplied to the remaining super mailboxes areas. 

 

 

BID INFORMATION

Advertised

ETN

Bids closed on

August 11, 2010

Number picking up bid documents

4

Number responding to bid

3

 

 


 

175-T-10 Supply and Delivery of Blue Boxes and Mailboxes                                                                                Page 2 of 2

 

PRICE SUMMARY

 

Blue Boxes

 

Supplier

Qty

Unit Price (Inclusive of HST)

Extended Price

Scepter Corporation

8000

  $          4.53*

$         36,226.56

Bush Systems Int'l

8000

$          5.86

$         46,891.01

Orbis Canada Ltd.

8000

$          5.80

$         46,402.56

*As compared to the last contract, this price represents an 8% decrease in the unit cost for blue boxes.

 

Note:  Schedule will comprise of four deliveries of 2,000 blue boxes throughout the year (2011).

 

Mailbox

 

Supplier

Qty

Unit Price (Inclusive of HST)

Extended Price

Busch Systems International

1000

$        39.13

$         39,130.00

 

Note: Waste Management had conducted a pilot program with three size mailboxes for a one year period and the 26 gallon box was proven to be the most cost effective box.  One supplier has a product that is metal and to be bolted down for $300 each and another supplier has an 18 gallon box with a lid that is too small for our application.  As compared to the last contract (2007/08) this represents an 8% decrease.

 

 

Account Name

 

Account #

 

 

Budget Amount

 

Spent to date

 

 

Committed

 

Budget Available

 

Cost of the award

 

 

Budget remaining

 

Mailbox recycling

062-5350-10292-005

$50,000

$4,496

$0.00

$45,504

$39,130

$6,374

Blue Boxes for  Resale

770-772-4131

$54,835

$0.00

$0.00

$54,835

$36,227

$18,608

Note:  The budget for 2011 blue boxes purchase will be subject for Council approval of the 2011 operating budget.

 

 


                                                                                               

                                                        

    STAFF AWARD REPORT  

                                   

To:

John Livey, Chief Administrative Officer

Re: 

165-T-10 Construction of Villages of Fairtree & Pedestrian Link:  Billingsley Crescent Park and Denison Street Park

Date: 

September 10, 2010

Prepared by:

Linda Irvine, Manager Parks and Open Space Development, Ext. 2120

Patti Malone, Senior Buyer, Ext. 2239

 

PURPOSE

To obtain approval to award the contract for the construction of Villages of Fairtree & Pedestrian Link located at Billingsley Crescent Park and Denison Street Park

 

RECOMMENDATION

Recommended Supplier

Mopal Construction Ltd. (Lowest Priced Supplier)

Current Budget Available

$        420,486.20

$        215,128.88

$        635,615.08

Villages of Fairtree Eastvale & Denison N.P. (8421)

Villages of Fairtree Woodlot N.P. (8422)

Total of Projects 8421 & 8422

Less: Cost of Award

 

$       570,670.08

$         13,584.70

$       584,254.78

$         51,360.30

$       635,615.08

Inclusive of HST

Contingency: Design and Construction

Total Award

Internal Management Fee @ 9%

Total Project Cost

Budget Remaining after this award

$                  0.00

$                  0.00

Villages of Fairtree Eastvale & Denison N.P. (8421)

Villages of Fairtree Woodlot N.P. (8422)

 

BACKGROUND

These parks are located in the new community known as “Villages of Fairtree” which is near Highway 48 and Steeles. To achieve project efficiencies, the Eastvale and Denison Neighborhood Park and the Woodlot Neighborhood Park were designed simultaneously and tendered together.  The HST impact was not included in the original budget but can be accommodated within the original budget.

 

BID INFORMATION

Advertised

ETN (Electronic Tendering Network)

Bids closed on

September 8, 2010

Number picking up bid documents

17*

Number responding to bid

4

*Purchasing contacted bidders who picked up the document but did not bid.  These bidders identified current workload, and one could not secure a surety bond.

DETAILED PRICING INFORMATION

Suppliers

Price (Inclusive of HST)

Mopal Construction Ltd.

$570,670.08

Salivan Landscape Ltd.

$617,695.41

Hawkins Contracting Services Limited

$641,925.99

Rutherford Contracting Ltd.

$661,704.41

 

 


                                                                     

 

                                                                     STAFF AWARD REPORT                                               

To:

John Livey, Chief Administrative Officer

Re: 

248-S-10 Standby Electrical Power to 8100 Warden Ave

Date: 

September 29, 2010

Prepared by:

Phil Alexander, Deputy Fire Chief, Ext. 5960

Alex Moore, Manager, Purchasing Ext. 4711

 

PURPOSE

To obtain approval to award the contract for a turn-key design, construction and commissioning of a permanent standby power connection to the 8100 Warden Ave facility.

 

RECOMMENDATION

Recommended Supplier

Markham District Energy (Preferred Supplier)

Current Budget Available 

$        25,668.50

$      128,271.69

$      153,940.19

067-5350-8044-005 Back-up Amateur Radio Facilities 067-5350-9518-005 Emergency Operations Centre

Total Budget Allocated for Standby Power

Less cost of award

$      220,310.40

Inclusive of HST

Budget Remaining after this award

($       66,370.21)

*

* The shortfall in the amount of $66,370.21 will be funded through the Capital Contingency account.

