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

 

SUBJECT:                Staff Awarded Contracts for the Month of May 2010

PREPARED BY:     Alex Moore, Ext. 4711

 

RECOMMENDATION:

 

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

 

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

 

EXECUTIVE SUMMARY:

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

 

 

PURPOSE:

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

 

Chief Administrative Officer

Award Details

Description

Preferred Supplier

·      153-S-10 Renewal of Life Insurance contract with Sun Life Assurance Company

 

 

Community & Fire Services

Award Details

Description

Lowest Priced Supplier

·      115-T-10 Supply and Delivery of Landscape and Turf Maintenance Equipment

·      117-T-10 Shingled Roofing Replacement at Various Town Locations

·      118-T-10 Construction of the Markham Civic Centre Artificial Skating Rink

·      080-T-10 Pilot DMA Implementation Design Build

Sole Bidder

·      058-R-10 Consulting Services for West Thornhill Sanitary Lining Project

 

Preferred Supplier

·      089-S-10  Supply, Site Preparation, Delivery, Planting for the Trees and Shrubs for

Tomorrow Program – Award #1

Project Management and Application of Control Treatments for the Giant Hogweed Treatment-Control Program – Award #2

·      124-S-10 Supply of Traffic Controllers

·      263-Q-08 Supply Equipment and Staff to Load and Haul Snow - Contract Extension

 

 

 

Development Services

Award Details

Description

Lowest Priced Supplier

·      379-Q-09 South East Markham Community Centre Park Design & Contract Admin. Services  

 Preferred Supplier

·       135-S-10 Trees for Tomorrow

 

 

 


RECOMMENDED BY:

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


 

                                                                                               

 

                                                                     STAFF AWARD REPORT                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

153-S-10 Renewal of Life Insurance contract with Sun Life Assurance Company

Date:  

May 14, 2010

Prepared by:

Nadine Daly, Manager HR, Diversity , Compensation & Benefits

Tony Casale, Senior Buyer, Purchasing

 

 RECOMMENDATION

Recommended Supplier

Sun Life Assurance Company (Preferred Supplier)

Original Budget and Account #

$ 400,000.00

030 220 0046 Payroll Life

Less cost of award

$ 280,000.00

$   25,000.00

$ 305,000.00

Various Townwide Employee Benefit Accounts for Basic Life Insurance

Optional Life Insurance, recoverable from employees as required*

 

Remaining Balance

$   95,000.00

**

* Funds for optional life insurance in the estimated 2010 amount of $25,000 inclusive of HST will be recovered from employees as required. 

**The remaining balance will remain within the operating account.

Staff further recommends:

 

THAT the tendering process be waived in accordance with the Purchasing By-Law 2004-341, Part II, Section 7 Non Competitive Procurement, item 1 (h) “where it is necessary or in the best interests of the Town to acquire non-standard items and Professional Services from a preferred supplier or from a supplier who has a proven track record with the Town in terms of pricing, quality and service.”

 

PURPOSE

To obtain approval to extend the current contract with Sun Life Assurance Company (Sun Life) to provide Group Life Insurance coverage to Town employees for 2010 under the Regional Municipality of York Umbrella Plan.

 

BACKGROUND

On June 1, 1994, the Town of Markham entered into an agreement with the Mutual Life Assurance Company, which has since changed its name to Sun Life Assurance Company.  The agreement is to provide a Group Life Insurance benefit for Town employees under The Regional Municipality of York’s umbrella plan renewable on a year to year basis.  The “Umbrella Group” includes The Region of York, Town of Markham and Town of Newmarket. 

A third party consultant, Buffett Taylor & Associates Ltd. has been hired by the Umbrella Group to review the premium and terms and conditions of the contract every year.  Buffet Taylor also negotiates contract terms with Sun Life, on behalf of the Umbrella Group, every year.

 

The Town’s Group Life Insurance Benefit Plan includes basic life insurance coverage for employees.  The Plan also provides optional life insurance for employees and their dependents for additional coverage as required.  Premiums for basic life insurance are payable by the Town, and premiums for optional life insurance coverage are payable by the employees.

 

OPTIONS / DISCUSSIONS

Staff concluded that it is in the best interest of the Town to renew the Group Life Insurance benefit plan with Sun Life under the Regional Municipality of York Umbrella Plan for the following reasons:

 

1.       The Town continues to enjoy competitive premiums through economies of scale.

The Town has maintained a premium rate of $0.184/1000 since 2005; the 2009 & 2010 premium rate @ $0.170/1000 effective 2009 is a reduction of 7.6% and is competitive relative to our claim experience in the past five years and the increased demographics of our plan members.

 

 

 

 


153-S-10 Renewal of Life Insurance Contract with Sun Life Assurance Company                                         Page 2 of 2

 

 

Our benefit Consultant Buffett Taylor has measured a 3.04 % increase in our demographics over the past 12 month period. Currently, 36% of the Town’s plan members are over the age of 50 which represents 38% of the total insured volume compared to the entire Umbrella group, which indicates only 27% are over age 50 and represents 26% of the insured volume.

 

The demographics of the Town’s insured population continued to increase over the past years, and the emerging claims experience over the past 12 months has contributed to a rate increase requirement.  Buffet Taylor was able to negotiate with Sun Life to reduce the proposed renewal rate from $0.184 to $0.170 per $1,000 of coverage for 2009/10 resulting in an annual premium cost avoidance of $20,788.00

 

In comparison to other Municipalities, the Town of Whitby is paying $0.22 per $1000 and the Town of Oakville is paying $0.193 per $1000.

