INFORMATION  Finance & Administrative 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:

December 8, 2003

 

 

 

 

SUBJECT:

#11 Staff Awarded Contracts for the period from

October 27 to November 17, 2003

 

 

 

 

RECOMMENDATION:

THAT the report entitled “Staff Awarded Contracts for the period from October 27 to November 17, 2003” dated December 8, 2003 be received for information only.

 

PURPOSE:

To inform Council of contracts awarded by staff for the period from October 27 to

November 17, 2003 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 and to negotiate contracts when the extension of existing contracts would prove more cost effective or beneficial.  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 October 27 to November 17, 2003, 9 contracts were awarded as listed in Table “A”.

Table “A”

Qty.

Award Details

3

Lowest priced bidder

1

Split award to various qualified bidders

2

Contract Extended

2

Sole Bidder

1

Highest Financial Return


 

SUMMARY OF CONTRACTS AWARDED $50,000.00 -  $350,000.00

 

1.   177-T-03 Washroom Renovations, Milliken Mills Community Centre

·        DETAILED PRICING INFORMATION

            Four companies submitted qualified bids and one company was disqualified for failing to meet the mandatory bonding requirements. 

                                               

Company

Price Inclusive of 7% GST

Price Inclusive of 3% GST

Inter -All

$64,735.00

$62,315.00

Klescon

$74,365.00

$71,585.00

Dontex

$86,349.00

$83,121.00

Deciantis

$89,238.00

$85,902.00

 

 

Budget Available

Spent and Committed as of November 6, 2003

Budget Charge 3% GST

Budget Remaining

GL Number

GL Name

$34,000.00    

 

$36,000.00      

$70,000.00     

$  2,327.80 

   

$         0.00      

$  2,327.80

$31,672.20 

 

$30,642.80      

$62,315.00

$         0.00

 

$  5,357.20

$  5,357.20

70 6150 5067 005

                       

70 6150 5066 005

 
Milliken Mill CC -           Renovate Washrooms,
Milliken Mill CC – Renovate Arena Washrooms

 

 

2.   193-T-03 Steeles Avenue Watermain Replacement, Victoria Park Avenue to Esna Park Drive

·        In November, the Chief Administrative Officer exercised his authority to approve contracts in excess of $350,000 during Council’s lame duck period from September 29 to

December 2, 2003 as approved by Council at its September 16, 2003 meeting.

·        DETAILED PRICING INFORMATION

Nine companies picked up the bid document and four companies submitted qualified bids. 

 

Companies

Inclusive of $40,000 contingency & 7% GST

Inclusive of $40,000 contingency & 3% GST

Drainstar Contracting Ltd

$453,999.93

$437,027.97

F.D.M Contracting Co. Ltd

$524,342.80

$504,741.20

Advice Contracting

$531,839.22

$511,957.38

Aecon Utilities

$564,588.71

$543,482.59

 

 

Budget Available

Spent and Committed as of November 3, 2003

Budget Charge 3% GST

Budget Remaining

GL Number

GL Name

$1,709,800.00

$   155,254.30

$   437,027.97

$1,117,517.73

053 6150 4890 005
Watermain Construction & Replacement

 

 

3.   149-T-03 Markham Civic Centre Exterior Wall Repairs

 

·        DETAILED PRICING INFORMATION

Thirteen companies picked up the bid document and ten companies submitted qualified bids. 

 

Contractor

Total Price (Inclusive of 7% GST), Less Item 3.8

Total Price (Inclusive of  3% GST) Less Item 3.8

Royal Fort Construction

                                $138,942.18

$133,748.08

Brook Restoration Ltd.

$196,880.00

$189,520.00

Maresco Limited

$206,983.48

$199,245.78

Roma Structural Restoration

$207,412.81

$199,659.06

Wall Tech Restoration Inc

$216,514.50

$208,420.50

Colonial Building Restoration

$230,638.50

$222,016.50

Dominion Caulking Ltd.

$230,381.70

$221,769.30

Phoenix Restoration

$238,788.21

$229,861.55

Holl Restoration Inc.

$225,869.51

$217,425.79

Maxim Group

$257,446.82

$247,822.64

 

 

Budget Available

Spent and Committed as of October 17, 2003

Budget Charge 3% GST

Budget Remaining

GL Number

GL Name

$   978,000.00

 

 

$     84,500.00

$1,062,500.00

 

$49,103.67

 

 

$  4,645.31    

$53,748.98

$  53,893.39

$  13,374.81 Contingency

$  67,268.20

$  79,854.69

$147,122.89

 

$861,628.13

 

 

$          0.00

$861,628.13

 

56 6150 5001 005 

 
 
56 5350 4705 005   
Civic Ctr. Improvements

 

Curtain Wall Repairs

 

4.   143-T-03 for Hired Tandem and Tri-Axle Trucks on an “as and when” required Basis

·        In November, the Chief Administrative Officer exercised his authority to approve contracts in excess of $350,000 during Council’s lame duck period from September 29 to

December 2, 2003 as approved by Council at its September 16, 2003 meeting.

·        The tender was called for the Hiring of Tandem and Tri-Axle Trucks on an “as and when” required basis to haul materials from 555 Miller Avenue to various landfill sites.  The hourly rate is fixed by the Town and is inclusive of an operator as per Table A.

 

TABLE A

Hourly Rate (Inclusive of 7% GST)

Hourly Rate (Inclusive of 3% GST)

1

Minimum 15 cu. Yd. Capacity Tandem Truck With Operator

$55.00

$51.40

2

Minimum 22 cu. Yd. Capacity Tri-Axle Truck With Operator

$65.00

$60.75

 

·        TABLE B outlines the number of units (11 tandem trucks and 8 tri-axle trucks) available for hire from each of the companies.

 

TABLE B

Contractor

# of Tandem Trucks

# of Tri-Axle Trucks

Larkin

4

No Bid

Griffith Property Services Ltd.

5

6

Dunlop Construction

1

No Bid

Wilson Contracting

1

2

Total

11

8

 

 

Year

Operations

Parks

Waterworks

2004

$167,000

$50,000

$100,000

2005

$167,000

$50,000

$100,000

 

 

5.   191-S-03 2003/2004 Residential Water Meter Replacements and Installation

·        In November, the Chief Administrative Officer approved that the tendering process be waived in accordance with Purchasing By-Law 143-2000, Section 14 (1) (c) which states “…the extension of an existing contract would prove more cost-effective or beneficial”.

·        The General Manager of Construction & Utilities and the Director of Financial & Client Services were authorized to extend the contract for one additional year at the same terms, conditions and 2003/2004 pricing.

·        Any additional funding requirements will be provided for within the 2004 budget submission for the Waterworks Department.

 

Proposal Price Comparison (Prices include 7% GST)

Item

Description

Year 2000 Price

Year 2003 Proposed Price

Cost Difference

% Increase

1

 

Remove and replace existing water meter, reconnect cable and remote as per specs.

 

$41.60

$45.37

$3.77

9.1%

2

 

Remove and replace existing water meter, install new cable and remote as per specs.

 

$50.29

$54.84

$4.55

9.0%

Note:  the majority of installations fall within Item #1

 

Contract Term

# of Installations

November 1, 2003 to December 31, 2003

750

January 1, 2004 to June 30, 2004

2250

 

The following benefits will be derived by awarding the contract to Neptune:

1.        Neptune (Schlumberger) has consistently been the lowest priced bidder for the water meter replacement and installation contract since 1992.  Extended service hours were provided without cost price increase.

2.        Neptune will provide continuous excellent customer service for water meter replacement where services are provided six days a week from 7:00 a.m. to 8:00 p.m. allowing more flexibility for working residents.

3.        The contract extension will result in efficient project administration and improved handling and management of water meters due to Neptune’s familiarity of the Town’s installation procedures, process and customer service expectations.  Neptune’s direct handling of water meters reduces project time management for Town staff resulting in working efficiencies and cost savings.

4.        There is added service value by installation of water saving devices.  Neptune is contracted by York Region to install water saving devices under the “Water For Tomorrow” water efficiency program. These water saving devices are installed free of charge to York Region residents. Markham residents may obtain extra benefit by having the water savings devices installed at the same time of the water meter replacement.


 

 

Budget Available

Spent and Committed as of October 20, 2003

Budget Charge 3% GST inclusive of contingency

Budget Remaining

GL Number

GL Name

 

 

$502,500.00

 

 

$0.00

$131,016.00

$    5,150.00

$136,166.00

 

 

$366,334.00

 
 
53-6150-5147-005
 
Water  Meter Replacement and Upgrade

 

6.   180-T-03 Installation of Guide rail in Various Locations

·        DETAILED PRICING INFORMATION

Two companies picked up the bid document and one company submitted a qualified bid.

 

Budget Available

Spent and Committed as of October 31, 2003

Budget Charge 3% GST

Budget    Remaining

GL Number

GL Name

$  17,000.00

 

$  50,000.00

$  55,500.00

$122,500.00

$    3,077.73

 

$  13,556.11

$          0..00

$  16,633.84

$  13,922.27

 

$  36,443.89

$  28,325.84

$  78,692.00

$          0.00

 

$          0.00

$  27,174.16

$  27,174.16

700 505 5408

 

050 5350 5105 005

083 5350 5325 005

Fences, Railings, Barricades

 

New Guide Rail Install

Denison Street/Warden Ave Guide Rail

 

 

7.   RFP 084-R-03  Arena Wall Mount Illuminated Advertisement Display Signs

 

8.   RFP02-98 for Arena Rink Board Advertising

·        In November, the Chief Administrative Officer approved that the tendering process be waived in accordance with Purchasing By-Law 143-2000, Section 14 (1) (c) which states “…the extension of an existing contract would prove more cost-effective or beneficial”.

August 31, 2004 with an annual guarantee of $22,500.00 representing 50 signs sold plus an additional $450.00 per year for each additional sign sold over and above the $22,500.00 annual guarantee.

·        The intent of the one-year extension is to accommodate the Strategic Services Department’s strategy for revenue generation where opportunities will be pursued to generate or increase revenue such that there is no impact on the delivery of services to the public.

 

Appendix “B”

Recreation and Culture Services Facilities

Operating Account #

Amount

Angus Glen Community Centre and Library

504 921 8853

$ 2,500

Centennial Community Centre 

503 921 8853

$10,000

Thornhill Community Centre

501 921 8853

$10,000

Total

 

$22,500

 

9.   103-R-03 for Food & Beverage Kiosks at Angus Glen Community Centre & Library (AGCCL)


 

Five companies picked up the bid document, five companies submitted qualified proposals and four companies were shortlisted for further evaluation.

 

 

 

International

Mr. Vending

Lewis Foods

Unique

Lump Sum/Commission Rate

$10,000 or 21.0% of gross sales whichever is greater Years 1-3

$15,000 or 21.0% of gross sales whichever is greater Years 4-5

$9,600 plus 10% over sales of $96,000 per year.

$  3,000 Year 1

$  4,800 Year 2

$  6,000 Years 3-5

$12,000 Years 6-7

5% of gross sales

 

 

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\2003 File Management\Reports to Standing Comittee\0388 #11 Staff Awards Oct to Nov 17.doc