 

Staff further recommends:

 

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (1) which states: (e) where the Town is acquiring specialized equipment, in which case the sources of supply may be identified based on technical specifications prepared by the User Department staff.

 

BACKGROUND

The Town is in the process of constructing an Emergency Operations Centre (EOC) in the Town’s building located at 8100 Warden Avenue. During the design of the EOC, it became clear that additional standby emergency power was required to support the EOC.

 

Markham District Energy (MDE)’s Warden Energy Centre is located immediately to the rear of 8100 Warden Ave facility, and has an existing generator sets available to produce standby power in the event of a power outage.  Through discussion with the Town, MDE suggested that a permanent standby power connection could be established between the two facilities, allowing both the new EOC and the entire 8100 Warden Ave facility to be fully powered in the event of a power outage.

 

Markham District Energy (“MDE”) will take on full turn-key responsibility to design, construct and commission a permanent standby power connection to the 8100 Warden Office Tower electrical system from MDE’s existing facility.

 

OPTIONS/DISCUSSIONS

As part of the EOC project, the Town had a plan to provide 24/7 standby power through a generator for the EOC portion of 8100 Warden Ave facility only, whereas, utilizing MDE enables the Town to provide standby power to the entire 8100 Warden Ave facility.

 

The estimated cost to commission (i.e. hook up) the Town’s current generator is $100,000 and the generator would only be able to supply power to the EOC, by awarding this contract to MDE, this commission cost is not required.  Additionally, the Town’s current generator is due for replacement in the lifecycle program within three (3) years at an estimated cost to replace at $175,000.  Therefore, by proceeding with the MDE, the Town will be able to eliminate this generator from the life cycle program and not be required to replace this generator in three (3) years as identified above and will save the Town $175,000.

 

 

 


 

 

248-S-10 Standby Electrical Power to 8100 Warden Ave                                                                                                       Page 2 of 2

 

 

OPTIONS/DISCUSSIONS (Continued)

Also, the operating costs for annual maintenance of the generator are $610 and a full load test is recommended every year at $770 for a total annual maintenance of $1,380.  These annual costs will be eliminated by moving forward with MDE proposal.

 

MDE have presented a proposal that reflects the direct cost only and will not include any profit margin for them by doing this project. 

 

FINANCIAL CONSIDERATION:

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

 

 

 

 


 

  

          STAFF AWARD REPORT                                                Page 1 of 2

To:

Nasir Kenea,  Chief Information Officer

Re: 

219-Q-10 Supply and Delivery of AVAYA Network Hardware

Date: 

September 28, 2010

Prepared by:

Sugun Rao, Manager Technology Ext. 4868

Rosemarie Patano, Senior Buyer, ext. 2990

 

PURPOSE

To obtain approval to award the contract for the Avaya network hardware upgrades.

 

RECOMMENDATION

Recommended Supplier (s)

Layer 227 Inc. (Lowest Priced Supplier)

Current Budget Available

$               78,217.45

Various (See Financial Considerations)

Less cost of award

$               77,490.24

Total award Inclusive of HST*

Budget Remaining after this award

$                    726.76    

*

* The remaining budget in the amount of $726.76 will be returned to account #49-6150-9326-005 to be used for projects budgeted for within this account

 

BACKGROUND

As the need for enhanced network availability, stability, bandwidth and security is increasingly growing, the Town’s Network is becoming one of the mission critical components required to provide business operations. 

 

A failure on one of the core switch could halt the entire Town’s network operation and this in turn could impact on our client’s ability to continue to provide services to the Town’s residents and businesses.

 

The existing network switches have exceeded their lifetime expectancy and require to be upgraded.  This upgrade will also provide some redundancy and with higher  bandwidth  in form of additional one 10 Gig fiber modules to each of the two core switches at the data centre which is also required for Wide Area Network (WAN) needs.

 

The replacement of the existing network switches with newer and faster switches that can handle Power Over Ethernet (POE) was also recommended as part of the Telecom Study undertaken in 2009.

 

The proposed hardware is covered under Manufacturer’s next business day support and maintenance program for a period of three (3) years.

 

BID INFORMATION

Advertised

ETN

Bids closed on

September 03, 2010

Number picking up bid documents

12

Number responding to bid

7

 

PRICING SUMMARY

Supplier

Price (Inclusive of HST)*

Layer 227 Inc.

$77,490.24

Combat Networks

$86,152.46

 TELUS Communications Company

$87,069.07

 Bell Canada

$95,559.54

 Smart IP Inc.

$95,628.74

 NCI Secured Intelligence

$96,792.54

 Unity Telecom Corporation

$103,091.06

Note:  The additions and deletions of the items noted below do not change the low bidder from bid opening.


 

219-Q-10 Supply and Delivery of AVAYA Network Hardware                                                                             Page 2 of 2

 

*Prices are inclusive of 1.0176 % HST impact.   Staff has identified the following items which require changes in quantity:  Item 3 (8612XKRS 12-port 10GBase-X XFP Routing Switch Module baseboard), quantity changed from 1 to 2, and Item 8 (Ethernet Routing Switch 4550T-PWR W/48-PORT 10/100 +2COMBO) which required a change in the quantities from 4 to 3 in the contract prior to contract award.  These changes will not have any impact on the overall level of service.