 

2.       Sun Life has a proven track record with the Town and the Umbrella Group and has provided satisfactory customer services for the past 10 years. 

 

 

FINANCIAL CONSIDERATIONS

Budget for basic life insurance is in the amount of $400,000.

 

Funds for optional life insurance in the estimated 2010 amount of $25,000 inclusive of HST will be recovered from employees as required. 

 

 


 

 

                STAFF AWARD REPORT                                                Page 1 of 2

To:

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

115-T-10 Supply and Delivery of Landscape and Turf Maintenance Equipment

Date: 

May 14, 2010

Prepared by:

Laurie Canning, Manager, Fleet & Supplies, ext 4896

Patti Malone, Senior Buyer, ext. 2239

 

PURPOSE

To obtain approval to award the Purchase of five (5) zero turn mowers, one (1) compact 4 wheel drive loader, one (1) 72" out-front rotary mowers and (1) electrical powered utility vehicle.

 

RECOMMENDATION

Recommended Supplier(s)

B.E. Larkin Equipment         (Lowest Priced Supplier - Item 1)

Hutchinson Farm Supply      (Lowest Priced Supplier – Item 2)

G. C. Duke Equipment Ltd.  (Lowest Priced Supplier – Item  3)

Turf Care Products Canada  (Lowest Priced Supplier – Item 4)

Current Budget Available

$217,377.00

Various (see financial attachment)

Less cost of award

$  66,555.00

$  64,397.16

$     7,765.20

$  24,913.44

$163,630.80

Inclusive of PST - B.E. Larkin Equipment 

Inclusive of PST – Hutchinson Farm Supply

Inclusive of PST – G. C. Duke Equipment Ltd.

Inclusive of PST - Turf Care Products Canada

Price inclusive of PST

Budget Remaining after this award

$  53,746.20  

*

*A portion of this balance will be utilized for “Markhamizing” the units and the remaining balance to remain in the account for other budgeted fleet purchases.

 

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

 

BACKGROUND

This tender was issued in accordance with Purchasing By-law 2004-341.  Four (4) units specified in the tender are part of the 2010 Corporate Fleet Replacement Program along with four (4) new fleet additions related to growth in the Operation area.  Staffs reviewed the bid documents and are satisfied that all terms and conditions comply with the Town’s requirements.

 

The replaced units 1437, 4215, 4208 and 4311 will be sold upon delivery of the new units in accordance with Purchasing By-law 2004-341, PART V Disposal of Personal Property and proceeds will be posted to account 890 890 9305 proceeds from the Sale of Other Fixed Assets. No estimate of selling price is available at this time.

 

     All the units identified as part of the 2010 Corporate Fleet Replacement Program require major servicing or repairs. These repairs would be necessary to keep them in service as reliable units and have not been done in anticipation of the replacement of all the units identified in this award.

 

     ENVIRONMENTAL CONSIDERATIONS

     Seven (7) of the eight (8) units identified in this award are diesel powered and are compatible with the current bio diesel blends used in the fleet. One unit the Truckster is a fully electric powered unit very similar to the unit used by staff at the Civic Centre for grounds maintenance. This unit will be put into service at Milne Park and completes another step in our plan and commitment to continue to Greening the Fleet.

 

BID INFORMATION

Advertised

ETN

Bids closed on

April 28, 2010

Number picking up bid documents

16

Number responding to bid

8

 

 

 


 

 

115-T-10 Supply and Delivery of Landscape and Turf Maintenance Equipment                                            Page 2 of 2

 

 

PRICE SUMMARY (Inclusive of PST)

Item #

1

2

3

4

 

Five Zero Turn Mowers

One Compact 4 Wheel Drive Loaders

One Electric Powered Utility Vehicle

One 72” Outfront Rotor Mower

 

Suppliers

 

 

 

 

B.E. Larkin Equipment

$66,555.00

$74,528.64

No Bid

$27,540.00

Turf Care Products Canada

$84,499.20

No Bid

$11,431.80

$24,913.44

G. C. Duke Equipment

No Bid

$139,320.00

$7,765.20

No Bid

Markham Mower Ltd.

$66,960.00

No Bid

No Bid

No Bid

Strongco Equipment

No Bid

$79,914.60

No Bid

$79,914.60

AGT Electric Cars

No Bid

No Bid

$7,776.00

No Bid

Hutchinson Farm Supply

$66,884.40

$64,397.16

$10,278.36

$25,319.52

Nortax Canada Inc.

No Bid

$70,187.04

No Bid

No Bid

 

 

FINANCIAL ATTACHMENT

 

A portion of  the remaining balance in account # 057-6150-10287-005 will be utilized for “Markhamizing” the units and the remaining balance will be returned to the 2010 fleet replacement program account for completing the outstanding purchases approved for 2010.

 

 

A portion of  the remaining balance in account # 057-5350-10289-005 will be utilized for “Markhamizing” the units and the remaining balance will be returned to the above account  for completing the outstanding purchases approved for 2010.

 

 


 

                STAFF AWARD REPORT                                                Page 1 of 2

To:

Brenda Librecz, Commissioner , Community & Fire Services

Re: 

117-T-10 Shingled Roofing Replacement at Various Town Locations

Date: 

May 21, 2010

Prepared by:

Gil Verbeek, Facilities Maintenance and Life Cycle Co-ordinator, ext. 3410

Patti Malone, Senior Buyer, ext. 2239

 

PURPOSE

To obtain approval to award the contract for shingled roofing replacements at various Town locations (Museum, Toogood Pond Pavilion, Works Yard and the Duncan Park Tennis Clubhouse). 

