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:

October 17, 2005

 

 

 

 

SUBJECT:

Staff Awarded Contracts for the period from

September 1 to 30, 2005

 

 

 

 

RECOMMENDATION:

THAT the report entitled “Staff Awarded Contracts for the period from September 1 to 30, 2005 be received.

 

PURPOSE:

To inform Council of contracts awarded by staff for the period from September 1 to 30, 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 September 1 to 30, 2005, the following contract was awarded as listed in Table A.


 

Table “A”

Qty.

Award Details

Description

1

Second lowest priced and highest ranked bidder

145-Q-05 Bikeway Implementation Strategy – Phase II

 

ATTACHMENTS: 

A copy of the award report as listed in Table “A”.

 

CONCLUSION:

The bid was issued in compliance with the Purchasing By-Law 2004-341.  Prior to awarding the contract, 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\#7 Staff Award September 2005.doc

 


                                       STAFF AWARD REPORT                               Page 1 of 2

To:

Jim Baird, Commissioner of Planning Services

Re: 

145-Q-05 Bikeway Implementation Strategy – Phase II

Date: 

September 12, 2005

Prepared by:

Phoebe Fu, Senior Transportation Engineer

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

 

Recommended Supplier

Marshall Macklin Monaghan. (second lowest priced and highest ranked bidder)

Account #

Original Budget

Current Budget Available (Unspent)

Less Cost of this Award

(inclusive of disbursements, exclusive of GST)

Budget Remaining after this award

83 5399 6136 005 Bike Impl Study

$48,500

$48,500

$19,876

$28,624

83 5350 5225 005 Town Wide Bicycle Path

$50,000

$50,000

$50,000

$         0

TOTAL

$98,500

$98,500

$69,876

$28,624

 

The remaining balance of $28,624 will be applied to additional consulting work required for the preparation of tender documents for Phase II implementation.

 

BACKGROUND

Based on the framework of the Markham Transportation Planning Study (MTPS) – 2002, staff have been directed by Council to prepare a detailed implementation plan to build on the work of the 1998 Town-Wide Bicycle System Study completed by Entra Consultants and Victor Ford & Associates. A two-phase approach was undertaken to balance the need to:

·         Determine components of the plan that could be implemented in the short-term (Phase I)

·         Develop a more comprehensive long-term strategy (Phase II)

 

The first phase (Bikeway Implementation Strategy Phase I: Spine Network, Draft October 2003, Marshall Macklin Monaghan Ltd.) has been completed and staff are now proceeding with Phase II of the implementation plan including development of a detailed Town-wide plan.

 

The Phase II Town of Markham Bikeway Implementation Strategy is expected to include the development of a set of routes and lanes, which will build on the spine network established in Phase I and serve to update the Town-Wide Bicycle System Study completed in 1998.  The Phase II work will also cost and prioritize the implementation such that appropriate funds can be budgeted annually in the 10-year capital improvements program taking into account the updated development charges program.  Such an approach will clearly establish the Town’s commitment to developing a balanced transportation system, which establishes a road network and transportation system that supports cycling, in addition to walking, public transit and automobile use.  Such work would see co-ordination between Town departments, with public input via the Cycling and Pedestrian Advisory Committee (CPAC).  Accordingly, the interests of both cyclists and pedestrians can be protected and on-road and off-road facilities can be developed.

 

BID INFORMATION

Advertised

By invitation

Bids closed on

August 26, 2005

Number picking up bid documents

4

Number responding to bid

3

 

 


145-Q-05 Bikeway Implementation Strategy – Phase II                                                             Page 2

______________________________________________________________________________________

 

 

DETAILED PRICING INFORMATION: 

 

Consultants

Price (inclusive of disbursements, exclusive of GST)

iTrans Consulting Inc. (iTRANS)

$59,900.00

Marshall Macklin Monaghan (MMM)

$69,876.00

Totten Sims Hubicki Associates (Totten Sims)

$90,946.00

 

EVALUATION RESULTS:

The RFP was evaluated by a team consisting of staff from the Transportation/Engineering  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. 

 

TABLE A

 

Evaluation Criteria

Weight

iTRANS

MMM

Totten Sims

1

Past experience of consulting firm

20

16.80

18.85

14.80

2

Qualifications of lead Consultant and Project Team

20

12.62

14.12

11.30

3

Project Delivery

30

19.50

21.75

13.75

 

Total Technical Scores

70

48.92

54.72

39.85

4

Price

30

30.00

25.72

19.76

 

Grand Total

100

78.92

80.44

59.61

 

MMM submitted a solid proposal that outlined how the project will be carried out.  The firm ranked higher in all technical areas based on the detail criteria of the evaluation. MMM completed Phase I of this project for the Town with satisfactory results.  Staff is confident that MMM will continue to so for Phase II.