 

FINANCIAL CONSIDERATIONS

 

                                   


                           

                                                 

 STAFF AWARD REPORT                                                Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

017-Q-09 Supply, Delivery, Removal of Printer and Fax Consumables, York Public Buyers’ Co-Operative No. CFRP 09-07 – Contract Extension

Date: 

September 9, 2010

Prepared by:

Sugun Rao, Manager Technology Ext. 4868

Rosemarie Patano, Senior Buyer Ext. 2990

 

PURPOSE

To obtain approval to extend contract 017-Q-09 “Supply, Delivery, Removal of Printer and Fax Consumables, York Public Buyers’ Co-Operative No. CFRP 09-07” for three (3) additional years ending January 31,2014 at the same 2009 itemized pricing and as per original quote submission.. 

 

RECOMMENDATION

Recommended Supplier

QRX Technology Group (Preferred Supplier) – Contract Extension

Current Budget Available 

As approved

User Departments’ Annual Office Supplies Operating Account # 4002

Less estimated cost of award

 

 

 

$                         36,000

$                         36,000

$                         36,000

$                       108,000

February 1, 2011 – January 31, 2012 (estimate)*

February 1, 2012 – January 31, 2013 (estimate)*

February 1, 2013 – January 31, 2014 (estimate)*

Estimated 3 Year Total, Inclusive of HST**

* The provisions of contract CFRP 09-07 through the York Public Buyers includes a required written notice of at least one hundred and twenty (120) days by the owner (Town of Markham) to the supplier.

 

**The award will be subject to Council approval of 2011-2014 Operating Budget.

 

Note:  Individual departments place orders directly with the vendor using their procurement card and funding will be provided within their proposed 2010 operating budgets.  Since payment under this contract is done through P-Card (AMEX), and in order to monitor contractual spends, Staff will require the supplier to provide quarterly reports for monitoring purposes

 

Staff further recommends:

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (1) (c):  when the extension of an existing contract would prove more cost-effective or beneficial;         

 

BACKGROUND

In 2009, the Region of York, on behalf of the York Region Public Buyers Co-Operative, issued a request for proposal for the Supply and Delivery of Toner Cartridges under bid number CFRP 09-07.

 

All municipalities in the York Region participated along with the following other agencies:

 

·                     York Region District School Board

·                     Community Care Access Centre

·                     York Catholic District School Board

·                     York Region

·                     York Regional Police

·                     York Region Municipal Health

 

The proposal included a requirement to price sixty-six (66) types of toner cartridges, including Lexmark, HP, Brother, Fujitsu, Panasonic, Qualitec Epson and Samsung.   Historical data indicates that the Town utilizes forty eight (48) types of toner, including Lexmark Optra, Lexmark Laser, HP Photo Smart, HP Design Jet, HP Office Jet Pro, and HP Colour Laser Jet.

 

The Region of York, on behalf of the York Region Public Buyers Co-Operative awarded proposal CFRP 090-07 in 2009 to the Highest Ranked / Second Lowest Priced Bidder (QRX Technology Group) for a one (1) year term, however, the quote (CFRP 090-07) document and bid submissions had an option to renew for three (3) additional years at the same terms, conditions, and subject to contractor’s performance and satisfaction of the York Region Public Buyers Co-Operative and specifically, each of its participating members.  

 


 

017-Q-09 Contract Extension Supply, Delivery, Removal of Printer and Fax Consumables,

York Public Buyers’ Co-Operative                                                                                                                    Page 2 of 2

 

 

BACKGROUND (Continued)

 

Quotation CFRP 090-07 closed in August 2009 with seventeen (17) bidders responding to the quotation.  

 

From all of the submissions, QRX Technology Group demonstrated the most thorough understanding of the requirements, scoring highest marks for the Value Added component that included the following: 

 

Preventative Maintenance (PM Proposal Program)

 

§ Complimentary Preventative Maintenance program will apply all printers that use the Xerox compatible or Crystal toner cartridges (twice a year)

§ Frequency: Semi Annual Service, Time Allocated: 20-30 Minutes per Device.

§ Clean entire paper path of all toner & paper debris, vacuum when and where necessary.

§ Inspect and clean service items such as Feed Rollers, Fuser, Transfer Roll, Sensors, Contacts, etc.

§ Perform Routine Maintenance checks.

§ Perform Basic Diagnostics via Event Logs, Paper Path Tests, etc.

§ Clean all Options and Accessories such as Feeders & Trays, Envelope Feeders, Duplex Units, Stackers, Mailbox Bins, etc where available.

§ Clean outer casing of printer.

§ Accurately report and note all recommendations of worn parts, printer details (i.e. Serial Numbers & page Count), user complaints and issues, etc.

 

The Town and the York Region Public Buyers Co-Operative are both satisfied with the proponent’s performance requirements and their commitment to keep original pricing unchanged for 2011- 2014.  Staff recommends the contract renewal for an additional three (3) years based on price, value-add initiatives and performance.  The Town will follow the York Region Public Buyer Co-operatives decision to extend the contract and award the remaining three years, on a year to year basis.

 

 

 


                                                                               

 

                                                                                               

                                                        

 STAFF AWARD REPORT                                                  Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

052-T-10 Carlton Road Traffic Calming

Date: 

August 23, 2010

Prepared by:

Dale MacKenzie, Senior capital works Engineer. Ext: 4055

Robert Slater, Senior Construction Buyer. Ext. 3189

 

PURPOSE

To obtain approval to award the contract for Traffic Calming Works on Carlton Road.

 

RECOMMENDATION

Recommended Supplier

Hawkins Contracting Services Limited (Lowest Priced Supplier)

Current Budget Available

$        115,000.00

$          97,625.00

083-5350-7660-005

083-5350-8312-005

Less: Cost of Award

 

$        200,842.69

$          11,782.31

$        212,625.00

Inclusive of HST

Contingency *

Total Cost of Award

Budget Remaining after this award

$                  0.00

$                  0.00

083-5350-7660-005

083-5350-8312-005

* On June 22, 2010 Council approved an amount of $212,625.00 inclusive of a $10,000 contingency for these traffic control modifications.  Staff is maintaining the original amount approved at this meeting and the contingency has been increased by $1,782 to $11,782 to address additional requests that may arise during this construction process.

 

BACKGROUND

Tender #052-T-10 was issued to the market in April 2010 and included modification of traffic calming on Carlton Road, Village Parkway and the installation of safety measures at the Carlton Curve, in accordance with the September 2009 Council direction.   After closing, the Town discussed these traffic calming improvements included within the bid document with various committee groups and the residents of the area.  During the evaluation process with these various groups, the scope of work changed significantly and as such, the Town required revised pricing from all four bidders.

 

On June 22, 2010 Council (Attachment “A”) authorized staff to issue a post bid addendum to the four bidders under Contract 052-T-10 and that the Chief Administrative Officer be authorized to award the Contract to the lowest priced compliant bidder. 

 

BID INFORMATION (April Tender)

Advertised

ETN

Bids closed on

April 16, 2010

Number picking up bid documents

7

Number responding to bid

4

 

PRICE SUMMARY (April Tender)

Suppliers

Price (inclusive of HST)

Mopal Construction

$ 154,568.35

Hawkins Contracting Services Limited

$244,436.68

Griffith Property Services

$322,358.38

Dig-Con International Ltd.

$ 614,498.12

 

BID INFORMATION (POST BID ADDENDUM)

Advertised

By Invitation

Bids closed on

July 16, 2010

Number picking up bid documents

4

Number responding to bid

4

 

 


 

 

 

052-T-10 Traffic Calming Carlton Road                                                                                                                Page 2 of 2

 

 

 

PRICE SUMMARY (POST BID ADDENDUM)

Suppliers

Price (inclusive of HST)*

Hawkins Contracting Services Limited

$ 200,842.69

Mopal Construction

$ 208,638.27

Griffith Property Services

$ 354,094.70

Dig-Con International Ltd.

$ 508,840.70

*The prices excluded part 5 of post bid document (Village parkway – Carlton Road to 16th Avenue) as per discussion with stakeholders as noted in options/discussions of the report.

 

OPTIONS/DISCUSSIONS

Several site meetings were held with staff, members of Council, as well as ratepayer groups (Unionville Business Improvement Association, Unionville Villagers Association, Unionville Ratepayers Association and the Unionville Traffic Calming Group).  A consensus by all concerned parties has been reached on the works to be completed.  In general the works to be completed are listed as follows:

 

·         Provision of a continuous 1.6 metre wide centre median between Pennock Crescent (east leg) and McKay Crescent (east leg);

·         Plant bushes along the Carlton curve on the boulevard;

·         Provision of a stone crossing on Carlton Road at the intersection of Pomander Road;

·         Paint a white line on both sides of the road at 1.2m away from the existing curb;

·         Reduce the width of existing stone medians to be 1.6m;

·         Add double yellow or single yellow lines along the centre of the roadway as noted on the detail drawings.

 

 


                                                                               

                                                                                         

                                                        

STAFF AWARD REPORT                                              

To:

John Livey, Chief Administrative Officer

Re: 

217-T-10 Street Illumination at 14th Ave., 16th Ave. & Donald Cousens Pkwy.

Date: 

September 23, 2010

Prepared by:

Kay Man Poon, Capital Works Engineer, ext. 2897

Robert Slater, Senior Construction Buyer, ext. 3189

 

PURPOSE

To obtain approval to award the contract for street illumination at 14th Avenue (between Kennedy Rd. and Noble St.), 14th Avenue (between Noble St. and Brimley Road), 16th Avenue (between Hwy. 404 and Woodbine Ave.) and Donald Cousens Parkway (between Hwy. 7 and the 407 on ramp).

 

RECOMMENDATION

Recommended Supplier

 Langley Utilities Contracting Ltd. (Lowest Priced Bidder)

Current Budget Available

$      436,977.73

083-5350-9301-005 Town Wide Street Illumination

Less: Cost of Award

 

$      122,878.25

$        18,431.74

$      141,309.99

 

$        10,598.25

$      151,908.24

Inclusive of HST

Contingency

Sub Total

 

Internal Management Fee @ 7.5%

Total Project Cost

Budget Remaining after this award

$      285,069.49    

*

*The remaining budget will be used to fulfill other Town Wide Street Illumination commitments of the project as budgeted for within this account. 

BACKGROUND

As part of the five (5) year illumination plan, the Town has identified the four locations (below) for the supply and installation of street lighting.  The work is scheduled to commence in October 2010 and be complete by December 2010;

 

·         14th Avenue - Between Kennedy Road and Noble Street

·         14th Avenue - Between Noble Street and Brimley Road

·         16th Avenue - Between Highway 404 and Woodbine Avenue

·         Donald Cousens Parkway - Between Highway 7 and Highway407 on ramp

 

BID INFORMATION

Advertised

ETN

Bids closed on

September 17, 2010

Number picking up bid documents

8

Number responding to bid

6*

* One bidder was disqualified as they did not provide a mandatory bid bond in the amount of $30,000 as specified within the bid document. 