 

RECOMMENDATION

Recommended Supplier (s)

Hamlet Roofing Ltd. (Lowest Priced Supplier)

Current Budget  Available

$            250,410.00

Various (See Financial Considerations) - Budget allocated for these items.

Less cost of award

$            227,314.24

$              11,365.71

$            238,679.95

Inclusive of HST*

Contingency (5%)

Total award Inclusive of HST

Budget Remaining after this award

$                11,730.05       

**

* The award includes HST impact commencing July 1, 2010.  The project work will commence July 2, 2010.

**The remaining balance will remain in the accounts until completion of the roofing projects identified within the respective accounts.

 

BACKGROUND:

Several facilities were identified through the Asset Management Life Cycle system review as requiring shingled roofing replacement.    The work will consist of, but is not limited to, rough carpentry, cedar shingled roofing, modified bitumen roofing and sheet metal flashing at the following sites:

 

Ø  Museum- Burkholder House                                            

Ø  Museum- Wilson Variety Hall

Ø  Museum- Mt. Joy Schoolhouse

Ø  Museum- Slaughterhouse

Ø  Museum- Blacksmith Shop

Ø  Museum- Cider Mill

Ø  Museum- Education Building

Ø  Museum- Saw Mill

Ø  Museum- Strickler Farm Barn

Ø  Museum- Hydro Building

Ø  Museum- Kinnee Log Barn

Ø  Toogood Pond Pavilion- Toogood Pond Park Drive

Ø  Works Yard- West Dome

Ø  Works Yard- Maintenance Shop

Ø  Duncan Park Tennis Clubhouse

 

BID INFORMATION

 

Advertised

ETN

Bids closed on

May 5, 2010

Number picking up bid documents

17

Number responding to bid

7

 

 


 

117-T-10 Shingled Roofing Replacement at Various Town Locations                                                                                Page 2 of 2

 

 

PRICING SUMMARY

Suppliers

Price (Inclusive of HST)

Hamlet Roofing Ltd.

$227,314.24

Dominion Roofing

$273,570.57

Ontario Roofing and Maintenance Inc.

   $315,041.84 *

Eileen Roofing Inc.

$327,138.05

Nortax Roofing Ltd.

$476,566.20

Nashid Construction Corp.

$480,714.24

Avenue Road Roofing

$549,612.88

*Ontario Roofing and Maintenance Inc. price does not include the Duncan Park Tennis Clubhouse.  They provided a no bid response for this portion of the contract.

 

 

FINANCIAL CONSIDERATIONS

 

The following table summaries the financial details of this award.

 

* Bid costs inclusive of HST impact commencing July 1, 2010

**Contingency estimated at 5% of bid costs

 

The table above reflects only the shingled roofing portion of the overall budget information.  Remaining funds in both accounts are to be used for scheduled built up roofing work in 2010 (e.g. Theatre, Civic Centre, and Thornhill C.C.).

 

As bid costs of tasks related to project 9209 exceed budgeted amount, $3,022.00 budget will be transferred from surplus budget of project 10255 to project 9209.

 

 


                                                                               

                                                                                               

                                                         

STAFF AWARD REPORT                                  Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

118-T-10 Construction of the Markham Civic Centre Artificial Skating Rink

Date: 

May 25, 2010

Prepared by:

Glen Taylor, Senior Manager of Infrastructure and Special Projects, ext. 3180

Tony Casale, Senior Buyer, ext. 3190

 

PURPOSE

To obtain approval to award the contract for the construction of the Civic Centre Artificial Skating Rink.

 

RECOMMENDATION

Recommended Supplier

 Dinardo C. Group Inc. (Lowest Priced Bidder)

Current Budget Available

$    3,506,650.00

070-5350-9528-005 Civic Centre Skating Rink

Less: Cost of Award

 

$    3,074,268.23

$       406,650.00      

$    3,480,918.23

Inclusive of HST*

Contingency (13.2%)

Total Cost of Award

Budget Remaining after this award

$         25,731.77     

**

* The remaining budget in the amount of $25,731.77 will be used to fulfill other commitments of the project. 

BACKGROUND

As part of the Federal RiNC Program, 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 to construct a new artificial skating rink accompanied with extensive landscaping, dedicated building for the ice re surfacer and refrigeration equipment at the Markham Civic Centre.

 

The scope of work involves the construction of a new artificial skating rink (approximately 25,000 ft2) located on the south side of the Markham Civic Centre.  The existing feature ‘pond’ will be partially converted to support the new outdoor artificial ice rink.  There will be a new (approximately 2,000 ft2) ice re-surfacing /mechanical building and modifications to the existing landscape, lighting and a sound system.

 

Due to the scope of the project, contractors were pre-qualified to ensure that all bidders would have the necessary qualifications, experience and resources to complete the works in accordance with Town of Markham requirements within the specified timelines. Pre qualification # 022-P-10 was issued to the market place in accordance with the Purchasing By-law 2004-341.

 

The contingency of $406,650 will be required due to the following reasons: 

-    Unknown soil conditions.   The exact quantity of soil has been undeterminable as access to the area of work for testing and quantity measurement was restricted by the existing pond and rubberized liner.

-    Existing infrastructure.  This project relies, heavily, on the integration and reuse of the existing Civic Centre infrastructure.  The contract requires that the vendor assume the existing Civic Centre infrastructure is sound.  Items in an existing building such as underground foundation structure, cladding, roof systems, electrical, plumbing and HVAC facilities can present unforeseen contingency requirements.

