Report to General Committee

 

 

 

 

 

TO:

Mayor and Members of Council

 

 

 

 

FROM:

Andy Taylor, Commissioner of Corporate Services

Barb Cribbett, Treasurer

 

 

 

 

PREPARED BY:

Ivy Ho, Purchasing Supervisor

 

 

 

 

DATE OF MEETING:

January 23, 2006

 

 

 

 

SUBJECT:

Staff Awarded Contracts for the period from

November 1 to December 31, 2005

 

 

 

 

RECOMMENDATION:

THAT the report entitled “Staff Awarded Contracts for the period from November 1 to December 31, 2005be received.

 

PURPOSE:

To inform Council of contracts awarded by staff for the period from November 1 to December 31, 2005 as per Purchasing By-Law 2004-341.

 

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.

 

BACKGROUND:                                           

During the period from November 1 to December 31, 2005, the following contracts were awarded as listed in Table A.


 

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 Rouge Valley Pool Renovations

2

Highest ranked and second lowest priced bidder

·        171-R-05 Watermain Replacement, Steeles Avenue (From Yonge Street to Henderson Avenue)

·        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 Purchasing By-Law 2004-341.  Prior to awarding the contracts, Purchasing reviewed the bid documents and verified that all terms, conditions and specifications complied with the Town’s requirements. 

 

 

 

 

 

 

 

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: 

November 10, 2005

Prepared by:

Bob Nicholson, Manager, Asset Management

Kevin Newson, Purchasing Manager

RECOMMENDATION

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

BACKGROUND

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 Miller Ave. and Mail Room component until 2006 in order to accommodate changing priorities.

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.

 

Funds in the 2005 Corporate Accommodation Planning & Implementation capital project are used to pay for services such as design, construction, moving, project management, electrical/ITS cabling and furniture.  The total additional cost of delivering these projects is $225,833 including furniture (POI - $208,000) and various other services ($17,833).

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: 

November 2, 2005

Prepared by:

Shayne Mintz, Deputy Fire Chief

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

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 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;

 

BACKGROUND

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 Markham’s Self Contained Breathing Apparatus (SCBA) has granted exclusive Canadian sales rights to ResQTech Systems Inc.  As such, there are no other vendors that Markham can purchase this equipment from.  In addition, to inter-mix products of other manufacturers with the existing equipment is in violation of all National Institute for Occupational Safety and Health (NIOSH), Ontario Health and Safety Act (OHSA) Regulations and OHSA Section 21 Guidelines related to SCBA respirators.

 

Purchasing has verified that ResQtech’s pricing is comparable to its competitor.  Staff has used Interspiro SCBA respirators for over 10 years and has been very satisfied with the performance and quality of the product. 


 

 

 

 

                                  STAFF AWARD REPORT                                         Page 1 of 1

 

To:

John Livey, Chief Administrative Officer

Re: 

232-S-05 Maintenance Fees for Markham Seniors Activity Centre

Date: 

December 14, 2005

Prepared by:

Lori Wells, Manager of Programs

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

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 December 31, 2010

 

 

$307,930.00

 

 

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 issue a Blanket Purchase Order to expire on December 31, 2010.  The Blanket Purchase Order will be issued to Water Street Non-Profit Homes Inc (Cedarcrest Manor) for lease payment and to reimburse Cedarcrest Manor for paying various maintenance invoices on behalf of the Markham Seniors Activity Centre (Seniors Centre).

 

BACKGROUND:

The Seniors Centre, located on 22 Water Street is leased through Cedarcrest Manor for a term of 99 years that commenced in May 1990.  During the term of the lease, Cedarcrest Manor manages the property on behalf of the Town which includes Cedarcrest Manor paying various maintenance fees on behalf of the Seniors Centre.  The lease stipulates that the Town will reimburse Cedarcrest Manor monthly for all invoices paid which include hydro, natural gas and other contracted services such as safety and health inspections.

 

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: 

December 1, 2005

Prepared by:

Randie Topps, Senior Planner

Alex Moore, Senior Buyer

 

RECOMMENDATION

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

 

PURPOSE

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.

 

BACKGROUND

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 Markham.

 

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 Markham’s “Parks, Recreation, Culture and Library Master Plan 2005-2021.

 

BID INFORMATION

Advertised

Electronic Tendering Network (ETN)

Bids closed on

November 18, 2005

Number picking up bid documents

5

Number responding to bid

2

 

DETAILED PRICING INFORMATION

Marshall Macklin Monaghan

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 Wismer Park- Woodlot and Trail Works

Date

November 4, 2005

Prepared by:

Linda A Irvine, Manager, Parks and Open Space Development

Bill Inglis, Senior Construction Buyer

 

 

RECOMMENDATION

Recommended Contractor

NLG Construction Ltd. (lowest priced bidder)

Original Budget and Account #

$2,807,500

 

2004 81-5350-6251-005, Wismer Community Park

 

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

 

BACKGROUND

The quotation was issued for the construction of the Wismer Park Woodlot and Trail Works.

 

BID INFORMATION

Advertised, place and date

ETN, October 19, 2005

Bids closed on

Friday October 28,2005

Number picking up bid documents

5

Number responding to bid

3

 

DETAILED PRICING INFORMATION

Contractors

     Prices

NLG Construction

$ 63,242.60

Rutherford Contracting

$ 90,224.02

R & M Construction

$ 111,057.00

Note:  Prices are exclusive of GST.  


                                  STAFF AWARD REPORT                                         Page 1 of 1

 

To:

Jim Baird, Commissioner,  Development Services

Re:

150-Q-05 Landscape Architectural Consulting Services for

Villages of Fairtree Community Park

Date:

November 21, 2005

Prepared by:

Linda A. Irvine, Manager, Parks and Open Space Development

Bill Inglis, Senior Construction Buyer

 

RECOMMENDATION

Recommended Consultant

NAK Design Group (lowest priced bidder)

Original Budget and Account #

$ 1,445,900

 

81-5350-6259-005 Villages of Fairtree Community Park (2004)

 

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 Purchasing By-law

 

 

Budget Remaining after this award

$ 1,315,419

Remaining balance to be used for construction costs, construction contingency and testing  allowances

 

BACKGROUND

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.

 

BID INFORMATION

Advertised, place and date

Invited Bidders

Bids closed on

November 04, 2005

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

Landplan

$ 76,400.00

Cosburn

$ 83,000.00

MBTW

$ 92,500.00

 

 

 

 


                                  STAFF AWARD REPORT                                         Page 1 of 1

 

To:

Jim Sales, Commissioner of Fire and Community Services

Re: 

195-Q-05 Renovations to Rouge Valley Community Pool

Date: 

November 10, 2005

Prepared by:

Glen Taylor, Manager of Community Centre Operations

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Supplier

Austin Carroll Pool Construction Ltd. (lowest priced bidder)

Original Budget and Account #

$112,000.00

70 6150 6537 005 Rouge River Pool Filter System, 2005 Capital Budget

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.

 

PURPOSE

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.

 

BACKGROUND

This quotation is to solicit contractors to renovate Rouge Valley Community Pool located on 120 Rouge Bank Drive on 9th Line and 14th Avenue.  The anticipated completion date is May 31, 2006.

 

BID INFORMATION

Advertised

Electronic Tendering Network (ETN)

Bids closed on

November 9, 2005

Number picking up bid documents

7

Number responding to bid

4

 

DETAILED PRICING INFORMATION

Austin Carroll

Canada Pool

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 Steeles Avenue Watermain Replacement-Phase I (From Yonge Street to Henderson Avenue)

Date: 

October 21, 2005

Prepared by:

Thomas Yeung, Project Manager

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

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.

 

 

PURPOSE

The purpose of this report is to obtain approval to award Part A, Design Services for RFP #171-R-05 Consulting Engineering Services for Steeles Avenue Watermain Replacement-Phase I (From Yonge Street to Henderson Avenue) to Mitchell Hatt & Associates, the highest ranked and second lowest priced bidder.

 

BACKGROUND

The Town is proposing to replace the existing aging municipal watermain on Steeles Avenue East, from Yonge Street to Henderson Avenue with a new watermain.  The project is part of the Waterworks Department’s on-going Watermain Improvement Program to systematically replace and upgrade deficient watermain to improve supply capacity and reliability.  The existing watermain situated along these areas is one of the older watermain in the Town of Markham.  It has experienced high incidents of watermain breaks.  Replacement for this watermain is required in order to reduce disruption of services to the area businesses and residents.

 

The streets to be replaced with new watermain are indicated as follows:

 

- Steeles Avenue East (From Yonge Street to 30m east of Henderson Avenue)

- Dudley Avenue (From Steeles Avenue East to 30m north of Steeles Avenue East)

- Henderson Avenue (From Steeles Avenue East to 30m north of Steeles Avenue East)

 

BID INFORMATION

Advertised

ETN (Electronic Tendering Network)

Bids closed on

October 7, 2005

Number picking up bid documents

11

Number responding to bid

10

 

…/2


171-R-05 Consulting Engineering Services for Steeles Avenue                                         Page 2 of 3

Watermain Replacement-Phase I (From Yonge Street to Henderson Avenue)

___________________________________________________________________________________

 

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 Purchasing staff acting as the facilitator.  The proposals were evaluated based on the pre-established evaluation criteria as listed in the RFP with results listed in Table A. 

 

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 Steeles Avenue                                         Page 3 of 3

Watermain Replacement-Phase I (From Yonge Street to Henderson Avenue)

___________________________________________________________________________________

 

 

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: 

November 22nd, 2005

Prepared by:

Robert Flindall, Waterworks, Manager of Operations & Maintenance

Ernie Ting, Waterworks, Manager of Infrastructure

Alex Moore, Senior Buyer

 

RECOMMENDATION

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.

 

BACKGROUND

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. 

BID INFORMATION

Advertised

ETN (Electronic Tendering Network)

Bids closed on

September 7th, 2005

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 Purchasing staff acting as the Facilitator.

 

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 Markham staff would evaluate each vendor’s equipment to ensure that the product selected would meet the Town’s needs and that that the equipment with the greatest benefit to the Town would be selected.  Price alone was not the determining factor. 

 

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 Canada is a reputable supplier of equipment, and the Town has purchased several pieces of equipment from them in the past.  Staff has completed reference checks on Wachs Canada with respect to the supply and delivery of similar trailer mounted power valve operator equipment and received satisfactory feedback.

 

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 Canada in the amount of $60,200.00 exclusive of GST.

 

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.