 

PRICING INFORMATION

Supplier

Price (inclusive of HST impact)

Langley Utilities Contracting

$122,878.25

Fellmore Electrical Contractors Ltd.

$144,886.86

Black & McDonald Ltd.

$223,397.90

Stacey Electric Company Limited

$296,064.51

Beacon Utility Contractors Ltd.

$339,356.37

Note:  It is mandatory that the electrical contractor engaged for this project is acceptable to and approved by the Region of York.  All above electrical contractors are approved by the Region.

 


 

                                                                       

 

                                                                     STAFF AWARD REPORT                                                Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

072-T-10  Sidewalk Construction Program (Local Roads)

Date: 

September 14, 2010

Prepared by:

Dereje Tafesse, Capital Works Engineer, Engineering. Ext: 2034

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

 

PURPOSE

To obtain approval to award the contract for the construction of sidewalk on Denison Street, Esna Park Drive, Alden Road, Old Kennedy Road and 16th Avenue.

 

RECOMMENDATION

Recommended Supplier

Rafat General Contractors ( lowest Priced Bidder)

Current Budget Available 

$          616,804.03

$          275,942.21

$       1,495,953.17

$       2,388,699.41

083-6150-7752-005 Sidewalk Request

083-5350-8339-005 Sidewalk Request

083-5350-10057-005 Sidewalk Request

Total

Less cost of award

$          475,000.00

$          220,000.00

$          356,646.72

$       1,051,646.72

$          157,747.01

$       1,209,393.73

 

$            90,704.53

$       1,300,098.26

083-6150-7752-005 Sidewalk Request

083-5350-8339-005 Sidewalk Request

083-5350-10057-005 Sidewalk Request

 

083-5350-10057-005  Contingency @15% *

Total award (Inclusive of HST)**

 

Internal Management Fees (7.5 %)

Total Project Cost

Budget remaining after this award**

$          106,179.03   

$            39,442.21

$          942,979.91 

$       1,088,601.15            

083-6150-7752-005 Sidewalk Request

083-5350-8339-005 Sidewalk Request

083-5350-10057-005 Sidewalk Request

Total***

* A 15% contingency is requested as there is a possibility that more trees may be required (more than the quantity specified in the contract document) through the construction of the sidewalk and in order to ensure that there are adequate funds to cover the removal and replacement cost of the additional work.

*** The balance of the funds will be used for upcoming sidewalk construction project as budgeted for within this account.

 

BACKGROUND                                                                                                                                                                  

The Engineering department administers sidewalk construction with funding from the Development Charges (DC) program. These funds are used to provide sidewalk along Regional roads and on local collector roads.  Staff has developed a five year sidewalk Capital program to schedule the design, approvals and construction in a timely manner and presented to Council on May 25, 2010. The proposed award is part of the 2009 Sidewalk Program and includes the following areas:

 

·         Denison Street (North Side) – Steelcase Road West to Woodbine Avenue

  • Denison Street (South Side)Victoria Park Avenue to Esna Park Drive
  • Denison Street (North Side) – Birchmount Road to Gorvette Drive
  • Esna Park Drive (West Side) - Alden Road to IBM Driveway
  • Alden Road (North Side) – Esna Park Drive to 14th Avenue
  • Old Kennedy Road (West Side) – Steeles Avenue to Aldergrove Drive
  • 16th Avenue (North Side) – Cachet Wood Court to Woodbine Avenue

 

Through this award approximately 6.0 km of sidewalk will be constructed.

 

BID INFORMATION:

Advertised

ETN

 Bid closed on

Friday, August 13th, 2010

Number picking up bid  documents                                               

7

Number responding to bid

2

     

Purchasing contacted the five contractors who declined to bid and they stated   their current volume of work could not allow them to bid and complete the project as required.


 

 

072-T-10 Sidewalk Construction Program (Local Roads)                                                                                      Page 2 of 2

 

 

DETAILED PRICING INFORMATION:

Bidders

Bid Price (Inclusive of HST)*

Rafat General Contractors

$1,051,646.72

Miwel Construction

$1,181,802.68

* Price have been increased by the 1.76% impact from HST

 

As only two bids were received, Staff assessed the low bid price against the recent regional road sidewalk tenders that had   similar components within the contract to ensure the Town was receiving a competitive price under this tender. 

 

The tender price of the low bidder under this contract is $3/ m2 lower than the regional roads tender (low bidder) in June 2010 and the same cost per sidewalk m2 as a tender earlier in 2010.

 

The bids have been verified for accuracy and compliance with the Tender terms and conditions. Purchasing has reviewed the references of Rafat General Contractors and is satisfied with these recommendations of references.

 

                                                                                                               

 


                                                                               

 

                                                                                               

                                                        

      STAFF AWARD REPORT                                         Page 1 of 2

 

To:

John Livey, Chief Administrative Officer

Re: 

200-R-10 Multi-Use-Path Class Environmental Assessment Study

Date: 

September 9, 2010

Prepared by:

Lorenzo Mele, Senior Capital Works Engineer. Ext: 4000

Robert Slater, Senior Construction Buyer. Ext. 3189

 

PURPOSE

To obtain approval to award the contract for Consulting Services for the Multi-Use-Path Class Environmental Assessment Study.