 

PRE QUALIFICATION INFORMATION (022-P-10)

 

Advertised, place and date

February 05, 2010

Pre qualification closed on

February 24, 2010

Number of contractors picking up bid documents

34

Number of contractors responding to bid

9

Number of contractors Pre qualified

5

 

 

 

 


 

118-T-10 Construction of the Markham Civic Centre Artificial Skating Rink                                 Page 2 of 2

 

 

BID INFORMATION

 

Advertised

By Invitation  (Pre-qualified suppliers)

Bids closed on

May 21, 2010

Number picking up bid documents

5

Number responding to bid

4

 

 

 

DETAILED PRICING INFORMATION

Suppliers

Price (inclusive of HST)

Dinardo C. Group Inc.

$ 3,074,268.23 *

Ross & Anglin Ontario Ltd.

$ 3,507,667.20

J.J. McGuire General Contractors Inc.

$ 3,795,648.00

Frank Pellegrino General Contractors Ltd.

$ 4,089,836.16 *

*Price includes the cost of the provisional item to supply and install a water feature.   Two bidders (Ross & Anglin and J.J. McGuire) did not include this provisional pricing in their submission.

 

FINANCIAL CONSIDERATIONS

The following table presents the financial details of the proposed award.

 

 

 


 

                STAFF AWARD REPORT                                                Page 1 of 2

To:

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

080-T-10 Pilot DMA Implementation Design Build

Date: 

May 17, 2010

Prepared by:

Henk Bouhuyzen, Instrumentation Engineer, ext 2647

Karen Dennison, Manager, System Engineering, ext 2519

Patti Malone, Senior Buyer, ext. 2239

 

PURPOSE

To obtain approval to award the Design/Build of the Pilot District Metered (DMA) Management Sites

 

RECOMMENDATION

Recommended Supplier (s)

Wallwin Electric Services Ltd. (Lowest Priced Supplier)

Current Budget  Available

$            826,058.00

Various (See Financial Considerations)

Less cost of award

$            161,584.23

$              32,316.85

$            193,901.08

Inclusive of HST

Contingency (20%) **

Total award Inclusive of HST

Budget Remaining after this award

$            632,156.92       

*The remaining balance will be used to procure other required equipment and services as budgeted for in this account.

**A contingency is required for this project. In the bid document, bidders submitted their standard cost estimate per meter of conduit and wire. Actual distances will be determined at the time of construction.

 

BACKGROUND

Markham Waterworks is evaluating a water distribution management technique in which Markham’s drinking water distribution system is isolated into smaller areas for the purpose of metering flows and pressures. Four pilot areas have been selected with one or more metering points for a total of 10 metering locations.

 

Each Pilot Area varies in size and customer mix (residential, light industrial and number of residents). A variety of flow and pressure metering instrumentation will be implemented and operated during the pilot project.

 

In addition, Waterworks plans to implement innovative pressure management in Pilot area #2.

 

A pilot SCADA system is being developed to facilitate data retrieval from the project sites to Markham’s offices for analysis and evaluation. Waterworks is striving to have the four Pilot Areas fully operational during summer 2010.

 

The work to be performed is a mix of construction (concrete base pads for instrumentation cabinets, conduits), installation of instrumentation, piping modifications and electrical work.

 

A summary of the work is:

 

l  Install instrumentation in existing chambers

l  Removal of existing instrumentation cabinets and concrete pads

l  Installation of new concrete pads and new instrumentation cabinets

l  Installation of the required conduits from the cabinets to the chambers

l  Provide a hydro connection to the instrumentation cabinets

l  Undertaking piping arrangements in some chambers

l  Wiring the instrumentation to the instrumentation cabinets

l  Provide drainage for wet metering chambers

l  Restoration of each site

l  Liaison with Region of York

l  Liaison with the City of Toronto

 


 

080-T-10 Pilot DMA Implementation Design Build                                                                                            Page 2 of 2

 

 

 

BID INFORMATION

Advertised

ETN

Bids closed on

April 14, 2010

Number picking up bid documents

8

Number responding to bid

2

Note:  Purchasing received feedback from a number of these companies who picked up the bid document but did not provide a submission:  Three (3) bidders decided after reviewing the bid document that they did not have sufficient expertise in this field. One (1) bidder declined due to their current work load.

 

 

PRICING SUMMARY

Supplier

Price (Inclusive of HST )

Wallwin Electric Services Ltd.

$161,584.23

Plan Group Inc

$334,428.13

 

 

FINANCIAL CONSIDERATIONS

Account Name

Account #

Budget Amount

Spent to Date

Committed

Budget Available

Amount to Allocate to this project

Budget Remaining

DMA Implementation

053-5399-7682-005

            $250,000

              $68,302

          $60,247

        $121,451

             $48,000

            $73,451

SCADA

053-5399-7678-005

            $300,341

              $125,083

          $145,651

        $29,607

             $28,000

          $1,607

SMA/DMA implementation

053-5399-8341-005

            $675,000

        $675,000

           $117,901.08

          $557,098.92

 

Totals:

 

      $1,225,341

          $193,385

        $205,898

      $826,058

         $193,901.08

        $632,156.92

 

 

 


 

                                                             STAFF AWARD REPORT                             Page 1 of 2

To:

Andy Taylor, Acting Chief Administrative Officer

Re: 

058-R-10 Consulting Services for West Thornhill Sanitary Lining Project

Date: 

March 17, 2010

Prepared by:

Patti Malone, Senior Buyer, Purchasing. Ext, 2239

Ernie Ting, Manager, Waterworks Infrastructure, Ext. 3650

David Huynh, Project Engineer, Ext, 2400

 

PURPOSE

To obtain approval to award the contract for consultant services for design, contract management, project administration and inspection for demonstration project - Sanitary mainline and sewer connection relining in West Thornhill.

