REPORT TO GENERAL COMMITTEE                                                          April 24, 2006

 

 

SUBJECT:                          Staff Awarded Contract from February 1 to March 31, 2006

PREPARED BY:               Ivy Ho, Purchasing Supervisor, Ext. 3190

 

 

RECOMMENDATION:

THAT the report entitled “Staff Awarded Contracts for the period from February 1, to March 31, 2006be received.

 

RECOMMENDED

                            BY:    ________________________          ________________________

                                      Barb Cribbett,                                    Andy Taylor, Commissioner of

                                      Treasurer                                            Corporate Services

 

EXECUTIVE SUMMARY:

Council at its meeting of November 30, 2004 approved By-Law 2004-341, A By-Law Establishing Procurement, Service and Disposal Regulations and Policies.  The By-Law delegates authority to staff to award contracts up to a value of $350,000.00.  It also stipulates that a monthly information report be submitted by the Treasurer to the General Committee for all contracts awarded by staff from $50,000.00 to $350,000.00.

 


PURPOSE:


To inform Council of contracts awarded by staff for the period from February 1 to March 31, 2006 as per Purchasing By-Law 2004-341 as listed in Tables “A” and “B”.

 

Table “A”

Qty.

Award Details

Description

  4

Preferred Supplier

·        031-S-06 Advertising Services, Markham Economist and Sun

·        183-S-05 Consulting Engineering Services for Watermain Replacement on Doncaster Avenue (Yonge Street to Henderson Avenue)

·        214-S-05 Sun Life Insurance

·        037-S-06 Smart Commute 404-7 Program for 2006

  4

Lowest priced bidder

·        005-T-06 Summer Busing Service for 2006

·        013-T-06 Short Term Rental of Vehicles for 2006

·        026-T-06 Procter Avenue Culvert Replacement

·        007-Q-06 Sign By-Law

14

Contract Extensions

·        See Table “B”

22

Total

 


ATTACHMENT:  Copies of the award reports as listed in Table “A” and list of Contract Extensions as listed in Table “B”

 


                                    STAFF AWARD REPORT                      Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

Contract #031-S-06, Advertising Services, Markham Economist and Sun

Date: 

March 9, 2006

Prepared by:

Janet Carnegie, Director of Corporate Communications

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Supplier

Markham Economist and Sun (Preferred Supplier)

Account #

Original Budget

Current Budget Available (unspent)

Less Cost of this Award for 2006

Budget Remaining after this award for 2006

250 998 5807 CCOMM Community Relations

$115,189.00

$105,188.98

$105,188.98

$      0

Various Corporate-wide Advertising accounts

$159,811.00

$159,811.00

$159,811.00

$      0

2006 Estimated Total

$275,000.00

$264,999.98

$264,999.98

If balance remains, will be retained in department budgets

 

Staff 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…….(b) where there is only one source of supply for the goods to be purchased”;

 

PURPOSE

The purpose of this report is to obtain approval to award the 2006 contract to Markham Economist and Sun, owned by York Region Newspaper Group, to publish various Town advertisements and notices for the Corporate Communications Department, other departments and the three cultural sites.  The advertisements are published in the Markham Economist and Sun and the Thornhill Liberal.

 

BACKGROUND:

Markham Economist and Sun and The Thornhill Liberal are the sole print vehicles providing local advertising to the Markham community. As one of the largest print advertisers in Markham, the Town, through Corporate Communications, has negotiated a favourable line rate for all its notices, including the weekly Town Page. The advertising agreement with The York Region Newspaper Group (YRNG) has been in place for over 10 years. 

 

 

                                                                                                                                                                                               
#031-S-06, Advertising Services,
Markham Economist and Sun                                                 Page 2

 

 

It should be noted that Markham Economist and Sun and The Thornhill Liberal are owned by YRNG, which owns other community newspapers such as:  the Thornhill/Richmond Hill Liberal and the Aurora/Newmarket Banner.  The Funding for operating departments’ advertising resides in those departments’ annual operating budgets.

 

The 2005 and 2006 rates are shown on the following page. The rates negotiated for 2006 will come into effect in approximately July 2006 when circulation is expected to increase in the Markham area. Until then, the 2005 rates will remain in effect.