 

RECOMMENDATION

Recommended Supplier

MMM Group Limited (Highest Ranked/Lowest Priced Supplier)

Current Budget Available

$        182,702.37

*083-5350-8114-005 Cycling Lanes/Pathways

Less: Cost of Award

 

$        152,412.06

$          11,430.90

$       163,842.96

Inclusive of HST

Contingency (7.5%)

Total Cost of Award

Budget Remaining after this award

$         18,859.41

**

*The current budget available has been adjusted to reflect the budget commitment under staff award 222-S-10.

**The remaining balance will be used for other cycling lanes/Pathways as budgeted for in this account.

 

BACKGROUND

Beginning in 2005, the Town Engineering and Planning Departments began a master planning exercise for the development of an active transportation network. The initiative was separated into two distinct planning assignments – the Cycling Master Plan and the Pathways and Trails Master Plan. The Cycling Master Plan consists of two phases, the first having been approved in 2005 with commencement of implementation in 2006 and completion in 2007; and the second phase is documented as the Cycling Master Plan. The Pathways and Trails Master Plan sets out the means for improving and expanding Markham’s pathway and trail system and reviews both the short term as well as the long term (50 year) vision for the pathways and trail system.

 

One of the first projects indentified through these master plans was a multi-use pathway in the Milne Dam Conservation Area (MDCA) that would connect the western and eastern reaches within the park with a multi-use pathway that would begin to create a vital active transportation link along the Rouge River from 16th Avenue to the Rouge Park thereby connecting Unionville, Markham and the Milliken communities.

 

In 2008, with funding through the Province of Ontario – Municipal Infrastructure Investment Initiative (MIII) the Engineering Dept. began a process to prepare the design and acquire the necessary approvals to advance the project towards construction. Through this process the Town formed the Milne Working Group that provided assistance to Council and staff to confirm the alignment, related design specifications and associated treatments. In 2009, Council deferred their decision to develop the pathway in MDCA subject to staff confirming the western and eastern connection points from the Rouge River Valley into MDCA. Further, the work completed to date on the Milne Park Multi-Use Pathways and the Milne Working Group considerations have been incorporated into the scope of work for this current study that will as Council directed determine the pathway alignments east and west of the Milne Dam from Toogood Pond to Rouge Park (Bob Hunter Memorial Park) and the crossings of the Rouge River.

 

DISCUSSION

The Town’s Cycling Master Plan and Pathways and Trails Master Plan were adopted by Council in May 2010 and a 5 year implementation program is now in preparation, subject to Council approval of funding through annual capital budgets.  In the fall of 2010, the final draft of this 5 year implementation program will be presented to Development Services Committee for their review and approval. Staff will then proceed to advance the projects identified in the 5 year plan towards consultation, approval, design and construction.

 

In order to be in a position to proceed with public consultations and planning for the year one project (Toogood Pond to Bob Hunter Memorial Park multi-use pathway system) a Request for Proposal (RFP) was released to the market to carry out an Environmental Assessment (EA) and associated stakeholder and community consultations to confirm the alignment and acquire approvals to develop this pathway system. The project area involves Wards 3, 4, 6 and 7 and copies of the draft RFP were sent to the Ward Councilors for their review and comment.

 


 

 

 

200-R-10 Consulting Services for Multi-Use-Path Class Environmental Assessment Study                        Page 2 of 2

 

 

The anticipated project timelines:

 

·         September 2010 – Contract awardMulti-Use-Path Class Environmental Assessment Study

·         November 2010 – DSC and Council approval of 5 year plan including associated phasing and the public consultation process for the year one project.

·         Fall of 2011 - Completion of public consultations, confirmation of alignment and approvals (EA Stage)

·         Fall 2011 – Council approval of RFP to proceed to design and construction

·         Spring 2012 – Commence construction

·         Fall 2012 – Complete construction

 

 

BID INFORMATION

Advertised

ETN

Bids closed on

August 18, 2010

Number picking up bid documents

14

Number responding to bid

5

 

PROPOSAL EVALUATION                                                                                                         

The evaluation team was comprised of staff from the Engineering Department with purchasing acting as the facilitator.  The evaluation was based on pre-established evaluation criteria as listed in the Request for Proposal: 25% Experience of firm and related projects, 30% Understanding of project, 10% for qualifications and experience of the lead consultant and project team, 5% health and safety and 30% for price, totaling 100%, with resulting scores as follows:

 

Suppliers

Score (out of 100)

Ranking

MMM Group Limited

90.00

1

Aecom Canada Ltd.

72.75

2

S. Burnett & Associates Limited

71.26

3

URS Canada Inc.

64.01

4

Dillon Consulting Limited

55.50

5

Prices ranged from approximately $152,412.06 - $357,545.97 (Inclusive of HST).

                                                                                                                                                                                               

MMM Group was the lowest priced bidder, receiving full marks for the price component and submitted the second most technically proficient proposal (less than 1 point difference from the highest technical scored proponent).   MMM Group provided a detailed proposal with a good understanding of the project and complemented this with an experienced team and the lowest priced proponents.


.