 

RECOMMENDATION

Recommended Supplier

Genivar Consultants LP (Sole Bidder)

Current Budget Available 

$          300,000.00  

053-6150-10330-005 Sewer System Upgrade Program

Less cost of award

$            92,268.75

$          204,656.25

$          296,925.00

Design and Tendering Services

Construction administration / inspection services

Total consulting fees (Exclusive of GST)

Budget remaining after this award

$              3,075.00

*

* The remaining balance of funds will be used for the construction portion of this contract as budgeted for within these accounts.

 

BACKGROUND:

Recent storms have caused flooding in several areas in the Town of Markham. To eliminate the future risks of flooding and sewer backups, a strategy has been developed to reduce inflow and infiltration (I/I) into the sanitary sewer system.

 

Part of this strategy is to reline the sewer mainlines and sewer connections of the sanitary system in West Thornhill residential area. The demonstration project is aimed to reduce current inflows and infiltrations, improve hydraulic capacity and structural integrity, and extend the sanitary mainline and sewer connections life expectancy.

 

This Request for Proposal (RFP) for consulting services was issued for the annual sanitary sewer rehabilitation capital project that addresses the strategy of the I/I Reduction Program.  It also incorporates areas and work included in the Federal/Provincial Stimulus Funding application by the Town.  The completion timeline requirements under this RFP are in accordance to the Stimulus Funding deadlines. 

 

Included within the bid document was a provision for additional pricing should the Town be successful in receiving an additional funding resource (Stimulus fund).  If this additional award is required the Staff will seek the appropriate approval authority.

 

To meet the schedule to complete this project, this RFP was issued on Friday February 26, 2010 and was closed on Friday March 12, 2010. 

 

BID INFORMATION

Advertised

ETN

RFP closed on

March 12, 2010

Number picking up Proposal (RFP) documents

8

Number responding to RFP

1

* Purchasing received feedback from a number of the companies that picked up a bid document but did not provide a submission.  Three bidders were concerned with the penalty clause, tight timeline and the technology requirements.

 

 

 

 

 

 

 


 

058-R-10 Consulting Services for West Thornhill Sanitary Lining Project                                         Page 2 of 2

 

 

PROPOSAL EVALUATION

The evaluation team was comprised of staff from the Waterworks Department with purchasing acting as the facilitator.  The evaluation was based on pre-established evaluation criteria: 20% for past experience of the consulting firm in similar projects, 20% for qualifications of the Project Manager and other consultant’s key staff, 30% for details of project delivery, and 30% for price, totaling 100%, with resulting scores as follows:

 

Since only one (1) bidder responded to the RFP, Staff evaluated this bid against the pre-set criteria included within the bid document and recommend moving ahead with the sole bidder.

 

Genivar’s proposal included an experienced team, good understanding of the project and good project control methodologies/processes in place to support this project.

 

Genivar’s cost proposal of $92,268.75 for design and tendering services represents 2.55% of the project cost and $204,656.25 for construction administration / inspection services represents 5.66% of the project cost.  Overall the cost proposal is 8.21% of the estimated construction costs for this project which is align with industry average (8-15%).

 

 

 

 

 


 

                                      

 

                                                      STAFF AWARD REPORT                                                        Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

 089-S-10  Supply, Site Preparation, Delivery, Planting for the Trees and Shrubs for Tomorrow Program – Award #1

 

Project Management and Application of Control Treatments for the Giant Hogweed Treatment-Control Program – Award #2

Date: 

April 23, 2010

Prepared by:

Mark Ingwersen, District Manager (West), ext. 3000

Patti Malone, Senior Buyer, ext. 2239

 

PURPOSE

To obtain approval to award the contract for the supply, site preparation, delivery, planting of trees and shrubs for the Trees for Tomorrow Program and the project management and application of control treatments for the Giant Hogweed Control Program.

 

RECOMMENDATION

Recommended Supplier

Toronto and Region Conservation Authority (Preferred Supplier)

Current Budget Available

$     129,748.00

See Financial Considerations

Less cost of award

$       92,572.00

$       30,000.00

$     122,572.00

Award # 1 (Tree Planting ) Inclusive of HST

Award # 2 (Project Management) Inclusive of HST

Total Cost of Award, inclusive of HST

Budget Remaining after this award

$         7,176.00

*

*Remaining amount of $7,176 to be spent on additional planting within the criteria of the Trees for Tomorrow Program.

 

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (2) (e)  - Tenders, Requests for Proposal and Requests for Quotation may not be required for goods and services to be provided solely by the  following Toronto and Region Conservation Authority (TRCA).

 

BACKGROUND

 

Award # 1 Trees for Tomorrow / Plantings

As part of the Trees for Tomorrow program of planting trees within parks and valleylands, this program includes  plantings with the  volunteers and some plantings of larger caliper trees by TRCA staff for environmental and aesthetic purposes.  The TRCA landscape architects work with Operations staff, environmental not for profit groups and community groups to conduct site assessments, develop planting plans, prepare planting beds, supply native trees and shrubs.  In areas where difficult terrain limits public access, TRCA staff can conduct plantings including the planting of larger trees for diversity and aesthetics.  Spring planting locations are Ministry of the Environment and Energy Pond (95 trees, 200 shrubs) and Wismer valleyland (160 trees, 120 shrubs). Fall planting is at Austin Drive Park (approximately 200 trees, 100 shrubs) for a total of 455 trees.

 

The principles of these types of plantings specifying appropriate plant species are in keeping with the TRCA mandate to protect and enhance green spaces as well as environmental education and stewardship.  TRCA staff also informs Operations staff of other programs and initiatives that can be beneficial with other programs.  This is a valuable partnership which promotes sustainability.

 

As part of the TRCA 50/50 Community Project, TRCA contributes $20,000 worth of site preparation (visits, design, co-ordination, planting of trees and  shrubs) for this program.

 

If Town staff were to co-ordinate this project internally or externally, they would require an application and permit approval from the TRCA’s planning section, which would delay the project for many months through the review process.  Working directly with Restoration Services Centre staff, incorporates the principles of the formal TRCA review process while significantly reducing timelines and streamlining the process.  The cost of plant material from TRCA has no mark ups or handling fees.

 

 

 

 


 

 

 

089-S-10  Supply, Site Preparation and Planting for the Trees for Tomorrow Program and Giant Hogweed Treatment-Control Program                                                                                                                                               Page 2 of 2

 

 

 

TRCA staff are also familiar with working effectively in valleylands that are often difficult to access and follow environmental protocol that protects the natural resource.

 

Plant materials are also either grown or sourced locally and are verified as native plant stock, which is a TRCA requirement in valleylands. The TRCA landscape architects also often are on site the day of the community plantings, assisting with plant material layout and providing planting guidance and education.

 

 

Award # 2 Giant Hogweed Control Program

There are multiple advantages for contracting the TRCA to provide Project management for all operational aspects of the Giant Hogweed Control Strategy Program. The most compelling reason to enlist the TRCA for this project is the fact that the bulk of the treatment program will occur in a sensitive watershed area under TRCA jurisdiction; their staff involvement will ensure that the ecological impacts of the control program will be kept to an absolute minimum. Moreover, the expertise and reputation of the TRCA should help to allay any public concerns that the treatment program will be conducted in compliance with all applicable regulations, with the utmost concern for public and ecological protection.  In addition, the TRCA has the authority to effect treatment on any land, public or private, where the protection of the integrity of any watershed ecosystem is at risk.

 

To complete the TRCA Managed Giant Hogweed Control Program the treatment will be for 424 hours.

 

FINANCIAL CONSIDERATIONS

Account Name

Account #

Budget Amount

Spent to Date

Committed

Budget Available

Amount to Allocate to this project

Budget Remaining

Markham Trees for Tomorrow - Year 3

700-101-5399-9201

            252,000

          155,761

              16,490

             79,748

              72,572

                     7,176

2010 TRCA 50/50 Community Projects*

700-101-5399-10228

              20,000

                    -  

                      -  

             20,000

              20,000

                           -  

Grass Cutting - Contracted Services

730-730-5399

            113,021

                    -  

              83,021

             30,000

              30,000

                           -  

Totals:

 

            385,021

          155,761

              99,511

           129,748

            122,572

                     7,176

*TRCA 50/50 project has a total budget of $40,000 with the Town funding $20,000 and TRCA funding the other portion. Town portion is indicated above.

 

$30,000 will be reallocated from the hand removal of weeds on hard surface medians (acct. # 730-730 5399) and used for the treatment of Hogweed with Glyphosate as approved by Council at the meeting on March 24, 2010. (Giant Hogweed Control Strategy)

 

 

 

 

 


                                           

 

Markham_B&W

                            STAFF AWARD REPORT                                          

To:

John Livey, Chief Administrative Officer

Re: 

124-S-10 Supply of Traffic Controllers

Date: 

May 5, 2010

Prepared by:

Michael Larbi, Technical Coordinator ext. 2475

 

PURPOSE

To obtain approval to award the supply of five (5) traffic signal controllers. 

 

RECOMMENDATION

Recommended Supplier

Region Municipality of York (Preferred Supplier)

Current Budget Available

  $    112,900.00

050-6150-10207-005 Traffic Signals Upgrades

Less cost of award

$      50,132.25

Inclusive of PST, Exclusive of GST

Budget Remaining after this award

$      62,767.75

*

*Balance remaining of $62,767.75 to be used for the relocation/installation of these five (5) traffic controllers, and some upgrades at the intersections as budgeted for within account 050-6150-10207-005

 

Note: The financial considerations do not include HST, as delivery is targeted prior to the July 2010 implementation of the HST. 

 

Staff further recommends:

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (1) (h) where it is necessary or in the best interests of the Town to acquire non-standard items from a preferred supplier or from a supplier who has a track record with the Town in terms of pricing, quality and service.

 

BACKGROUND

During the last five years the Town has been obtaining its traffic controllers directly from the Region Municipality of York on an as needed basis.  The Town has several controller upgrading/improvements planned for the 2010 each requiring a traffic controller and will have on an on-going requirements in future years.  The required five (5) traffic controllers to be replaced are at the following locations:

1.       Denison St & Coppard Ave.

2.       Birchmount Rd & Riseborough Cir/Harvest Moon Dr

3.       Brimley Rd & Highglen Ave

4.       Victoria Park Ave & Steel case Rd E.

5.       John St & Aileen  Rd*

* Included within this project # 10207 was Denison St/Teddington Ave/Mallory Ave that was accelerated and completed last year under award 251-S-09.  This year John St & Aileen Rd location is being accelerated due to these two intersections having Circular Flashing Green Lights and the Ontario Traffic Manual (OTM) Book 12-Traffic Signal recommends that after January 01, 2010 all Municipalities in Ontario must discontinue the use of Circular Flashing Green and replace it with Green Arrow.

 

The following are the benefits for the Town in purchasing the traffic controllers from the Region of Municipality of York:

 

1.      The Region purchases controller cabinets in bulk and therefore achieves lower costs per controller in which the Town of Markham benefits from. Note: Region has approx 500 traffic signals, whereas the Town has 68.

