STAFF
AWARD REPORT Page 1 of 1
To: |
John
Livey, Chief Administrative Officer |
Re: |
225-T-06 Supply and Delivery of Hybrid
Fleet Vehicles |
Date: |
|
Prepared
by: |
Laurie Canning, Manager, Fleet and
Supplies Amit Sobti, Senior Buyer, |
Recommended Suppliers |
Don
Valley North Toyota (Lowest Priced Supplier for SUV and Full Size Car) Mercedes
Benz Canada Inc. Thornhill Retail (Lowest Priced Supplier for Compact Car) |
|
Original Budget and Account # |
$ 1,223,300.00 |
057 6150 7112 005 2006 Corporate Fleet Replacement
Program |
Current Budget
Available |
$ 220,500.00 |
Budget allocated for line item * |
Less cost of award |
$ 179,682.84 |
Inclusive of PST, exclusive of GST |
Budget Remaining after this award |
$ 40,817.16 |
|
* The $179,682.84 purchase price of the FIVE (5)
vehicles is within the $220,500.00 allocated for these vehicles. The remaining
balance of ($220,500.00 - $179,682.84) $40,817.16 will be applied to the
installation of graphics, emergency lighting and equipment in each vehicle.
PURPOSE
To obtain approval to award the purchase of
four (4) hybrid fleet vehicles and one (1) Smart Car.
The vehicles
identified are a part of the 2006 Corporate Fleet Replacement program. These
vehicles will be used by Fire and Emergency Services.
BID INFORMATION
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
7 |
Number responding to bid |
5 |
FINANCIAL
ATTACHMENT
Equipment ID |
Account # and Description |
Current Allocated Budget Available (Unspent) |
Less Cost of Award, Inclusive of PST and Exclusive
of GST |
Budget Remaining after award |
9402 Compact Car |
057 6150 7112 005 2006 Corporate Fleet Replacement
Program |
$ 24,500.00 |
$ 20,007.00 |
$ 4,493.00 |
9092 SUV |
057 6150 7112 005 2006 Corporate Fleet Replacement
Program |
$ 57,000.00 |
$ 46,555.56 |
$ 10,444.44 |
9095 SUV |
057 6150 7112 005 2006 Corporate Fleet Replacement
Program |
$ 57,000.00 |
$ 46,555.56 |
$ 10,444.44 |
9090 Full Size
Car |
057 6150 7112 005 2006 Corporate Fleet Replacement
Program |
$ 41,000.00 |
$ 33,282.36 |
$ 7,717.64 |
9091 Full Size
Car |
057 6150 7112 005 2006 Corporate Fleet Replacement
Program |
$ 41,000.00 |
$ 33,282.36 |
$ 7,717.64 |
TOTAL |
|
$
220,500.00 |
$
179,682.84 |
$
40,817.16 |
ENVIRONMENTAL CONSIDERATIONS:
The recommended suppliers meet the required
specifications for hybrid and diesel powered vehicles and will continue to
support the suggested requirements identified in the Town’s Green Fleet
Transition Plan. In keeping with the Fleet’s mandate to support technology that
has proven to reduce emissions, four of these vehicles (2 SUVs and 2 Full Size
Cars) have been converted to a gasoline – electric hybrid type vehicle. The
replacement for vehicle 9402 Compact Car, is a diesel powered Smart Car and
will operate on the Bio-Diesel fuel blends currently dispensed at all Town of
Markham fuel sites.
STAFF AWARD REPORT
Page 1 of 1
To: |
Jim Sales, Commissioner Community and
Fire Services |
Re: |
208-Q-06 Thornhill Community
Centre Modernization and Maintenance of Elevator |
Date: |
|
Prepared
by: |
Rob Bell, Facility
Coordinator ,Thornhill Community Centre Tony Casale, Senior Buyer |
Recommended Supplier |
ThyssenKrupp
Elevator ( |
|
Original Budget and Account # |
$
70,000.00 |
070 6150 7191 005 Elevator Cylinder - Thornhill |
Current Budget
Available |
$ 70,000.00 |
|
Less cost of award |
$
68,695.43 |
Exclusive of GST |
Budget Remaining after this award |
$ 1,304.57 * |
|
*
Upon completion of work and payment of all invoices, the remaining balance
shall be returned back to its original funding source.
PURPOSE
To obtain approval to
award the contract for the elevator modernization and cylinder replacement.
The current
elevator is 32 years old and requires replacement of the elevator cylinder as
per the Elevating Devices Act. As well,
the elevator car will be upgraded.
BID INFORMATION
Advertised |
By-Invitation |
Bids closed on |
|
Number picking up bid documents |
3 |
Number responding to bid |
1 |
PRICE SUMMARY
Of the three (3) proponents only one (1) quoted. The other proponents were limited due to
workload constraints.
STAFF AWARD REPORT
Page 1 of 1
To: |
John
Livey, Chief Administrative Officer |
Re: |
038-Q-07 Markham Theatre Audio Console |
Date: |
|
Prepared
by: |
Scott Hill, Production Manager Tony Casale, Senior Buyer |
Recommended Supplier |
Westbury
National Show Systems (Lowest Priced Supplier) |
|
Original Budget and Account # |
$ 165,900.00
* |
074-6150-7005-005
Theatre Audio System Upgrade |
Current Budget
Available |
$ 165,900.00
** |
|
Less cost of award |
$ 163,281.96 |
Inclusive of PST, exclusive of GST |
Budget Remaining after this award |
$ 2,618.04 *** |
|
*
The value of this purchase
will be subsidized by Federal funding equal to 50% of the purchase cost.
** The Town of
*** Upon payment of all invoices, the remaining
balance will be returned to the original funding source.
Council
at its
PURPOSE
To obtain approval to
award the purchase of Audio Consoles for the Markham Theatre.
The Markham Theatre currently has three
audio consoles, two of which, are due for replacement as determined by the
capital life cycle plan. With the
upgraded system the Theatre will be able to provide better audio for the
performers and audience, making sound checks faster and patrons and clients
happier.
BID INFORMATION
Advertised |
By
Invitation |
Bids closed on |
|
Number picking up bid documents |
4 |
Number responding to bid |
4 |
PRICE SUMMARY
Supplier |
Base
price with Trade-in (Inclusive of PST, exclusive of GST) |
Westbury National
Show Systems |
$ 163,281.96 |
Band World |
$ 164,357.64 |
Integrity Communications Group |
$ 198,824.76 |
RP Dynamics Inc. |
$ 221,709.96 |
STAFF AWARD REPORT Page
1 of 2
To: |
John Livey,
Chief Administrative Officer |
Re: |
233-Q-06 Consulting Services, Yonge -
Steeles Corridor Study |
Date:
|
|
Prepared by: |
Ron Blake, Development Manager West District Alex Moore, Senior Construction Buyer |
Recommended Supplier |
DU Toit Allsopp. (Highest Ranked and 2nd Lowest Priced
Supplier) |
|
Original
Budget and Account # |
$ 150,000.00 |
080-5399-7731-005 Yonge Steeles Corridor * |
Current Budget Available |
$ 150,000.00 |
|
Less cost of award |
$ 141,490.00 |
Inclusive
of PST / Disbursements, exclusive of GST |
Budget
remaining after this award |
$ 8,510.00 |
** |
* Funding from the 2007
pre-approved capital budget based on Council reports presented and approved on
** Upon completion of study and
payment of all invoices, the remaining balance shall be returned to its
original
funding
source.
To obtain
approval to award this contract to hire a consultant for the Yonge-Steeles
Corridor Study.
The objectives of this study include:
1. To
identify a preferred redevelopment/intensification scenario for the lands
within the study area, focusing on mixed-use development and appropriate
building forms and heights within the context of the Regional Official Plan
Amendment No. 43’s density target of 2.5 fsi for the
Yonge Street Corridor.
