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:
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 |
· 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.
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.
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 |
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
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.
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 |
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.
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.
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 |
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
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.
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.
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.
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.
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)
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.
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 |
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) |
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.
Advertised |
ETN (Electronic Tendering Network) |
Bids
closed on |
September 8,
2010 |
Number
picking up bid documents |
17* |
Number
responding to bid |
4 |
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.
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.
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.
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
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.
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..
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
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:
·
·
Community
Care Access Centre
·
·
·
·
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.
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
§
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 |
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 |
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 |
|
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 |
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 |
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.
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.
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.
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 |
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.
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 |
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
award – Multi-Use-Path Class Environmental
Assessment Study
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
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.
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.
THAT the tendering process be waived in accordance with
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.
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 |
* |
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
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: