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 24, 2005

 

 

 

 

SUBJECT:

Staff Awarded Contracts for the period from

November 1 to December 31, 2004

 

 

 

 

RECOMMENDATION:

THAT the report entitled “Staff Awarded Contracts for the period from November 1 to December 31, 2004 be received.

 

PURPOSE:

To inform Council of contracts awarded by staff for the period from November 1 to December 31, 2004 as per Purchasing By-Law 143-2000.

 

EXECUTIVE SUMMARY:

Council at its meeting of August 29, 2000 approved By-Law 143-2000, A By-Law Establishing Purchasing, 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 Finance & Administrative Committee on all contracts awarded by staff from $50,000.00 to $350,000.00.

 


BACKGROUND:                                           

During the period from November 1 to December 31, 2004, the following contracts were awarded as listed in Table A.

 

Table “A”

Qty.

Award Details

Description

6

Lowest priced bidders

·        192-T-04 Floor Replacement, Thornhill Community Centre

·        073-T-04 Supply and Delivery of Sign Blanks, Complete Signs and Traffic Control Sheeting

·        186-T-04 Supply Equipment/Staff Necessary to Load and Haul Snow from Designated Areas

·        223-T-04 Internet Services

·        228-T-04 Printing and Delivery of 2005 Recreation and Culture Guide

·        215-T-04 Supply and Delivery of SIX Vehicles

1

Highest ranked and lowest priced consultants

·        216-R-04 Consulting Engineering Services for Watermain Replacement on Various Streets

1

Highest ranked and third lowest priced consultants

·        174-R-04 Bishop’s Cross Playground Equipment Replacement

1

Sole Bidder

·        163-Q-04 Zoom Camera Inspection of Sanitary Truck Sewer

9

TOTAL

 

 

ATTACHMENTS: 

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

 

CONCLUSION:

The bids were issued in compliance with the Purchasing By-Law 143-2000.  Prior to awarding the contracts, Purchasing reviewed the bid documents and verified that all terms, conditions and specifications to ensure compliance 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\#1 0487 Staff Awards Nov 1 to Dec 30, 2004.doc


                                       STAFF AWARD REPORT                   

To:

Jim Sales, Commissioner of Community and Fire Services

Re:  RFP Award

192-T-04 Floor Replacement, Thornhill Community Centre

Date:

November 5, 2004

Prepared by:

Glen Taylor, Manager of Community Centre Operations

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Supplier

Gym Con Ltd.

Original Budget and Account #

$85,000

70 6150 6089 005 TCC Wood Flooring

Current Budget Available (unspent)

$85,000

 

Less Cost of this Award

$99,200

Exclusive of GST to be completed by January 16, 2005

Budget Remaining after this award

($14,200)

($13,300)     70 6150 6088 005 TCC Folding Door

($     900)     44 7950 6395 000 Corporate Wide                                                         

($14,200)     Contingency Capital Project

 

BACKGROUND INFORMATION

The tender is for floor replacement in the halls at Thornhill Community Centre.  The work area is approximately 8500 square feet.  The contract was awarded to the lowest priced bidder.

 

BID INFORMATION

Advertised, place and date

Electronic Tendering Network, October 13, 2004

Bids closed on

November 5, 2004

Number picking up bid documents

12

Number responding to bid

3

 

DETAILED PRICING INFORMATION

Gym Con Ltd.

Alpeza

Dontex

$  99,200.00

$102,000.00

$105,000.00

Note:  Prices are inclusive of all applicable taxes


                                       STAFF AWARD REPORT                     

To:

John Livey, Chief Administrative Officer

Re: RFP Award

073-T-04 Supply and Delivery of Sign Blanks, Complete Signs, and Traffic Control Sheeting

Date:

November 10, 2004

Prepared by:

Paul Ingham, General Manager, Operations

Claire Graham, Senior Buyer

 

RECOMMENDATION

Recommended Suppliers

Scugog Signs (Part 1 & 2)       3M Canada (Part 3)

Total Cost of Award

(Jan.1, 2005 – Dec. 31, 2007)

                                                 $ 33,198.77 (2005 est. costs)  

$ 34,934.49 (2006 est. costs)   $ 33,198.77 (2006 est. costs)  

$ 34,934.49 (2007 est. costs)   $ 33,198.77 (2007 est. costs)  

$ 69,868.98                             $99,596.31

Original Budget and Account #

$60,146.00

700 505 4580 Traffic Signs/Supplies

Less Cost of 2005 Portion of Award

$33,198.77

Exclusive of GST, Inclusive of 8% PST – Jan. 1 – Dec. 31, 2005

Budget Remaining after this award

$27,213.49

 

 

BACKGROUND INFORMATION

The total amount of this award is $169,465.29 ($69,868.98 to Scugog Signs and $99,596.31 to 3M Canada) over 3 years (2005-2007). 