                                                              

                                                                       STAFF AWARD REPORT                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

216-S-10 Markham’s New Official Plan – Shared and Supportive Housing Policy Review

Date: 

August 30, 2010

Prepared by:

Murray Boyce, Senior Policy Coordinator,  Ext. 2094

Tony Casale, Senior Buyer, Ext. 3190

 

 PURPOSE

 To obtain approval to retain a consultant to complete a shared and supportive housing policy review.

 

 RECOMMENDATION

Recommended Supplier

SHS Consulting Inc. (Preferred Supplier)

Current Budget Available 

$     75,000.00

620 101 5399 9067 Growth Mgmt Strategy/Official Plan

Less cost of award

$     67,997.75

Inclusive of HST

Budget Remaining after this award

$       7,002.25

*

*The remaining balance will be returned to the original funding source.

 

Staff recommends:

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 Non Competitive Procurement, item 1 (c) which states “When the extension of an existing contract would prove more cost-effective or beneficial;”

 

BACKGROUND

In 2009, the Town of Markham (Town) released a quotation to the market for a review and update of the Town’s Affordable and Special Needs Housing Strategy (254-Q-09).  The Town received five (5) submissions which were evaluated based on pre established scoring criteria as outlined in the quotation:  25% qualifications and relevant experience, 25% project understanding and study approach, 25% project management and 30% study budget and allocation, totaling 100%.  The evaluation team was comprised of staff from the Planning and Finance Departments with Purchasing staff acting as the facilitator.  The contract was awarded to the highest ranked and third lowest priced contractor SHS Consulting Inc. (SHS) which scored highest in the technical evaluation (67%) and was only 7% more expensive than the lowest priced bidder.

 

In conducting the review, SHS examined new housing programs and initiatives of senior levels of government and recent approaches taken by municipalities such as Markham in the development of local housing strategies.  In addition to completing an extensive data and research analysis on Markham’s housing needs, SHS also completed extensive work with municipalities across the Province which has provided a range of examples and models to consider for meeting those needs. A final report outlining recommendations for a new Strategy will be presented to Development Services Committee in November of this year.

 

The research completed by SHS for the Town’s Affordable and Special Needs Strategy has highlighted a number of other housing matters not covered in the current scope of work and contract 254-Q-09.   This includes recommendations to further evaluate options for working with the Region on developing special needs housing including housing for persons with disabilities and seniors.

  

   DISCUSSION

   Staff would like to complete a review of the Town’s current policies with respect to shared and supportive housing to identify new Official Plan policies with respect to group homes, custodial and long term care facilities, student housing, rooming housing and to govern the conversion or demolition of existing rental units Town-wide.   The scope of work may also include recommendations on other forms of shared and supportive housing that the consultant may identify i.e. policies to support incorporation of units suited to disabled residents in some projects.   This work would be considered the next phase of the Official Plan housing policy development which would augment the policy recommendations flowing from the Town’s Housing Stock Analysis, Intensification Strategy and the emerging Affordable and Special Needs Housing Strategy.  It will involve some additional background research to provide the basis for the new policies, including a review of current policy approaches and how far municipal authority extends respecting the provision of shared and supportive housing.

 


216-S-10 Markham’s New Official Plan- Shared and Supportive Housing Policy Review                            Page 2 of 2

 

 

   SHS Consulting is currently working with the Town of Markham to complete a review and update of the Town’s Strategy for Affordable and Special Needs Housing.  In conducting the review, SHS has examined new housing programs and initiatives of senior levels of government and recent approaches taken by municipalities such as Markham in the development of local housing strategies.  In addition to completing an analysis of Markham’s housing needs, SHS has also completed extensive work with municipalities across the Province, including the Greater Toronto Area and the Regions of Peel, York and Halton, which has provided a range of examples and models to consider for meeting those needs.

   

The scope of work submitted by SHS Consulting proposes a six (6) month work program to conduct a review of the Town’s current shared and supportive housing policies and best practices of municipal policies related to the five key policy areas, and to develop special needs housing objectives and policies for shared and supportive housing for the New Official Plan.  Upon completion of the review, a final report will be presented to Development Services Committee summarizing the background research and identifying recommended Official Plan policies.

 

The study schedule, including a stakeholder workshop and two presentations to the Development Services Committee, is consistent with the previous schedule of the tender awarded for Affordable and Special Needs Housing Strategy Study, which was completed to Staffs’ satisfaction within the prescribed timeframe.  The proposed allocation of study budget, resources and fees is also consistent with the previously awarded work tender, maintaining a significant allocation of days from the firm’s principal and most experienced housing consultant.    SHS’s per diem rates are consistent with those in the industry and are comparable with other firms that bid on the original Affordable and Special Needs Housing.

 

It is intended that the Shared and Supportive Housing Policy Review will support the development of new Official Plan policies early next year. Given this time constraint, there are efficiencies in awarding a contract to SHS Consulting to complete the review as SHS were the successful bidder on the Affordable and Special Needs Housing Strategy and the firm currently has the most current knowledge and experience in assessing Markham’s housing needs.

 

 

 


                                      

 

                                       

         STAFF AWARD REPORT                                                     Page 1 of 2                                                            

 

To:

John Livey, Chief Administrative Officer

Re: 

222-S-10 Pathway from Campbell Court to bridge crossing connecting Annina Court to Hwy 7

Date: 

August 31, 2010

Prepared by:

Lorenzo Mele, Traffic Demand Management (TDM) Coordinator, Ext. 4000

Scott Grieve, Park Development Coordinator, Ext. 2875

Tony Casale, Senior Buyer, Ext, 3190

 

PURPOSE

To obtain approval to award the contract for the construction of a multi-use pathway from Campbell Court to the new bridge which links Annina Court to Highway #7.