2. To
provide park and/or recreation facilities suitable for the anticipated
population in and adjacent to the redevelopment area.
3. To
achieve energy efficiency and residential amenity, taking into account height,
massing, landscaping and the effects of wind and sun and ensure pedestrian
convenience and comfort.
4. To
ensure a pedestrian and transit supportive street level environment,
particularly along Yonge Street and Steeles Avenue frontages of the study area,
with appropriate at-grade mixes of uses and building/street frontage relationships.
5. To
assess existing transportation and servicing infrastructure, and to determine
required improvements, including possible alternative “green” technologies, to
accommodate the preferred redevelopment scenario for the study area.
6. To
establish appropriate phasing of development within the context of existing
transportation and servicing infrastructure, and planned/required improvements.
7. To
provide appropriate transition between the redevelopment area and existing low
density residential neighbourhoods, and to review
existing road patterns in the area in the context of this objective.
8. To
provide appropriate interface between the redevelopment area and adjoining
industrial lands and the CN Rail line.
9. To
prepare an implementation strategy, including an amendment to the Thornhill
Secondary Plan, and the implementing zoning by-law.
BID INFORMATION:
Advertised |
By Invitation* |
Bids closed on |
|
Number picking up bid documents |
5 |
Number of companies responding to bid |
4 |
*
As per council approval on
Award report Page 2 of 2
233-Q-06 Consulting Services,
Yonge - Steeles Corridor Study
PROPOSAL EVALUATION:
The
Evaluation Team (Team) for this RFP was comprised of staff from the Engineering,
Planning and Engineering Transportation departments with purchasing staff
acting as the facilitator.
The
proposals were evaluated based on pre-established evaluation criteria as listed
in the RFP: 20% past experience of
consulting firm; 20% qualifications of the lead consultant and project team;
30% project delivery and 30% price totaling 100%. The proposed prices are listed in the
following table:
Consultants |
Total Score (100%) |
Rank |
DU Toit
Allsopp Hillier |
78.9 |
1 |
Urban
Strategies |
72.9 |
2 |
Meridan Planning Consultants |
68.4 |
3 |
Sorensen Gravely Lowes |
63.4 |
4 |
The
highest ranked proponent, DU Toit Allsopp
Hillier provided a detail plan that is to be led by urban design consultant
that includes real estate/ market consultant, and has extensive experience in
corridor studies.
Proposal
was well written, demonstrated a strong understanding and was proactive
regarding inter-municipal cooperation required to compile base information and
design guidelines.
The
lowest priced proponent, Meridan Planning Consultants
proposal does not explicitly discuss deliverables, it is not well organized and
they only appear to be preparing one development concept.
Meridan
only provides a general traffic analysis, not a detailed capacity report. They do not document if recommendations will
be included in this analysis.
STAFF AWARD REPORT Page 1 of 1
To: |
John
Livey, Chief Administrative Officer |
Re: |
003-S-07
Contract Administration Services for Construction of |
Date: |
|
Prepared
by: |
Steven Sydij,
Senior Construction Buyer |
Recommended Supplier |
Masongsong Associates Engineering Limited (Preferred Supplier) |
|
Total Funding and Account # |
$ 1,887,139.93 $ 1,749,069.10 $ 460,342.40 $ 4,096,551.40 |
Letters
of Credit from Markham
District Energy funding |
Current Funding
Available |
$ 107,800.00 |
Funding available for this item |
Less cost of award |
$
107,800.00 |
Exclusive of GST (incl. of $9,800 in
disbursements) |
Funding Remaining after this award |
$ 0.00 |
|
Staff further
recommends:
THAT the tendering
process be waived in accordance with
PURPOSE
The
purpose of this report is to obtain approval to award “Construction
Administration Services for the Construction of Clegg Road and
Liberty
Developments has requested the Town retain Masongsong
Associates Engineering Limited to perform construction administration on this
project. The Engineering Department has no objection to the award of this work
to Masongsong based on their track record. The
majority of this work is front ended by the developer.