 

 

OPTIONS/DISCUSSIONS

The Markham Economist and Sun and the Thornhill Liberal are the only weekly print advertising vehicles for local community notices and the promotion of meetings, events and programs. Staff has negotiated the advertising rates as follows:

 

Town of Markham Advertising 2006 Line Rate

 

 

 

2005

2006*

Markham/Thornhill circulation Town Page

1.30

 

1.34

 

 

Markham only circulation

 

1.28

 

1.32

 

Liberal – Full Distribution

 

1.30

 

1.34

 

Era/Banner – Full Distribution

 

1.30

 

1.34

 

 

*NOTE: All advertisers with the York Region Newspaper Group, other than the Town of Markham, receive a 6% increase in rates as of January 1 each year. This is compared to the Markham negotiated increase of 4.3% in 2006 which will be phased-in depending on increased circulation numbers (most probably in July).

 

FINANCIAL CONSIDERATIONS

Funds for the weekly Town Page, published in the Markham Economist and Sun and the Thornhill Liberal are provided in Corporate Communications Department’s 2006 Operating Budget, Account 250 998 5807 Community Relations in the amount of $105,189 exclusive of GST.  The remaining contract amount of $159,811 is included in the operating departments’ annual operating budgets and will be used as appropriate throughout the year.

 


 

                                       STAFF AWARD REPORT                      Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

183-S-05  Contract Administration Services for Watermain Replacement on Doncaster Avenue from Yonge Street to Henderson Avenue

Date: 

March 7, 2006

Prepared by:

Thomas Yeung, Project Manager

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Supplier

Chisholm, Fleming and Associates (Preferred Supplier)

Original Budget and Account #

$1,463,000

Account # 053 6150 7248 005 Watermain Construction & Replacement Program

2006 Capital Budget

Current Budget Available (unspent)

$1,463,000

 

Less Cost of this Award

$     91,200

$     10,000

$   101,200

Inclusive of disbursements and exclusive of GST

Contingency to be governed by the Expenditure Control Policy

Budget Remaining after this award

$1,361,800

The remaining balance will be for the construction

 

Staff 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…….(h) where it is necessary or in the best interests of the Town to acquire non-standard items or Consulting 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

The purpose of this report is to obtain approval to award Phase 2 of the engineering services for Watermain Replacement on Doncaster Avenue from Yonge Street to Henderson Avenue to the incumbent consultant, Chisholm, Fleming and Associates.  The scope of Phase 2 work for this award includes:

a.     Revise and modify the design for Phase 2 for Ministry of Environment Certificate of Approval application submission and construction tendering.

b.     Revise contract documents and drawings, including the revised schedule of items for tendering for Phase 2.

c.     Provide contract administration services for the construction work of Phase 2 in Year 2006 and Year 2007. 

d.     Provide contract administration services for resurfacing of pavement on Doncaster Avenue under the same watermain contract in Year 2007 and 2008.

 

BACKGROUND

In April 2004, the Chief Administrative Officer approved the award of RFP 018-R-04 which required consulting engineering services for the design and contract administration for the watermain replacement on Doncaster Avenue, Henderson Avenue, and a new watermain extension on Proctor Avenue.  The contract was awarded to Chisholm, Fleming and Associates (CFA) in their proposed amount of $97,258 inclusive of disbursements and exclusive of GST.

 

The detailed design of this project was completed in June 2004 by CFA.  The construction tender, 109-T-04, for this work was issued and closed in July 2004.  However the lowest bid price exceeded the Town’s 2004 construction budget. Consequently, tender 109-T-04 was cancelled.  In order to meet the budget constraint and proceed with the project, CFA was requested to revise and divide the original project into two phases.   Phase 1 (tender 155-T-04), including the additional scope of work was completed in 2004. 

 

It is staff’s intent to proceed with Phase 2 of the watermain replacement on Doncaster Avenue from Yonge Street to Henderson Avenue in Year 2006.  The incumbent consultant, Chisholm Fleming and Associates proposed a negotiated fixed fee up to completion in 2008 for Phase 2 in the amount of $91,200 inclusive of disbursement and exclusive of contingency and GST.  It should be noted that Purchasing staff was successful in negotiating a 9.4% discount from the original proposed price of $99,800.


                                       STAFF AWARD REPORT                      Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

214-S-05 Renewal of Life Insurance contract with Sun Life Assurance Company for Human Resources Department

Date: 

February 13, 2006

Prepared by:

Edmund Yuen, Senior Compensation & Benefits Specialist

Sharon Laing, Director of Human Resources

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Supplier

Sun Life Assurance Company (Preferred Supplier)

Estimated 2006 Cost

$260,000

 

 

Staff 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…….(h) where it necessary or in the best interests of the Town to acquire non-standard items or Consulting 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

The purpose of this report is to extend the current contract with Sun Life Assurance Company (Sun Life) to provide Group Life Insurance coverage to Town employees for 2006 under the Regional Municipality of York Umbrella Plan.