 

 RECOMMENDATION

Recommended Supplier

MTM Landscaping Contractors Inc. (Preferred Supplier)

Current Budget Available

$    305,831.97    

083 5350 8114 005 Cycling Lanes/Pathways

Less cost of award

$    111,936.00

$      11,193.60

$    123,129.60

Inclusive of HST  

Contingency @ 10%, inclusive of HST

Total Award

Budget Remaining after this award

 $    182,702.37            

*

*The remaining balance in the amount of $182,702.37 will be used for other cycling lanes/Pathways as budgeted for in this account.

          

Staff recommends:

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 Non Competitive Procurement, item 1 (c) which states “When the extension of an existing contract would prove more cost-effective or beneficial;”

 

BACKGROUND

Beginning in 2005, the Town’s Engineering and Planning Departments began a master planning exercise for the development of an active transportation network. The initiative was separated into two distinct planning assignments – the Cycling Master Plan and Pathways and Trails Master Plan. The cycling network planning initiative consists of two phases, the first phase (Town-wide Spine Network) having been completed in 2007; and the second phase is documented as the Cycling Master Plan. The Pathways and Trails Master Plan sets out the means for improving and expanding Markham’s pathway and trail system and reviews both the short term as well as the long term (50 year) vision for the pathways and trail system.

 

The Town’s Cycling Master Plan and Pathways and Trails Master Plan were adopted by Council in May 2010 and the overall cost for the full implementation of the master plans is estimated at over $60 million. Since 2005, the Town Budget Committee has allocated $1.6 million of Markham’s share of the Federal Gas Tax funding towards the implementation of the overall Cycling, Pathways and Trails Master Plans that was utilized for various cycling lanes / pathway projects.  In the fall of 2009, the Town’s Engineering Department retained a consultant to assist Staff with the development of a detailed plan to serve as the Town’s Cycling, Pathways and Trails 5-Year Implementation Program.  Based on the recommendation of the consultant, a 5 year implementation plan is now being finalized for the network phasing to implement the master plans, subject to Council approval of funding through annual Capital budgets.

 

The year one project indentified in the draft 5 year implementation program is the Toogood Pond to Bob Hunter Memorial Park town-wide multi-use pathway system. The pathway connection, which is the subject of this report, from Campbell Court to the newly constructed pathway from Annina Crescent to Highway 7 will form a neighbourhood connecter to the planned Town wide multi-use pathway system. Given that the budget is for the implementation of the overall master plan the opportunity to construct this neighbourhood connector pathway was availed due to the availability of funding in this project which aligns well with our overall master plan implementation strategy.

 

 

 

 

 


222-S-10 Pathway from Campbell Court to bridge crossing connecting Annina Court to Hwy 7 Page 2 of 2

 

DISCUSSION

In September 2009, Staff awarded contract 037-T-09 to the lowest priced bidder, MTM Landscaping Contractors Inc. (omitting item three (3) on bid document from the award - South-West Pathway Connection) for a trail connection through the Rouge river valley from Highway 7 to Annina Court.  Since this approval, the contractor has completed the approved work under contract 037-T-09 (New Rouge River Bridge Structure, North-West Pathway Connection, North-East Pathway Connection, South-East Pathway Connection and a seating area) other than the omitted connection identified above, which was not awarded in 2009 due to budgetary constraints at that time.

 

Staff is now seeking approval to award the trail construction for the South-West Pathway Connection from Campbell court to the bridge which will connect Annina Court to Highway 7 under the same terms, conditions and prices submitted under 037-Q-09 from the low bidder, MTM Landscaping Contractors Inc.

 

The scope of work includes the following requirements;

 

·                     Environmental Works

·                     Clearing and Grubbing

·                     Rubbish Removal

·                     Miscellaneous removals including culverts

·                     Grading

·                     New swale structure including abutments and all related works

·                     Asphalt pathway

·                     Culverts

·                     Swale slope stabilization Treatments

·                     Planting, seeding and restoration works

 

The Town received two bids for contract 037-T-09 and the pricing for item three (3) by MTM Landscaping Contractors Inc. was $111,936.00 versus $258,470.00 from the second bidder. 

 

In consultation with the Engineering Department, Staff is recommending aligning this section of walkway from Campbell Court to the bridge to connect Annina Court to Highway 7 utilizing the budget allocated for cycling lanes/pathways in the Engineering and Capital Works budget that is in conformance to the Capital Budget Control Policy.

 

MTM Landscaping Contractors Inc. worked for the Town on the initial project and performed well.  Staff is confident that MTM Landscaping Contractors Inc. will continue to provide service that meets and/or exceeds the Town of Markham’s requirements. 

 

 


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

NOVEMBER 1, 2010

DATE REPORT AUTHORED

OCTOBER 1, 2010

 

ITEM TITLE

Staff Awarded Contracts for the Month of

September 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

Senior Manager, Purchasing & Financial Reporting

Raj Raman

Treasurer

Joel Lustig

Commissioner, Corporate Services

Andy Taylor

 

Attachments:

 

 

 

Comments & Questions: