|
Report to General
Committee |
|
|
|
|
|
|
|
|
TO: |
Mayor and Members of Council |
|
|
|
|
FROM: |
Andy Taylor, Commissioner of Corporate Services Barb Cribbett, Treasurer |
|
|
|
|
PREPARED BY: |
Ivy Ho, |
|
|
|
|
DATE OF MEETING: |
|
|
|
|
|
SUBJECT: |
Staff Awarded Contracts for the
period from November 1 to |
|
|
|
RECOMMENDATION:
THAT the report entitled “Staff Awarded Contracts for the period from November 1 to
PURPOSE:
To inform
Council of contracts awarded by staff for the period from November 1 to December 31, 2005 as per
EXECUTIVE
SUMMARY:
Council at its
meeting of
BACKGROUND:
During the period from November
1 to
Table ”A”
Qty. |
Award Details |
Description |
2 |
Single Source Vendor |
·
071-S-05
Corporate Accommodation Planning Project ·
182-S-05
Supply & Delivery of Fire Safety Equipment |
1 |
Sole Source Vendor |
·
232-S-05
Maintenance Fees for Markham Seniors Activity centre |
4 |
Lowest priced bidder |
·
185-Q-05 Town Wide Pathways and Trails Master Plan ·
177-Q-05
Wismer Park-Woodlot & Trail Works ·
150-Q-05
Landscape Architectural Consulting Services for Villages of Fairtree C.P. ·
195-Q-05 |
2 |
Highest ranked and second
lowest priced bidder |
·
171-R-05 Watermain
Replacement, ·
095-Q-05 Valve Operating
Machine |
9 |
Total |
ATTACHMENTS:
Copies of the award reports as listed in Table
“A”.
CONCLUSION:
The bid was issued in compliance with the
|
|
|
Barb Cribbett, Treasurer |
|
Andy Taylor, Commissioner, Corporate Services |
Q:\Finance
and Administration\Finance\Purchasing\2005 File Management\Reports to Standing
Committee\#8 Staff Award October 2005.doc
STAFF AWARD
REPORT Page 1 of 1
To: |
John Livey, CAO |
Re: |
071-S-05
Corporate Accommodation Planning Project # 6566 |
Date: |
|
Prepared by: |
Bob Nicholson,
Manager, Asset Management Kevin Newson, |
Recommended Supplier |
Prestige Office
Interiors (POI) |
|
Original Budget and Account # |
$
358,000.00 33,600.00 175,000.00 350,000.00 $
916,600.00 |
056 6150 6566 005 Corporate Accommodation 056 6150 6301 005 Public Address System 056 6150 6565 005 Carpet Replacement 056 6150 6568 005 Masonry Repair |
Budget Spent & Committed |
745,960.00 |
|
Budget Remaining |
170,640.00 |
|
Less Cost of Awards |
225,833.00 |
$208,000 POI $17,833 Various |
Balance |
($55,193.00) |
|
Funding Source |
$55,193.00 |
056 6150 6565 005 – 2003 Asset Management Civic Centre Improvements |
Each year the Civic Centre Accommodation Planning Program includes
projects that improve customer service delivery, accommodate growth and enhance
departmental efficiencies. Over the past
5 years, the program has measurably improved customer service by easing access
for the public, responded to organizational change and accommodated growth
without having to incur the cost of a capital facility expansion or lease of
additional office space.
This report provides an update on the status of this year’s program and
recommends the reallocation of funding between 2005 Civic Centre accounts. As identified above, the total 2005 capital
budget approved for the Civic Centre totals $916,600.
Quotations are currently being received for the 2005 Civic Centre Public
Address System (056 6150 6301 005) project.
The 2005 Civic Centre Masonry Repairs (056 6150 6568 005) projects is
approximately 80% complete and is expected to be on budget.
The 2005 Corporate Accommodation Planning project (056 6150 6566 005)
was budgeted at $358,000 and included four main projects; the Planning Counter,
Contact Centre, Mail Room and Miller Avenue reconfiguration. During the year, it was deemed necessary to
defer both the
It was also necessary to defer the Civic Centre Carpet Replacement
project (056 6150 6565 005) to provide funding for these new priorities. Deferring these projects has allowed staff
and senior management to deliver alternate projects which offered customer
service, growth accommodation and operating efficiency benefits.
Examples of successes in 2005 include the expansion of the Contact
Centre (expanded to include the customer service component of the By-law and
Licensing Department) and the relocation of the Economic Development Department
to the main level. Other additional
projects include the MECO Office and relocating the Assessment Rolls function
from the lower to the main level.
Staff recommends that Asset Management proceed with issuing a purchase
order to POI, our current supplier of Steelcase furniture, for the additional
space planning requests.
FINANCIAL CONSIDERATIONS
The 2005 Corporate Accommodation Project (056 6150 6566 005) will be
funded from the Asset Management’s 2005 Capital Project 056 6150 6565 005
Carpet Replacement – Phase 4 of 5 in the amount of $170,640.00.
The additional funding of $55,193.00 will be
reallocated from Asset Management’s 2003 Civic Centre – Improvement project
(056 6150 5001 005) which has surplus funding resulting from the cancellation
of the Civic Centre Chiller project.
STAFF AWARD REPORT Page 1 of 1
To: |
John Livey, Chief
Administrative Officer |
Re: |
182-S-05
Supply and Delivery of Self Contained Breathing Apparatus, Breathing
Apparatus Masks for Recruit Firefighters and Breathing Air Cylinders |
Date: |
|
Prepared by: |
Shayne Mintz, Deputy
Fire Chief Ivy Ho, |
Recommended Supplier |
ResQtech Systems Inc. (single sourced
vendor) |
|||
Account # |
Original Budget and Account # |
Current Budget Available (unspent) |
Less Cost of this
Award |
Budget Remaining after this award |
67 5350 6691 005 Fire Pumper Equipment |
$100,000.00 |
$100,000.00 |
$34,209.00 |
$ 65,791.00 The remaining balance will be applied to the purchase of other fire
pumper equipment |
67 5350 6002 005 Fire Recruit Clothing
& Bunker Gear |
$118,800.00 |
$118,800.00 |
$23,455.75 |
$ 95,344.25 The remaining balance will be applied to
the purchase of fire bunker gear |
Total |
$218,800.00 |
$218,800.00 |
$57,664.75 |
$161,135.25 |
Note: Inclusive of PST and
delivery, exclusive of GST
Staff recommends:
THAT the tendering process
be waived in accordance with
(b)
where there is only one source of supply for
the goods to be purchased;
The following
is a detailed list of the Self
Contained Breathing Apparatus, Breathing Apparatus Masks and Air Cylinders
that are required:
Qty. |
Description |
Price |
5 |
Self Contained Breathing Apparatus including Heat/Motion Detectors
|
$18,765.00 |
13 |
Breathing Apparatus Air Cylinders |
$15,444.00 |
32 |
Breathing Apparatus Masks with Breathing Valve and By-Pass (28 for
new recruits – 4 as spare back-up for repairs etc.) |
$23,328.00 |
|
Delivery |
$
127.75 |
|
Total, inclusive of PST |
$57,664.75 |
Interspiro,
the manufacturer of
STAFF AWARD REPORT Page 1 of 1
To: |
John Livey, Chief
Administrative Officer |
Re: |
232-S-05
Maintenance Fees for |
Date: |
|
Prepared by: |
Lori Wells, Manager of Programs Ivy Ho, |
Recommended Supplier |
Cedarcrest Manor (Sole Source) |
||
Original Budget and Account # (Operating) |
Budget Available (unspent) for 2006 |
Less Cost of this
Award |
Budget Remaining after this award for 2006 |
503 971 5000 MMSAD Hydro |
$20,828.00 |
$
20,828.00 |
$
0 |
503 971 5001 MMSAD Natural Gas |
$
6,834.00 |
$
6,834.00 |
$
0 |
503 971 5314 MMSAD Facility Maintenance |
$
5,952.00 |
$
5,952.00 |
$
0 |
503 971 5399 MMSAD Other Contracted
Service |
$
6,700.00 |
$
6,700.00 |
$
0 |
503 971 5520 MMSAD Property Rent/Lease |
$ 21,272.00 |
$
21,272.00 |
$
0 |
Total for 2006 |
$61,586.00 |
$
61,586.00 |
$
0 |
Estimated Total for 5 years to expire on |
|
$307,930.00 |
|
Staff recommends:
THAT the tendering process be waived in accordance with
PURPOSE
The purpose of
this report is to obtain approval to issue a Blanket Purchase Order to expire
on
BACKGROUND:
The Seniors Centre, located on
FINANCIAL
CONSIDERATIONS
Funds will be provided in Recreation and
Culture Services Department’s annual Operating Budget account # 503 971 5000 MMSAD Hydro, 503 971 5001 MMSAD Natural Gas, 503 971
5314 MMSAD Facility Maintenance, 530 971 5399 MMSAD Other Contracted Service
and 503 971 5520 MMSAD Property Monthly Rent/Lease in the 2006 amount of
$61,586 with an estimated total of $307,930 for 5 years. The
annual amount in the Blanket Purchase Order will be adjusted in accordance with
the approved annual budget.
STAFF AWARD REPORT Page 1 of 1
To: |
Jim Baird,
Commissioner Development Services |
Re: |
185-Q-05 Town wide Pathways and Trails
Master Plan |
Date: |
|
Prepared by: |
Randie Topps, Senior
Planner Alex Moore, Senior Buyer |
Recommended Supplier |
Marshall Macklin Monaghan (Lowest priced bidder) |
|
Original Budget and Account # |
$ 200,000.00 |
59 5350 2525 005 Pathways |
Current Budget Available (unspent) |
$ 68,935.12 |
|
Less Cost of this |
$ 64,439.00 |
Exclusive of GST |
Budget Remaining after this
award |
$ 4,496.12 |
The remaining funds will be returned to the original funding source |
The purpose of
this report is to award quotation 185-Q-05 Town wide
Pathways and Trails Master Plan to the lowest priced bidder, Marshall Macklin Monaghan.
This quotation was released to hire a qualified consultant to
provide professional services necessary to prepare a Pathways and Trails Master
Plan within the Town of
The purpose of the plan is to identify links and extensions of
existing pathways as well as create new pathway and trail connections through
the Town’s parks, valley lands and open space system.
The objective of the plan is to create a system of connected
pathways and trails throughout the Town in accordance with the strategic
priorities in the Town Of
BID
INFORMATION
Advertised |
Electronic Tendering
Network (ETN) |
Bids closed on |
|
Number picking up bid
documents |
5 |
Number responding to
bid |
2 |
DETAILED PRICING INFORMATION
|
Victor Ford and Associates |
$ 64,439.00 |
$ 69,950.00 |
Prices are exclusive of GST
STAFF AWARD REPORT Page 1 of 1
To: |
Jim Baird,
Commissioner, Development Services |
Re: |
177-Q-05 |
Date |
|
Prepared by: |
Linda A Irvine, Manager, Parks and Open
Space Development Bill Inglis, Senior Construction Buyer |
Recommended Contractor |
NLG Construction Ltd.
(lowest priced bidder) |
|
Original Budget and Account # |
$2,807,500 |
2004 81-5350-6251-005, |
Current Budget Available (unspent) |
$2,526,820 |
Committed $ 280,680 for Design Fee, Internal Consulting Fee and Design
Allowance |
Less Cost of this Award |
$63,242.60 |
Exclusive of GST |
Budget Remaining after this
award |
$2,463,577.40 |
Remaining balance to be used for construction costs, construction contingency,
and testing allowance for further park construction |
The quotation was issued for the
construction of the Wismer Park Woodlot and Trail Works.
Advertised, place and
date |
ETN, |
Bids closed on |
|
Number picking up bid
documents |
5 |
Number responding to
bid |
3 |
DETAILED PRICING
INFORMATION
Contractors |
Prices |
NLG Construction |
$ 63,242.60 |
|
$ 90,224.02 |
R & M Construction |
$ 111,057.00 |
STAFF AWARD REPORT Page 1 of 1
To: |
Jim Baird,
Commissioner, Development Services |
Re: |
150-Q-05
Landscape Architectural Consulting Services for Villages of |
Date: |
|
Prepared by: |
Linda A. Irvine, Manager, Parks and Open
Space Development Bill Inglis, Senior Construction Buyer |
Recommended Consultant |
NAK Design Group
(lowest priced bidder) |
|
Original Budget and Account # |
$ 1,445,900 |
81-5350-6259-005 Villages of |
Current Budget Available (unspent) |
$ 1,409,719 |
Less $ 36,181.00 for Internal Consulting Fees |
Less Cost of this Award |
$ 59,300 $ 35,000 $ 94,300 |
Landscape
Architectural Fee inclusive of disbursements and survey/testing allowance,
exclusive of GST Design allowance for sub-consultants to be
governed by the |
Budget Remaining after this
award |
$ 1,315,419 |
Remaining balance to be used for construction costs, construction
contingency and testing allowances |
A
Request for Quotation was issued to provide landscape architectural
consulting services for the design, contract documentation, and contract
administration services for the Villages of Fairtree Community Park, excluding
specialized sub-consultants whose scope of work is not known at this time.
Advertised, place and
date |
Invited Bidders |
Bids closed on |
|
Number picking up bid
documents |
7 |
Number responding to
bid |
7 |
DETAILED PRICING
INFORMATION
Consultants |
Prices (Inclusive of disbursements,
survey / testing allowance, but exclusive of GST |
NAK Design Group |
$ 59,300.00 |
Baker Turner |
$ 64,705.00 |
Schollen |
$ 69,975.00 |
PGM Design |
$ 76,060.00 |
STAFF AWARD REPORT Page 1 of 1
To: |
Jim Sales,
Commissioner of Fire and Community Services |
Re: |
195-Q-05 Renovations to |
Date: |
|
Prepared by: |
Glen Taylor, Manager
of Community Centre Operations Ivy Ho, |
Recommended Supplier |
Austin Carroll Pool Construction Ltd.
(lowest priced bidder) |
|
Original Budget and Account # |
$112,000.00 |
70 6150 6537 005 |
Current Budget Available (unspent) |
$
87,321.20 |
|
Less Cost of
this |
$
63,000.00 |
|
Budget Remaining after this award |
$
24,321.20 |
The
remaining balance will be applied to other renovation work yet to be
quoted. Upon payment of all invoices
and completion of all work, any
remaining balance will be returned to its original funding source. |
The purpose of
this report is to award quotation 195-Q-05
Renovations to Rouge Valley Community Pool to the lowest priced bidder, Austin
Carroll Pool Construction Ltd.
This quotation is to solicit contractors to renovate Rouge Valley Community
Pool located on
BID
INFORMATION
Advertised |
Electronic Tendering
Network (ETN) |
Bids closed on |
|
Number picking up bid
documents |
7 |
Number responding to
bid |
4 |
DETAILED PRICING INFORMATION
Austin Carroll |
|
Pool People |
Ross Clair |
$ 63,000.00 |
$ 76,850.00 |
$109,026.00 |
$124,495.00 |
Prices are exclusive of GST
STAFF AWARD REPORT Page 1 of 3
To: |
Jim Sales,
Commissioner of Fire and Community Services |
Re: |
171-R-05 Consulting
Engineering Services for |
Date: |
|
Prepared by: |
Thomas Yeung, Project Manager Ivy Ho, |
Recommended Supplier |
Mitchell Hatt & Associates (highest ranked and second lowest priced
bidder) |
|
Original Budget and Account # |
$183,000.00 |
53-6150-6661-005 Consulting Engineering Services– Watermain Replacement 2005
Capital Budget |
Current Budget Available (unspent) |
$100,000.00 |
|
Less Cost of this |
$ 60,500.00 $ 6,500.00 $ 67,000.00 |
Design Portion only, inclusive of
disbursements and exclusive of GST Contingency to be governed by the
Expenditure Control Policy |
Budget Remaining after this
award |
$ 33,000.00 |
The remaining balance of
$33,000.00 will be applied to the upcoming 2006 Watermain Replacement
projects. |
The Town is proposing to replace the
existing aging municipal watermain on
The streets to be replaced with new
watermain are indicated as follows:
- Steeles Avenue East (From
- Dudley Avenue (From
- Henderson Avenue (From
BID
INFORMATION
Advertised |
ETN (Electronic Tendering Network) |
Bids closed on |
|
Number picking up bid
documents |
11 |
Number responding to
bid |
10 |
…/2
171-R-05 Consulting Engineering Services for
Watermain
Replacement-Phase I (From
___________________________________________________________________________________
DETAILED PRICING
INFORMATION
The RFP was divided into 2 parts:
Part A is for design services and Part B is for contract
administration. The following table
includes pricing for both parts which was used for price evaluation.
Consultants |
Total Price(inclusive of
disbursements, exclusive of GST) |
MPB |
$145,163.70 |
Mitchell
Hatt & Associates |
$155,100.00 |
Totten Sims Hubicki Associates |
$178,845.00 |
Chisholm, Fleming & Associates |
$182,145.00 |
RV Anderson |
$191,720.00 |
UMA |
$207,000.00 |
URS |
$223,760.00 |
MacViro |
$226,254.30 |
Cole Engineering |
$226,574.90 |
Associated Engineering Ltd. |
$234,440.00 |
EVALUATION RESULTS:
The RFP was evaluated by a team consisting of staff from the Construction
and Utilities Division with
TABLE A
Consultants |
Past experience of Firm = 20% |
Qualifications of lead Consultant and Project Team = 20% |
Project Delivery = 30% |
Total Technical Scores = 70% |
Price = 30% |
TOTAL = 100% |
Mitchell Hatt &
Associates |
16.00% |
14.00% |
15.00% |
45.00% |
28.08% |
73.08% |
Chisholm, Fleming
& Associates |
14.00% |
18.80% |
15.00% |
47.80% |
23.91% |
71.71% |
Totten Sims Hubicki
Associates |
11.50% |
16.40% |
15.00% |
42.90% |
24.35% |
67.25% |
RV Anderson |
14.00% |
15.20% |
15..0% |
44.20% |
22.71% |
66.91% |
MPB |
11.00% |
10.60% |
15.00% |
36.60% |
30.00% |
66.60% |
UMA |
8.50% |
17.40% |
15.90% |
41.80% |
21.04% |
62.84% |
Associated
Engineering Ltd. |
8.50% |
15.60% |
15.00% |
39.10% |
18.58% |
57.68% |
MacViro |
8.50% |
13.20% |
15.00% |
36.70% |
19.25% |
55.95% |
Cole Engineering |
8.00% |
13.60% |
15.00% |
36.60% |
19.22% |
55.82% |
URS |
8.50% |
5.20% |
15.00% |
28.70% |
19.46% |
48.16% |
As can be seen in the evaluation results, although the bid price from MPB
is the lowest, their overall ranking is the fifth among the ten bidders. Under criteria “Past experience of firm”, MPB
ranked fifth as the firm has only completed one small sanitary sewer job for
the Town. Under criteria “Qualifications
of lead consultant and project team”, MPB ranked ninth as the firm’s key
inspector has only 5 years experience and the project manager/contract
administrator has only 7.5 years experience compared to an average of 13 years
and 12 years respectively, provided by the other consultants. Based on the pre-established evaluation
criteria, Mitchell Hatt & Associates ranked first overall.
…/3
171-R-05 Consulting Engineering Services for
Watermain
Replacement-Phase I (From
___________________________________________________________________________________
Mitchell Hatt & Associates completed five design and contract
administration projects with similar scope for the Town within the last three
years with satisfactory results. The
firm submitted a solid proposal that outlined the qualifications of lead
consultant and project team and how the project will be carried out. Staff is confident that Mitchell Hatt &
Associates will continue to provide satisfactory services.
Due to the budget constraint, Mitchell Hatt & Associates will be awarded
for the design portion only in the amount of $60,500.00 inclusive of
disbursements and exclusive of GST. A
contingency allowance of $6,500.00 will be allocated for the unforeseen costs
during the design stage and will be governed by the Expenditure Control Policy.
The RFP stipulated that the Town reserves the right to award the contract
in whole or in part and the consultant must guarantee both parts of their
proposed pricing until 2007. Therefore,
Mitchell Hatt & Associates
proposed price for Part B, contract administration services in the amount of
$94,600.00 (Total price of $155,100 less Design cost of $60,500) inclusive of disbursements and exclusive of GST will
be guaranteed until 2007 should construction proceed at a later date, subject
to the availability and approval of funds.
STAFF AWARD REPORT Page 1 of 2
To: |
Jim Sales,
Commissioner, Community & Fire Services |
Re: |
095-Q-05 Supply and Delivery of Valve Operating Equipment |
Date: |
|
Prepared by: |
Robert Flindall, Ernie Ting, Alex Moore, Senior Buyer |
Recommended Supplier |
Wachs Canada Limited (Highest Ranked Bidder) |
|
Original Budget and Account # |
$ 19,000.00 $183,000.00 |
53 6150 6658 005 Equipment - 2005 53 6150 6661 005 Design-2006 Watermain Const Program |
Current Budget Available (Unspent) |
$ 19,000.00 $183,000.00 |
53 6150 6658 005 Equipment -2005 53 6150 6661 005 Design-2006 Watermain Const Program |
Less Cost of award |
$ 60,200.00* |
Exclusive of GST |
Budget remaining after this award |
$ 0.00 $141,800.00 |
The remaining funds shall be applied to the 2006 Watermain design
and consultant services |
*In order to minimize cost the staff has
selected a demonstration unit which costs 6.57% ($3,975.00) less than a brand
new model. The demonstration unit, which has been used less than 10 times for
demonstration purposes, has been tested by staff and has been determined to be
in “as new” condition.
In 2004, Waterworks staff identified the
need for a power valve operator and vacuum excavation unit to increase the
number of valves within the water distribution system being exercised for
preventative maintenance.
This preventative maintenance plan is
pro-active program that will identify defective valves for repair and ensures
that all valves are operable for control of the water distribution system.
Advertised |
ETN (Electronic
Tendering Network) |
Bids closed on |
|
Number picked up bid
documents |
2 |
Number responding to
bid |
2 |
DETAILED PRICING INFORMATION
Supplier |
Wachs |
Evans Supply Ltd |
New Unit Price (Part A) |
$
60,475.00 |
$ 57,604.80 |
Software/ Support/Training (Part B) |
$
3,700.00 |
$ 0.00 * |
Total
Exclusive of taxes |
$
64,175.00 |
$ 57,604.80 |
|
|
|
Demonstration Unit Price (Part C ) |
$
56,500.00 |
$ 46,077.90 |
Software/ Support/Training (Part B) |
$
3,700.00 |
$ 0.00 * |
Total
Exclusive of taxes |
$
60,200.00 |
$ 46,077.90 |
NOTE: Prices are exclusive of
GST.
* Evans Supply
Software/Support/Training is included in Unit Price.
…/2
095-Q-05 Supply and Delivery of Valve
Operating Equipment Page
2 of 2
__________________________________________________________________________________________
PRODUCT
EVALUATION
The RFP was evaluated by a team consisting
of staff from the Waterworks and Information Technology Department with
The proposals were evaluated based on the
pre-established evaluation criteria as listed in the RFP with results listed in
Table A.
The advertised Request for Proposal
identified that Town of
Evaluation Criteria (Table A) |
Weight |
Wachs |
Evans |
1.
Meeting
and/or exceeding specifications compliance requirements |
30% |
29 |
23 |
2.
Delivery |
10% |
10 |
8 |
3.
Price |
30% |
23 |
30 |
4.
Department
(Equipment) Evaluation – Appendix A |
30% |
27.6 |
14.07 |
Grand Total |
100% |
89.6 |
75.07 |
Staff recommends that
Waterworks proceed with the Wachs Canada trailer mounted power valve operator
and vacuum excavation equipment, (demonstration unit) as it was far
superior.
It was evident from the evaluation
procedure that the Wachs power valve provides the greatest benefit to the
Town. In particular the Wachs equipment
scored extremely well in terms of the compliance with the minimum specifications,
and the Town’s operator satisfaction with and understanding of the device. The
Town’s staff expressed a clear preference for the Wachs unit both in terms of
ease of operation, functionality and operator safety during use. Details of the
evaluation scoring are provided in Attachment “A” for reference.
Wachs
Waterworks staff is confident that the Wachs Canada
equipment will provide service that meets and/or exceeds the Town’s requirements.
FINANCIAL
CONSIDERATION
The contract for RFP 095-Q-05, Supply and Delivery of Valve
Operating Equipment will be awarded to the highest ranked bidder, Wachs
Funds are provided for in Capital Budget Account # 53 6150 6658 005
Equipment 2005 in the amount of $19,000.00 and Account # 53 6150 6661 005
Design-2006 Watermain Const Program in the amount of $41,200.00.