2.      Purchasing searched the market place and received prices from two separate suppliers ($13,770.58 & $10,872.00), the low quote is 8 % higher than the proposed cost ($10,026.45) on this report. Also, in comparing to the 2009 pricing the increase in the Region’s price represents less then 0.05%.

3.      Obtaining these units through the Region of York ensures consistency of controller type and standards thus avoiding the acquisition of multiple controller types through various manufacturers.

4.      The Region of York provides value added service by testing the controller units in their shop prior to receipt by the Town of Markham.

5.             The Region maintains a minimum inventory of controller cabinets which meets our project schedule and therefore reduces the Town wait time, administration costs and the requirement to carry any inventory.

 


                           

                                                 

                     STAFF AWARD REPORT                                            

To:

John Livey, Chief Administrative Officer

Re: 

263-Q-08 Supply Equipment and Staff to Load and Haul Snow – Contract Extension

Date: 

May 17, 2010

Prepared by:

Morgan Jones, Supervisor Contract Administration, ext. 2285

Patti Malone, Senior Buyer, ext. 2239

 

PURPOSE:

To obtain approval to extend contract 263-Q-08 for the supply of equipment and staff to load and haul snow on the Town’s Main Streets for an additional two (2) years at the same pricing as per the original quotation submission.

 

RECOMMENDATION:

Recommended Suppliers

Wilson Contracting Ltd/Main Street, Unionville / Cornell Park Ave (Preferred Supplier)

Rafat General Contractor Inc. Main Street, Markham (Preferred Supplier)

VBN Paving Limited Yonge Street, Thornhill (Preferred Supplier)

Budget Available for Award 

$               65,690.00

700-504-5416 Snow Hauling Main Street

Less cost of award

$               28,981.25

$               57,962.50

$               28,981.25

$             115,925.00

2010 (Dec) Award  Inclusive of HST (One Occurrence)

2011 (Jan –Dec)  Award Inclusive of HST (Two Occurrence) *

2012 (Jan – Apr) Award Inclusive of HST (One Occurrence) *

Total Cost of Award ( Four Occurrences)

Budget Remaining after this award

$               36,708.75

**

*Pending council approval of the 2011 & 2012 operating budget. 

**The favourable variance to remain in the account for the 2010 year end operating forecast.

 

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 2008, the Town released quotation 263-Q-08 to the market for contractors to supply the labour, equipment and traffic control measures necessary to load and haul snow from Main Street Markham, Main Street Unionville, Yonge Street in Thornhill, and Cornell Park Avenue Markham.  This snow is to be hauled to a dump site designated by the Towns representative, complete with operators and equipment for the fixed price per occurrence.

 

The Town awarded the contract to the lowest priced bidders for each area specified within the bid document.  The original term of the contract included within the bid document was for two winter seasons (December 1 2008 to April 15, 2010) with an option to extend for an additional two winter seasons (December 1, 2010 – April 15, 2012)  on a year to year basis with the terms and conditions to be mutually agreed upon. 

 

The suppliers have agreed to maintain the same, pricing, terms and conditions of contract 263-Q-08 for an additional two years.  The Purchasing and Operations have completed vendor evaluation forms and recommend extending the contract for the additional two (2) years as the vendor performance over the term of the contract was positive. 

 

PRICE SUMMARY (263-Q-08)

Location

Wilson Inclusive HST

Larkin Inclusive HST

Rafat

Inclusive HST

VBN Inclusive HST

Main Street, Markham

N/A

$18,279.15

$10,766.21

$16,281.60

Main Street, Unionville

$5,902.08

N/A

$ 6,563.52

$ 9,768.96

Yonge Street, Thornhill

N/A

N/A

$12,007.68

$ 9,768.96

Cornell Park Ave., Markham

$2,544.00

$ 5,211.13

$ 3,052.80

$ 3,561.6

 


          STAFF AWARD REPORT                                               

To:

Ronji Borooah, Town Architect

Re: 

379-Q-09 South East Markham Community Centre Park Design & Contract Admin. Services

Date: 

May 18, 2010

Prepared by:

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

Tony Casale, Senior Buyer Ext. 3190

 

PURPOSE

To obtain approval to award the contract for the South East Markham Community Centre Park Design & Contract Administration Services.

 

RECOMMENDATION

Recommended Supplier

Baker Turner Inc. (Lowest Priced Bidder)

Current Budget Available 

$ 1,275,300.00

081 5350 9350 005 SE CC Park Soccer Fields

Less cost of award

$      59,020.80

$        5,900.00

$      64,920.80      $        5,842.87

$       70,763.67

Cost of Award inclusive of HST

Consultant Contingency @ 10%

Total Award

Internal Management Fee (9%)

Total Project Cost inclusive of  HST

Budget Remaining after this award

$  1,204,536.30

*

  *The remaining balance in account 081 5350 9350 005 in the amount of $ 1,204,536.30 will be used for park purposes associated with this project as budgeted for in this account including additional sub-consultant costs as required, construction and construction contingency costs, and any additional internal administration fees.

 

BACKGROUND

The South East Community Park is located east of Markham Road near the intersection of New Delhi and Karachi Drives. This park will serve the needs of the surrounding residential community as a neighborhood gathering space and outdoor recreational venue as well as the needs of the future South East Community Centre that is contemplated immediately to the west of the park.  This first phase of the park will include sports fields, a picnic area, public gathering and outdoor assembly grounds, walkways, seating areas, park structures, planting and a parking lot. The bid document was provided to eight (8) landscape architectural firms who were invited to bid and who have worked with the Town on previous projects. All eight firms are capable of providing landscape architectural services to a project of this scope and magnitude and are qualified to bid on an RFQ in which price is the deciding factor. 