 

With the award of this contract, the total expenditure in 2005 is projected to be $33,198.77.  The estimated expenditure in 2006 and 2007 is $68,133.26 per annum ($34,934.49 from Scugog Signs and $33,198.77 from 3M Canada).   The contract was awarded to the lowest priced bidders.

 

BID INFORMATION

Advertised, place and date

Electronic Network (ETN)

Bids closed on

September 1, 2004

Number picking up bid documents

4

Number responding to bid

3

 

DETAILED PRICING INFORMATION

Parts

Description

Scugog

3M Canada

Mechanical Adv.

1

Sign Blanks

$  8,981.82

No Bid

$10,551.38

2

Complete Signs

$25,952.67

No Bid

$26,040.20

3

Traffic Control Sheeting

No Bid

$33,198.77

$33,531.30

 

Total

$34,934.49

$33,198.77

$70,122.88

 

Note:  Prices are inclusive of all applicable taxes


                                       STAFF AWARD REPORT                     

To:

John Livey, Chief Administrative Officer

Re: RFP Award

186-T-04 Supply Equipment/Staff Necessary to Load and Haul Snow from Designated Areas

Date:

November 29, 2004

Prepared by:

Bob Walter, Manager, Roads Maintenance

Claire Graham, Senior Buyer

 

RECOMMENDATION

Recommended Suppliers

Nu-Con  (Locations 1 & 3)     

De Ferrari  (Locations 2 & 4)

Total Cost of Award

(Nov 1, 2004April 15 2006)

$ 17,400.00 (2004 est. costs)  

$ 43,500.00 (2005 est. costs)

$ 43,500.00 (2006 est. costs)

$104,400.00                                

$   8,700.00 (2004 est. costs)

$ 21,750.00 (2005 est. costs)   

$ 21,750.00 (2006 est. costs)  

$ 52,200.00

Original Budget and Account #’s

$ 65,690.00

 700 504 5416 Snow Hauling Main Street

Current Budget Available (unspent)

$ 10,620.49

 

Less Cost of 2004 Portion of Award

$ 26,100.00

Exclusive of GST, Nov 1 – Dec 31, 2004

Budget Remaining after this award

($15,479.51)

 

The variance will be offset by favourable variances in other operating accounts by year end.

 

BACKGROUND INFORMATION

The tender was called for contractors to supply the labour, equipment and traffic control measures necessary to load and haul snow from Main Street Markham, Main Street Unionville, Yonge Street in Thornhill, and Cornell Park Avenue to a dump site designated by the Towns representative, complete with operators and equipment for the fixed price per occurrence.  The term of the contract is for two winter seasons (Nov 1 2004 to April 15, 2006) with an option to extend for an additional two winter seasons at the same 2004 prices.   The contract was awarded to the lowest priced bidders.

 

BID INFORMATION

Advertised, place and date

Electronic Network (ETN)

Bids closed on

October 27, 2004

Number picking up bid documents

9

Number responding to bid

7

 

DETAILED PRICING INFORMATION

 

 

Nu-Con

De Ferrari

VBN

Larkin

Griffith

VTA

Wilson

Item

Location

Rate Per Occurrence

Rate Per Occurrence

Rate Per Occurrence

Rate Per Occurrence

Rate Per Occurrence

Rate Per Occurrence

Rate Per Occurrence

1

Main St, Markham

 $  8,900.00

 $11,400.00

 $13,000.00

 $15,960.00

 $19,730.00

No Bid

No Bid

2

Main St, Unionville

 $  7,000.00

 $  6,900.00

 $  7,500.00

 No Bid

 $  7,120.00

No Bid

No Bid

3

Yonge St, Thornhill

 $  8,500.00

 No Bid 

 $10,000.00

 No Bid

 No Bid

 $  9,450.00

 $13,000.00

4

Cornell Pk Ave., Markham

 $  5,000.00

 $  1,800.00

 $  4,000.00

 $  4,520.00

 $  5,210.00

No Bid

No Bid

Note: The above rates represent the cost per occurrence.  The estimated expenditures for 2004 are based on 1 occurrence and each of the full contract year on an average of 2.5 occurrences.

 Prices are inclusive of all applicable taxes.


