|
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, 2004 as per
EXECUTIVE SUMMARY:
Council at its meeting of
BACKGROUND:
During the period from November 1 to
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
|
|
|
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: |
|
Prepared
by: |
Glen
Taylor, Manager of Community Centre Operations Ivy Ho, |
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 |
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 |
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.
Advertised,
place and date |
Electronic
Tendering Network, |
Bids
closed on |
|
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: |
|
Prepared
by: |
Paul
Ingham, General Manager, Operations Claire Graham, Senior Buyer |
Recommended Suppliers |
Scugog Signs (Part 1 & 2) 3M
|
|
Total Cost of Award (Jan.1, 2005 – |
$ 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 – |
Budget Remaining after this award |
$27,213.49 |
|
The total
amount of this award is $169,465.29 ($69,868.98 to Scugog Signs and $99,596.31
to 3M
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
Advertised, place and date |
Electronic Network (ETN) |
Bids closed on |
|
Number picking up bid documents |
4 |
Number responding to bid |
3 |
DETAILED PRICING INFORMATION
Parts |
Description |
Scugog |
3M |
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: |
|
Prepared
by: |
Bob Walter,
Manager, Roads Maintenance Claire Graham, Senior Buyer |
Recommended Suppliers |
Nu-Con (Locations 1 & 3) |
De
Ferrari (Locations 2 & 4) |
|
Total Cost of Award ( |
$ 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 |
|
Current Budget Available (unspent) |
$
10,620.49 |
|
|
Less Cost of 2004
Portion of Award |
Exclusive of GST, Nov 1 – |
||
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
Advertised, place and date |
Electronic Network (ETN) |
Bids closed on |
|
Number picking up bid documents |
9 |
Number responding to bid |
7 |
DETAILED
PRICING INFORMATION
|
|
Nu-Con |
De Ferrari |
VBN |
Larkin |
|
VTA |
|
Item |
Location
|
Rate
Per Occurrence |
Rate
Per Occurrence |
Rate
Per Occurrence |
Rate
Per Occurrence |
Rate
Per Occurrence |
Rate
Per Occurrence |
Rate
Per Occurrence |
1 |
|
$ 8,900.00 |
$11,400.00 |
$13,000.00 |
$15,960.00 |
$19,730.00 |
No
Bid |
No
Bid |
2 |
|
$
7,000.00 |
$
6,900.00 |
$
7,500.00 |
No Bid |
$
7,120.00 |
No
Bid |
No
Bid |
3 |
|
$ 8,500.00 |
No Bid
|
$10,000.00 |
No Bid |
No Bid |
$
9,450.00 |
$13,000.00 |
4 |
|
$
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: |
|
Prepared
by: |
Sugun
Rao, Acting Manager, Technology Francis
Poon, Acting Manager, Client Delivery Ivy Ho, |
Recommended Supplier Commencement: |
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 |
The Town’s existing contract with
Advertised, place and
date |
Electronic Tendering
Network |
Bids closed on |
|
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 |
|
$
44,340.00 |
$
133,020.00 |
$
1,000.00 |
$
134,020.00 |
Primus |
$
49,000.00 |
$
147,000.00 |
$
850.00 |
$
147,850.00 |
|
$
58,650.00 |
$
175,950.00 |
$ - |
$
175,950.00 |
MCI |
$
62,772.00 |
$
188,316.00 |
$
4,600.00 |
$
192,916.00 |
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: |
|
Prepared
by: |
Emma Uffren, Marketing & Sales Coordinator,
Strategic Services Ivy
Ho, |
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. |
Advertised,
place and date |
Electronic
Tendering Network on |
Bids
closed on |
|
Number
picking up bid documents |
12 |
Number
responding to bid |
6 |
DETAILED
PRICING INFORMATION
Performance |
McLaren Press |
Fidelity |
Central Ont. |
|
Huron Web |
$ 151,540.20 |
$
185,636.88 |
$
199,477.08 |
$
246,381.48 |
$
245,607.70 |
$
293,851.65 |
STAFF
AWARD REPORT
To: |
John
Livey, Chief Administrative Officer |
Re: RFP Award |
215-T-04 Supply and Delivery of
Various Vehicles |
Date: |
|
Prepared
by: |
Laurie
Canning, Fleet Supervisor Ivy Ho, |
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.
Advertised,
place and date |
Electronic
Tendering Network, |
Bids
closed on |
|
Number
picking up bid documents |
8 |
Number
responding to bid |
5 |
DETAILED
PRICING INFORMATION
Items |
Description |
Qty. |
Slessor Motors |
Unionville Motors |
|
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 |
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: |
|
Prepared
by: |
Thomas
Yeung, Project Engineer Ivy Ho, |
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 |
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.
Advertised, place and
date |
ETN |
Bids closed on |
|
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: |
|
Prepared
by: |
Mark
Ingwersen, Manager of Parks Maintenance Ivy Ho, |
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 |
The playground will be located at the site of the
existing playground at Bishop’s
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.
Advertised,
place and date |
ETN |
Bids
closed on |
|
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
|
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: |
|
Prepared
by: |
Ernie
Ting, Manager of Infrastructure-Waterworks Claire Graham, Senior Buyer |
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 |
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.
Advertised, place and date |
Bid Navigator |
Bids closed on |
|
Number picking up bid documents |
4 |
Number responding to bid |
1 |