 

BID INFORMATION

Advertised

 By Invitation

Bids closed on

May 07, 2010

Number picking up the bid document

8

Number responding to bid

6

 

PRICE SUMMARY

Supplier

Price inclusive of HST    

 

Baker Turner Inc

$ 59,020.80

Johnson Sustronk Weinstein + Associates

$ 73,119.65

STLA Design Strategies Inc.

$ 79,372.80

Strybos  Barron King Ltd.

$ 82,425.60

Stantec Consulting Ltd.

$ 94,636.80

Fleisher Ridout Partnership Inc.

$ 99,724.80

 

 

 


           

 

                                      

 

                                       

          STAFF AWARD REPORT                                                    Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

135-S-10 Trees for Tomorrow

Date: 

May 14, 2010

Prepared by:

Scott Grieve, Park Development Coordinator, Ext. 2875

 

PURPOSE

To obtain approval to award the contract for the Tree Supply and Planting of various trees for the Trees for Tomorrow Program, as per the Council Initiative.

 

RECOMMENDATION

Recommended Supplier

Hawkins Contracting Services Limited (Preferred Supplier)

Current Budget Available

$     313,109.00

700-101-5699-8370 Supplemental Tree Planting

Less cost of award

$      280,000.00

$          7,909.00

$      287,909.00

$        25,200.00

$      313,109.00

 Tree Supply and Planting inclusive of HST

Contingency, inclusive of HST

Total Award

Internal Administration Fee (9%)

Total Project Cost Award, inclusive of HST

Budget Remaining after this award

$                 0.00       

 

 

Staff recommends:

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7: (g) where it is to the Town’s best interest not to solicit a competitive bid.

 

BACKGROUND

The “Supplemental Planting in Parks” portion of the ‘Trees for Tomorrow’ tree planting project which is being managed by Urban Design was approved in 2008 to help fulfill the Town’s commitment to plant 75,000 trees by 2010.  This portion of the Trees for Tomorrow project has been to the market in two (2) separate tenders since this date.

 

1.       TENDER  125-T-08

Staff released tender 125-T-08 in August 2008 for the ‘Trees for Tomorrow’ tree planting initiative and awarded the contract to the lowest priced bidder (Rutherford Contracting Ltd) for 800 trees.  The prices received under this quotation were significantly lower than anticipated likely due to the competitiveness of the marketplace at that time and unfamiliarity on the part of certain bidders to fully understand the full extent of work required to plant trees in existing parks.

 

2.  TENDER 279-T-09

Staff released tender 279-T-09 in October 2009 with the similar scope of work and only received one (1) bid (Gateman-Milloy Inc.).  The unit prices for tree planting works escalated with an approximate increase of 65% (per unit) over the original 2008 bid, in part because bidders likely realized the full extent of work involved.  The project was ultimately not awarded.  As part of the process and due diligence, staff  learned that the original contractor Rutherford Contracting no longer did “planting only” contracts and consequently did not provide a quotation for this tender call. 

 

The “Supplemental Planting in Parks” Program is unique in the fact that the project requires special effort and equipment to reach the various locations inside existing parks, posing the various challenges:

 

·         All trees to be planted to a specific layout;

·         High level of supervision is required by the Contractor;

·         Locations are not easily accessible;

·         As the necessary work cannot be performed road-side, there is a high possibility of damaging sod                         and/or concrete

·         All top-soil, water, mulch stakes, trees, fill disposal can be up to 100 meters away

·         Watering component and Two (2) year warranty is required

 

 


 

135-S-10 Trees for Tomorrow                                                                                                                                 Page 2 of 2

 

 

 

DISCUSSION ..Continued

 

Staff has been to the market two times for this project (in less than 2 years), and the 2nd attempt provided a price increase that could not justify the award and staff saw a decline in bidder participation.

Staff attributes these results, to the following:

 

§  Costs increase as the bidder come to comprehend the full extent of work required;

§  Once a bidder is unsuccessful it is unlikely he will expend energy pricing work that he is not competitive on;

§  This project requires a large amount of supervision for a small amount of constructed value. This means a smaller company in which the owner works along side their workers is an effective way to manage a potentially difficult project, and;

§  Going into existing completed parks exposes the contractor to damaging sidewalk or sod which will have severe implications to the bottom line.

 

Rather than a third appeal to the open market, staff sought out and received a quotation from Hawkins Contracting (owned by Richard Hawkins, one of the previous owners of Rutherford Contracting) who managed the 2008 contract under tender 125-T-08 through Rutherford Contracting.   Although, Hawkins Contracting was unable to hold the unit prices provided in the original contract back in 2008, the requested 7% increase from the original 2008 low bid price, is 5 % lower than the 2nd low bid under the same tender in 2008 and 58% lower than the 2009 price submitted under tender 279-T-09.

 

Staff do not believe that going to the market place a third time, would yield unit prices that are as  low (that is, similar to prices received competitively in 2008) and with a contractor that is as qualified and competent.

 

As Richard Hawkins of Hawkins Contracting previously worked for the Town on this project, staff is confident that Hawkins Contracting will continue to provide service that meets and/or exceeds the Town of Markham’s requirements. 

 

Based on the quotation received from Hawkins Contracting, the remaining funds in the budget are anticipated to plant about 835 trees.  The exact number of trees planted will depend on which tree species are ultimately selected since unit rates vary.