                                       STAFF AWARD REPORT                     

To:

John Livey, Chief Administrative Officer dated

Re:  Tender Award

223-T-04 Internet Services

Date:

December 9, 2004

Prepared by:

Sugun Rao, Acting Manager, Technology

Francis Poon, Acting Manager, Client Delivery

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Supplier

Commencement:  January 2, 2005

Terago 

 

Telus    

$65,700 (for 3 years term, exclusive of GST

$74,880 (for 3 yrs term, exclusive of GST

$140,580 (for a 3 year term, exclusive of GST)

Original Budget and Account #

$402,658

400 404 5108 Tel. Data Charges

Current Budget Available (unspent)

$402,658

 

Less Cost of this Award for 2005

$  21,900  

$  24,960

$  46,860                                   

 

 

One Year Cost, Exclusive of GST

Budget Remaining after this award for 2005

$355,798

Balance of remaining funds in 2005 will be applied to other applicable telephone data charges

 

BACKGROUND INFORMATION

The Town’s existing contract with Bell Canada expired on December 31, 2004.  This tender was issued for the provision of internet services to the Town for a term of three years.

 

BID INFORMATION

Advertised, place and date

Electronic Tendering Network

Bids closed on

December 3, 2004

Number picking up bid documents

13

Number responding to bid

9

 

DETAILED PRICING INFORMATION

Vendor

Annual Price

Total Price for 3 years

One Time Set Up Charge

Total

TeraGo Network

 $         21,900.00

 $            65,700.00

 $                 -  

 $            65,700.00

Telus

 $         24,960.00

 $            74,880.00

 $                 -  

 $            74,880.00

Avega

 $         27,600.00

 $            82,800.00

 $                 -  

 $            82,800.00

Onx

 $         31,056.00

 $            93,168.00

 $      1,000.00

 $            94,168.00

FCI

 $         39,600.00

 $          118,800.00

 $         700.00

 $          119,500.00

Toronto Hydro

 $         44,340.00

 $          133,020.00

 $      1,000.00

 $          134,020.00

Primus

 $         49,000.00

 $          147,000.00

 $         850.00

 $          147,850.00

Bell

 $         58,650.00

 $          175,950.00

 $                 -  

 $          175,950.00

MCI

 $         62,772.00

 $          188,316.00

 $      4,600.00

 $          192,916.00

Note:  Prices are inclusive of all applicable taxes

 

Based on the bids received and an analysis of requirements, it was determined that the Town could double the bandwidth and provide redundancy by splitting the services between the two vendors without exceeding the 2005 operating budget. Hence, it is recommended that the tender be awarded to Terago Networks Inc. and Telus Corp., the lowest priced bidders.


                                       STAFF AWARD REPORT                     

To:

John Livey, Chief Administrative Officer

Re:  Tender Award

228-T-04 Printing and Delivery of 2005 Recreation and Culture Guide

Date:

December 15, 2004

Prepared by:

Emma Uffren, Marketing & Sales Coordinator, Strategic Services

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Supplier

Performance Printing Ltd.

Original Budget and Account #

$155,000.00

795 796 5880 Print Material

Current Budget Available (unspent)

$155,000.00

 

Less Cost of this Award

$151,540.20

Inclusive of 8% GST and exclusive of GST

Budget Remaining after this award

$    3,459.80

Balance of funds will be applied to any unexpected overruns. 

 

BACKGROUND INFORMATION

This tender is for the printing and delivery of 82,000 copies of the 2005 Spring Recreation and Culture Guide (Guide) and 83,000 copies of each of the Summer, Fall and 2005/2006 Winter Guide.  The contract was awarded to the lowest priced bidder.

 

BID INFORMATION

Advertised, place and date

Electronic Tendering Network on December 1, 2004

Bids closed on

December 15, 2004

Number picking up bid documents

12

Number responding to bid

6

 

DETAILED PRICING INFORMATION

 

 Performance

 McLaren Press

 Fidelity

 Central Ont.

 St. Joseph

 Huron Web

 $   151,540.20

 $        185,636.88

 $   199,477.08

 $   246,381.48

 $   245,607.70

 $   293,851.65

Note:  Prices are inclusive of all applicable taxes


                                       STAFF AWARD REPORT                     

To:

John Livey, Chief Administrative Officer

Re:  RFP Award

215-T-04 Supply and Delivery of Various Vehicles

Date:

December 6, 2004

Prepared by:

Laurie Canning, Fleet Supervisor

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION:

Recommended Supplier

Highland Chevrolet Cadillac Ltd.

$127,575, inclusive of PST and exclusive of GST

 

BUDGET DETAILS

Items

 Account # and Description

Qty.

Original Budget

 Current Budget Available (Unspent)

Less Cost of this Award

Budget Remaining after this Award

Vehicles for Dept

1

67 6150 6008 005, ONE Command Van

1

$80,000

$80,000.00

$29,478.60

$50,521.40

Fire

2a

57 6150 6172 005 Corporate Fleet Replacement Program, Unit 2184,

1

$1,150,500

$992,399.48

$25,335.72

$967,063.76

Water

2b

57 5350 6179 005 Water - 5 Vehicle Fleet

2

$199,000

$199,000.00

$50,671.44

$148,328.56

Water

3

 57 5350 6179 005 Water - 5 Vehicle Fleet

1

$199,000

$148,328.56

$22,089.24

$126,239.32

Water

Note:  Prices are inclusive of all applicable taxes. 

 

BACKGROUND INFORMATION

The tender was issued to meet the requirements of Fire and Water Departments.  All vehicles, except for Unit 2184 (Waterworks service truck), Item 2a, are new.  The balance of the remaining funds in each account will be for the purchase of the vehicles as budgeted and approved. 

 

BID INFORMATION

Advertised, place and date

Electronic Tendering Network, November 10, 2004

Bids closed on

December 1, 2004

Number picking up bid documents

8

Number responding to bid

5

 


 

DETAILED PRICING INFORMATION

Items

Description

Qty.

Slessor Motors

Unionville Motors

Highland

Milton Chyrsler

Maciver Dodge

1

2005 FULL SIZE WINDOW VAN

1

$31,882.68

$30,502.44

$29,478.60

 

$         -

2

2005 FULL SIZE CARGO VANS

3

$81,204.12

$79,775.28

$76,007.16

$      -

$      -

3

2005 SEVEN PASSENGER COMPACT WINDOW VAN,

1

$22,830.12

$22,649.76

$22,089.24

$22,917.06

$22,889.52

Note:  Prices are inclusive of all applicable taxes. 

 

All  vehicles awarded in this tender have been reviewed under the Green Fleet Transition Plan and their specifications do not have a Green Fleet Option under the Plan.  All five vehicles in this award will be purchased for amounts within the budget allocated for each of the vehicle.

 

Vehicle # 2184 (Waterworks service truck) will be sold upon delivery of the new vehicle, in accordance with Purchasing By-law 143-2000, PART VII Disposal of Personal Property.  Proceeds will be posted to account 890 890 9305 Proceeds from Sale of other Fixed Assets.


                                       STAFF AWARD REPORT                     

To:

John Livey, Chief Administrative Officer

Re:  RFP Award

216-R-04 Consulting Engineering Services For Watermain Replacement on Various Streets

Date:

November 25, 2004

Prepared by:

Thomas Yeung, Project Engineer

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Consultant

Mitchell Hatt & Associates Inc.

Original Budget and Account #

$ 1,837,500

53 6150 6662 004 Waterworks Construction & Replacement

Current Budget Available (unspent)

$ 1,837,500

 

Less Cost of this Award

$    147,800

$      20,000

$    167,800

-          Exclusive of GST, completion Dec. 2005

-          Contingency

Budget Remaining after this award

$ 1,669,700

Remaining balance of funds will be applied to the replacement of watermain on various streets as approved

 

BACKGROUND INFORMATION

The project is part of Waterworks Department’s on-going Watermain Improvement Program to systematically replace and upgrade deficient watermain to improve supply capacity and reliability.  The contract was awarded to the lowest priced, highest ranked proponent.

 

BID INFORMATION

Advertised, place and date

ETN

Bids closed on

November 25, 2004

Number picking up bid documents

16

Number responding to bid

16

 

Consultants

Qualifications of Project Team = 60%

Project Cost = 40%

Total Score = 100%

Mitchell, Hatt & Associates Inc.

48.00

40.00

88.00

Chisholm, Fleming and Associates

50.40

31.18

81.58

TSH

49.80

30.06

79.86

Lea Consulting Ltd.

40.80

34.43

75.23

UMA Engineering Limited

31.20

35.81

67.01

Earth  Tech Canada Inc.

39.60

27.16

66.76

KMK Consultants Limited

39.60

27.08

66.68

R.V. Anderson Associates Limited

34.80

27.97

62.77

Cansult Limited

23.40

36.95

60.35

Mac Viro Consultants Inc.

19.20

32.56

51.76

Cumming Cockburn Limited

18.00

33.20

51.20

The Jones Consulting Group Ltd.

