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: 

January 29, 2007

Prepared by:

Laurie Canning, Manager, Fleet and Supplies

Amit Sobti, Senior Buyer, Purchasing

 

RECOMMENDATION

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.

 

BACKGROUND

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

December 22, 2006

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: 

March 21, 2007

Prepared by:

Rob Bell, Facility Coordinator ,Thornhill Community Centre

Tony Casale, Senior Buyer

 

RECOMMENDATION

Recommended Supplier

ThyssenKrupp Elevator (Canada) Limited  (Lowest Priced Supplier)

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.

 

BACKGROUND

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

January 31st, 2007

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: 

March 8, 2007

Prepared by:

Scott Hill, Production Manager

Tony Casale, Senior Buyer

 

RECOMMENDATION

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 Markham will be responsible for 50% of the award ($81,640.98).

*** Upon payment of all invoices, the remaining balance will be returned to the original funding source.

 

Council at its January 9, 2006 meeting authorized the purchase of the sound system upgrade based on the Federal grant. The Cultural Spaces Program ends March 15, 2007 and due to extremely tight deadlines Purchasing used the emergency provision of the By-law 2004-341 to solicit bids from four (4) suppliers rather than publicly advertising this requirement on the Electronic Tendering Network.

 

PURPOSE

To obtain approval to award the purchase of Audio Consoles for the Markham Theatre.

 

BACKGROUND

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

March 8, 2007

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: 

February 26,2007

Prepared by:

Ron Blake, Development Manager West District

Alex Moore, Senior Construction Buyer

 

RECOMMENDATION

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

November 28, 2006 and December 19, 2006.

** Upon completion of study and payment of all invoices, the remaining balance shall be returned to its original

funding source.

 

PURPOSE:

To obtain approval to award this contract to hire a consultant for the Yonge-Steeles Corridor Study.

 

BACKGROUND:

The proposed study area covers the blocks bounded by Steeles Avenue to the south; Yonge Street to the west; one property south of the Farmer’s Market (fronting the south side of Elgin Street) to the north; and Dudley Avenue to the East.  In addition, the study area also includes the first block east of Dudley Avenue fronting onto Steeles Avenue.

 

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

January 19,2007

Number picking up bid documents

5

Number of companies responding to bid

4

* As per council approval on December 19th, 2006.

 

 

 

 

 

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 Clegg Road and Courtyard Lane

Date:

March 21, 2007

Prepared by:

Steven Sydij, Senior Construction Buyer

 

RECOMMENDATION

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

083 9200 6740 004 Clegg Rd Extension

Letters of Credit from Liberty Developments

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 Purchasing By-Law 2004-341, Part II, Section 7 (1) which states “When any of the following conditions apply, the Treasurer and the Manager of Purchasing may, in consultation with the appropriate Director, negotiate a contract for the supply of goods and services without a competitive process, which shall be submitted to the Chief Administrative Officer for approval…….(d) where a project is privately funded but is administered by the Town”.

 

PURPOSE

The purpose of this report is to obtain approval to award “Construction Administration Services for the Construction of Clegg Road and Courtyard Lane.”

 

BACKGROUND

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.