 

BACKGROUND:

On June 1, 1994, the Town of Markham entered into agreement with The Mutual Life Assurance Company, which has since changed its name to Sun Life Assurance Company.  The agreement is to provide 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 employee and their dependents for additional coverage as required by the employees.  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 due to the following reasons:

1.        The Town continues to enjoy competitive premium through economy of scale

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.  Staff is confident that Sun Life will continue to do so in 2006.

3.        Buffett Taylor is able to negotiate with Sun Life to maintain the same premium rate at $0.166 per $1,000 of coverage for 2006 even though the demographic of the Town’s insured population is one year older comparing to last year.

 

FINANCIAL CONSIDERATIONS

The 2006 premium, effective January 1, 2006 remains unchanged from the 2005’s at $0.166 per $1,000. 

Funds for basic life insurance are provided from various 2006 Townwide Employee Benefit accounts in the amount of $238,804.  Funds for optional life insurance in the estimated 2006 amount of $21,196 exclusive of GST will be recovered from employees as required.                


                                       STAFF AWARD REPORT                      Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

Contract #037-S-06, Smart Commute 404-7 Program for 2006

Date: 

February 23, 2006

Prepared by:

Arup Mukherjee, Manager of Transportation/Engineering

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Supplier

Smart Commute 404-7 (Markham Board of Trade), Preferred Supplier

Account #

Original Budget

Current Budget Available (unspent)

Less Cost of this Award for 2006

Budget Remaining after this award for 2006

83 5350 6141 005 Travel Demand Mgt

$231,600

$  35,744

$  2,200

$33,544

83 5350 6142-005 Urban Showcase

$  72,800

$  72,800

$ 72,800

$   0

Total

$304,400

$108,544

$ 75,000

Remaining balance will be applied to other project requirements

 

Staff 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…….(b) where there is only one source of supply for the goods to be purchased”;

 

PURPOSE

The purpose of this report is to award the 2006 contract to Smart Commute 404-7 which is managed by Markham Board of Trade.  The contract is to provide transportation demand management services to the Town of Markham as approved by Council at its General Meeting on June 20, 2005.

 

To ensure value for the contract, the Board of Trade invoices the Town on a monthly basis with update reports.  In addition there is both staff and Council representation at the steering committee meetings.

 


                                     

                                                       STAFF AWARD REPORT                      Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

005-T-06 Summer Camp Busing Services for 2006

Date: 

March 21, 2006

Prepared by:

Lori Wells , Program Manager

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Supplier

Laidlaw Education Services (Lowest Priced Bidder)

Original Budget and Account #

$ 10,665.00

$ 13,504.00

$   1,722.00

$   1,705.00

$   8,872.00

$      125.00

$   7,495.00

$ 13,930.00

$ 46,095.00

$   3,432.00

$   3,744.00

$   1,728.00

$113,017.00

5011225505 Thornhill Bus Rental

5021225505 Milliken Bus Rental

5021235505 Milliken Bus Rental

5022225505 Unionville Bus Rental

5022235505 Unionville Bus Rental

5029325505 Unionville Bus Rental

5041225505 Angus Glen Bus Rental

5031225505 Markham Village Bus Rental

5039325505 Camp Chimo Bus Rental

5032235505 Camp Chimo Bus Rental

5024225505 Armadale Bus Rental

5023235505 Rouge Bus Rental

 

Current Budget Available (unspent)

$113,017.00

 

Less Cost of this Award

$121,043.04 

Exclusive of GST

 

Budget Remaining after this award

($8,026.04)

The shortfall will be offset by other favourable variance within Community & Fire Service Commission accounts

 

BACKGROUND INFORMATION

The tender is for Summer Camp Busing Services for 2006. 

 

BID INFORMATION

Advertised, place and date

Electronic Tendering Network

Bids closed on

February 17, 2006

Number notified of the bid by fax

13

Number picking up bid documents

  2

Number responding to bid

  1

Staff negotiated a price reduction from the original bid price of $122,672.79 to $121,043.04 reflecting a savings of $1,629.75.  The negotiation complied with the Purchasing By-Law.

 


                                       STAFF AWARD REPORT                      Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re:  Tender Award

013-T-06 Short Term Rental of Vehicles for 2006

Date: 

March 10, 2006

Prepared by:

Laurie Canning, Manager, Fleet and Supplies

Alex Moore, Senior Buyer

 

RECOMMENDATION

Recommended Suppliers

$167,672.16  Sommerville (Lowest Priced Bidder for 22 one ton crew cabs)

$  94,546.00  Budget (Lowest Priced Bidder for 25 half ton regular cabs and 1 full size cargo van)

$262,218.16  Inclusive of PST & exclusive of GST

Account #

Original Budget

Current Budget Available (Unspent)

Less Cost of this Award

Budget Remaining after this award

750 752 5500

Fleet Vehicle Rent/Lease

$   190,101.00

$              190,101.00

$   190,101.00

N/A

062 5350 7220 005

3-Stream Implementation Phase 3 of 3 (Waste Capital)

$     92,000.00

$                92,000.00

$       7,305.98

$84,694.02 to be applied to Three Stream Implementation Phase 3

700 507 5501

Roads Hired Equipment

$     20,500.00

$                20,500.00

$       3,653.26

$ 16,846.74 to be applied to other Roads Hired Equipment as required

050 6150 7193 005

Asphalt Resurfacing

$4,139,481.00

$           4,139,481.00

$     61,157.92

$4,078,323.08 to be applied to Asphalt Resurfacing Projects

TOTAL

 

 

$   262,218.16

See Table A for Award Details

 

 

BACKGROUND

The tender was issued for short term rental of vehicles for Parks, Roads, and Waste departments for 2006.

 

BID INFORMATION

Advertised, place and date

ETN on January 25, 2006

Bids closed on

February 15, 2006

Number picking up bid documents

8

Number responding to bid

7

 

 

                                                                                                                                                                               
013-T-06 Short Term Rental of Vehicles for 2006                                                                            Page 2

_________________________________________________­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­________________________________________

 

DETAILED PRICING INFORMATION:

Bidders Units Prices (Monthly)

Vehicle Type

Qty

Mo.

Sommerville

Budget

Murdoch

Bennett Fleet

Enterprise

Discount

9900 lbs GVW Crew Cab Pickups (April 1- Nov 30)

20

7

$1,132.92

No Bid

$1,501.00

No Bid

No Bid

No Bid

9900 lbs GVW Crew Cab Pickups (May 1- Aug 31)

2

4

$1,132.92

No Bid

$1,555.20

No Bid

No Bid

No Bid

1/2 ton Regular Cab Pickups                (May 1 - Aug 31)

25

4

$1,132.92

$913.25

$1,009.80

$1,350.00

$1,306.80

$1,078.92

1/2 ton Full Size Cargo Van             (May 1 - Aug 31)

1

4

$895.32

$805.25

$1,047.60

$1,134.00

$972.00

$970.92

 Prices are inclusive of PST and exclusive of GST, Award items are indicated in bold.

One bidder (Project Truck) was disqualified as they did not meet required specification of bid document (They quoted 2002 & 2004 year model rentals instead of current year model as specified). Additionally, reference checks and past experience with the Town warranted exclusion on this tender.

 


                                                             

                                              STAFF AWARD REPORT                      Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

026-T-06 Proctor Avenue Culvert Replacement

Date: 

March 24, 2006

Prepared by:

Thomas Yeung, Project Manager

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Supplier

Esposito Bros. Construction Ltd. (Lowest Priced Bidder)

Original Budget and Account #

$1,783,500.00

Account # 050 6150 7194 005 Rain Storm Damage 

Current Budget Available (unspent)

$1,774,440.02

 

Less Cost of this Award

$   148,390.88

$     15,000.00

$   163,390.88

Exclusive of GST

Contingency to be governed by the Expenditure Control Policy

Budget Remaining after this award

$1,611,049.14

The remaining balance will be applied to other rain storm damage projects

 

BACKGROUND

The existing 2.1m by 3.7m corrugated steel pipe culvert was originally located inside Proctor Park on the south side of Proctor Avenue, just east of Henderson Avenue in Markham.  The culvert was damaged by the August 19, 2005 rain storm.

 

This project involves the replacement of the existing 2.1m by 3.7m corrugated steel pipe culvert with similar size concrete box culvert and outlet structure at the existing storm sewer outfall.  It is anticipated that the project be completed prior to the end of June 2006.

 

BID INFORMATION

Advertised

Electronic Tendering Network

Bids closed on

March 22, 2006

Number picking up bid documents

21

Number responding to bid

9

 

DETAILED PRICING INFORMATION

Company

Prices

Esposito Bros. Construction Ltd.

$148,390.88

Dagmar Construction Inc.

$155,843.34

Safire Infrastructure Inc.

$168,000.00

NEI Construction Corp.