14.40

34.69

49.09


                                       STAFF AWARD REPORT                      Page 1 of 2

To:

Jim Sales, Commissioner of Community and Fire Services

Re:  RFP Award

174-R-04 Bishop’s Cross Playground Equipment Replacement

Date:

December 2, 2004

Prepared by:

Mark Ingwersen, Manager of Parks Maintenance

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Consultant

Recreation Systems, highest ranked and third lowest total acquisition cost bidder

Original Budget and Account #

$826,500.00

59 6150 5028 005  Play structure Replacement

Current Budget Available (unspent)

$280,312.15

 

Less Cost of this Award

$  80,310.13

Exclusive of GST, completion Dec. 2004

Budget Remaining after this award

$200,002.02

The remaining balance will be applied to replacement of the playground equipment and site preparation

 

BACKGROUND INFORMATION

The playground will be located at the site of the existing playground at Bishop’s Cross Park, located near John St. and Leslie St. in Thornhill.  All existing equipment at this site will be removed by the Town of Markham. A separate contractor, Rutherford Contracting, awarded the tender 175-T-04 for Bishop’s Cross Safety Surface Replacement will be engaged to excavate and remove the existing surfacing prior to equipment installation and add an accessible wood carpet surfacing after equipment installation.

 

The Project Manager is a consultant from Marshall Macklin Monaghan Limited.  The role of the Project Manager is to coordinate the work between the various contractors on site, ensure timely completion of each phase of project, manage change orders, if required and contract administration. 

 

The contract was awarded to the third lowest priced and highest ranked proponent.

 

BID INFORMATION

Advertised, place and date

ETN

Bids closed on

October 29, 2004

Number picking up bid documents

5

Number responding to bid

4

 

EVALUATION RESULTS:

The RFP was evaluated by an Evaluation Team consisting of staff from Parks Maintenance, the consultant from Marshall Macklin Monaghan with Purchasing staff acting as the facilitator. 

 


 

 

 

Criteria

Weight

Playpower

KSI

Recreation

Belair

1

Compliance with Appendix A Component List and Work Plan

15.00

8.00

11.00

9.00

10.00

2

Design in accordance with requirements listed in Appendix C

and D of RFP

40.00

26.00

24.00

34.00

26.00

3

Company's experience

15.00

9.00

9.00

11.00

9.00

 

Subtotal of Technical Evaluation Criteria # 1 to 3

70.00

43.00

44.00

54.00

45.00

4

Price (including Estimated Site Preparation Costs)

30.00

0.00

30.00

29.41

29.95

 

Total Rating

100.00

43.00

74.00

83.41

74.95

 

The lowest priced proponent, Playpower proposed a play equipment design that exceeded the existing playground area.  To accommodate Playpower’s proposal, additional surfacing and site preparation would be required which would result in an additional estimated cost of $96,240 to the project.  This would result in Playpower being the highest priced proponent. 

Therefore, after including the additional costs, the price difference between Recreation and KSI is only $783.11.

 

The additional surfacing and site preparation costs were taken into consideration in evaluating the price.  These additional costs were obtained from tender 175-T-04 Bishop’s Cross Safety Surface Replacement and from the consultant, Marshall Macklin Monaghan. 

 

 

 


 

                                       STAFF AWARD REPORT                     

To:

Jim Sales, Commissioner, Community and Fire Services

Re: RFP Award

163-Q-04 Zoom Camera Inspection of Sanitary Trunk Sewer

Date:

October 18, 2004

Prepared by:

Ernie Ting, Manager of Infrastructure-Waterworks

Claire Graham, Senior Buyer

 

RECOMMENDATION

Recommended Supplier

Aqua-Data Inc.

Original Budget and Account #’s

$108,000.00

53 5399 5153 005  (System Studies/Investigations)

53 6150 6021 005 (Sanitary Sewer Monitoring & Inspection)

Current Budget Available (unspent)

$ 92,549.97

 

Less Cost of this Award

$ 60,233.00

Exclusive of GST, to be completed by December 31, 2004

Budget Remaining after this award

$ 32,316.97

Balance of funds will be used for intended Sewer Monitoring project.

 

BACKGROUND INFORMATION

Based on price estimation, the bid was issued as a quotation for the inspection and assessment of sanitary trunk sewers located in valleys and low-lying areas. 

 

BID INFORMATION

Advertised, place and date

Bid Navigator

Bids closed on

September 16, 2004

Number picking up bid documents

4

Number responding to bid

1