$175,240.00

Comer Group Ltd.

$181,175.00

Soncin Construction Corporation

$247,136.50

Hollingworth Const. Co.

$255,770.00

G.C. Romano Sons (Toronto) Limited

$267,800.00

Bridgecon Construction Ltd.

$269,936.45

Note:  Prices are exclusive of GST


 

                                           STAFF AWARD REPORT                      Page 1 of 1

To:

Jim Baird, Commissioner of Development Services

Re: 

Contract #007-Q-06, Consulting Services for Sign By-Law, Markham Centre

Date: 

March 10, 2006

Prepared by:

David Clark, Town Architect

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Supplier

Martin Rendl Associates (Lowest Priced Bidder)

Original Budget and Account #

$60,000

Account # 080 5399 7054 005 Markham Centre Sign By-Law

Current Budget Available (unspent)

$60,000

 

Less Cost of this Award

$57,694

Inclusive of disbursements and exclusive of GST

Budget Remaining after this award

$  2,306

Upon payment of all invoices, the account will be closed

 

PURPOSE

The purpose of this report is to obtain approval to award RFP 007-Q-06 Consulting Services for Sign By-Law for Markham Centre to Marti Rendl Associates.

 

BACKGROUND:

Markham Centre has now moved from the planning stages into the construction stages.  The build out of Markham Centre with its mixed-use downtown brings to bear sign matters which are either not presently contemplated or not permitted in the existing By-Law.  Based on these issues, using By-Law 2002-94 as a template, a new Sign By-Law for Markham Centre needs to be crafted.

 

BID INFORMATION

Advertised

N/A

Bids closed on

March 10, 2006

Number notified of the bid by fax

6

Number picking up bid documents

2

Number responding to bid

1

 

 

 

 

 

 


Table “B” – Contract Extensions as Authorized per Original Award

 

PROJECT #

DESCRIPTION

SUPPLIER

ORIGINAL AWARD TERM

EXTENDED TERM

EXTENDED AMOUNT

% PRICE INCREASE

1

040-S-05

Townwide, mailing of tax bills

Canada Post

Jan 1 - Dec 31/05

1 year

$84,112.15

0%

2

152-Q-04

Townwide, Printing & Mailing of Municipal Tax Bills

Mediamix Marketing  Group Inc

Jan 1 - Dec 31/05

1 year

$46,000.00

0%

3

006-R-02

Corporate-wide, Banking Services

TD Canada Trust

Jul/02 - Jun/05

2 years

N/A

0%

4

111-R-01

Employee Assistance Program - Debriefing/ Return to Work Therapy Sessions

Family Serv. Employee Assistance Prog.

Jan 1/02 -Dec 31/05

1 year

$28,501.00

0%

5

226-S-05

Human Resources, Legal services

Hicks Morley Hamilton Stewart Storie

Jan/99 - Dec 31/05

3 years

$253,906.79

0%

6

069-S-05

Townwide, 3rd Party Insurance Claims

Frank Cowan Co. Ltd.

Jan/05 - Dec 31/05

1 year

$180,202.00

45%*

7

035-T-04

Townwide, Street Sweeping Operations

D. Crupi & Sons

Apr/04 - Dec 31/05

1 year

$102,972.00

0%

8

145-Q-04

Town-wide sportsfields, supply & delivery of top dressing material

Zephyr Peat Land Harvesting

Jan/05 - Dec 31/05

1 year

$43,050.00

0%

 9

026-Q-05

Townwide, Material Testing

DBA Engineering Ltd.

Jan/05 - Dec 31/05

1 year

$39,010.00

0%

10

072-Q-05

Town Parks, Field Line Marking Paint

UCP

May 1/05-Apr 30/06

3 years

$37,511.28

0%

11

144-R-02

Recreation, Soft drink/hall rental supplies

Pepsi Bottling Group

Jan/03 - Dec 31/05

2 years

$62,727.00

Commission rate payable to Town:  as originally awarded

0%

12

232-S-05

Seniors Centre

Cedarcrest Manor

Jan 1/01 - Dec 31/05

5 years

$307,930.00

CPI

13

169-S-05

Townwide, Caretaking Supplies

Swish Maintenance Ltd.

Jul/00 - Dec 31/05

1 year

$264,000.00

0%

14

176-Q-03

Townwide, Entrance Mats

G&K Services Canada

Dec 1/03 - Nov 30/05

2 years

$37,706.24

0%

Note:  Prices are exclusive of taxes

 

*  Pending outcome of 2006 insurance program review