The Corporation of the TOWN OF MILTON

Size: px
Start display at page:

Download "The Corporation of the TOWN OF MILTON"

Transcription

1 The Corporation of the TOWN OF MILTON Report To: From: Council Leslie Williamson, Manager, Purchasing and Risk Services Date: December 12, 2016 Report No: Subject: Recommendation: CORS Purchasing Various December THAT Council approve the Proposal award for Park Play Equipment for 2017 for Harrison Park to Park N Play Design Company in the total amount of $86,519 (exclusive of HST) as outlined on Schedule A; AND THAT Council approve the Single Source award to Watson and Associates Economists Ltd. for the Economic Growth Analysis Component of the Land Base Analysis in the total amount of $49,700 (exclusive of HST) as outlined on Schedule B; AND THAT Council approve the Single Source 2017 requests be awarded as per the list of suppliers as outlined on Schedule C; AND THAT the Manager, Purchasing and Risk Services be authorized to execute the contract(s), as outlined by the purchasing by-law, and the Mayor and Clerk be authorized to sign any other required paperwork. EXECUTIVE SUMMARY This report is being submitted to have Council s authorization on the various items on the attached Schedules. All requests are being made as per the guidelines outlined in the Purchasing By-law No REPORT Discussion Information included on the attached Schedules A to C. Financial Impact Financial impacts are included on the attached Schedules A through C.

2 The Corporation of the TOWN OF MILTON Report #: CORS Page 2 of 2 Respectfully submitted, Leslie Williamson Manager, Purchasing and Risk Services For questions, please contact: Debbie Cochrane, CPPB ext For questions, please contact: Melanie Wallhouse, CPA, CMA ext Attachments Schedule A - Schedule B - Schedule C - Proposal Award No Park Play Equipment for 2017 Harrison Park Single Source Award to Watson and Associates Economists Ltd. for the Economic Growth Analysis Component of the Land Base Analysis Single/Sole Source Suppliers for 2017 and Attachment CAO Approval William Mann, MCIP, RPP, OALA, CSLA, MCIF, RPF Chief Administrative Officer

3 CORS Schedule A COUNCIL AUTHORITY FOR CONTRACT AWARDS Tender Award Background information Proposal Award No Park Play Equipment for 2017 Harrison Park The Town undertook a Request for Proposal process to seek qualified play equipment suppliers for the design, supply and installation of play equipment for Harrison Park. This Request for Proposal process allows for competitive proposals from suppliers, a greater range of products for the Town to review and provides a better understanding of key personnel, company profile and experience. The process also provides an opportunity to review new products, themes and trends in playground design. In the end, the Town receives a better product, a design tailored to a specific site and unique play experiences for the park and the neighbourhood in relation to other parks within the Town. The successful proponent will work as a direct sub-contractor to the General Landscape Contractor for Harrison Park. The playground installations are scheduled for completion in 2017, subject to budget approval. Purchasing Section: Bid Award information Date bid issued October 28, 2016 Advertisements Biddingo, OPBA and Milton s website Closing date November 30, 2016 # of Plan takers Six (6) Proposal Submissions received Proposals were received from the following companies: ABC Recreation Ltd. New World Park Solutions Inc. Park N Play Design Company PlayPower Canada Henderson Recreation Equipment Limited Evaluation Criteria The proposals were reviewed for compliance with the following mandatory criteria: Play equipment design, manufacturing and installation must comply with Canadian Standards Association CAN/CSA Z or latest revision. All play equipment components shall be IPEMA Certified. Proposals must include an IPEMA Certificate of Compliance for all play components. Henderson Recreation Equipment Limited submission did not meet the mandatory criteria as it failed to include the IPEMA Certificate of Compliance for all play components. Page 1 of 2

4 CORS Schedule A Proposals meeting the mandatory criteria were further evaluated based on the following criteria: The proposals were evaluated based on the following criteria: 1. Integration of inclusive and accessible aspects with the proposed equipment (10) 2. Layout and design quality and experience of key personnel (25) 3. Demonstrated play value of the proposed equipment and creative theme and appearance of equipment (30) 4. Maintenance, warranty and service, including timely availability of parts for future repairs and retrofitting. Previous experience with the Town related to after-sale service will be considered (25) 5. Compliance with preferred specifications listed in Section 8.0 and additional preferred specifications listed in Section 9.0 (15) 6. Value for money and value added services and references (5) Recommended award An evaluation team with representation from Community Services and Engineering Services evaluated the proposals against the established criteria and the top three (3) proponents, ABC Recreation, Park N Play Design Company and PlayPower Canada were invited to an interview. Staff is recommending that the proposal for the Park Play Equipment for Harrison Park in 2017 be awarded to the highest ranked proponent, Park N Play Design Company in the total amount of $86,519 (exclusive of HST) be included as a cash allowance in the subsequent Park Construction tender. Finance Section: Budget Impact The playground equipment will be included as a cash allowance in the following construction contract in 2017: Contract Amount C Harrison Park $88,042 Note: Financial impact includes any non-refundable portion of HST. The above is subject to Council s approval of the 2017 Capital Budget. Page 2 of 2

5 CORS Schedule B COUNCIL AUTHORITY FOR CONTRACT AWARDS Project Award Background information Recommendation Single Source Award to Watson and Associates Economists Ltd. for the Economic Growth Analysis Component of the Land Base Analysis The Town has initiated the planning process for the Sustainable Halton Lands through the commencement of a Subwatershed Study and a Land Base Analysis (LBA). The LBA was awarded by Council on September 26, 2016 (Staff Report CORS & Proposal Award ). The purpose of the LBA is to identify the key opportunities and constraints to development, as well as inform and provide direction to the planning process. The LBA will be a high-level study, wherein a preliminary land use concept and a framework for future studies will be produced. The economic and growth analysis component of the LBA was identified as an item that should be dealt with separate from the original award. This study component will be carried out by Watson and Associates Economists in collaboration with the lead consultant, Malone Given Parsons, but will also form the basis for a forthcoming Fiscal Impact Study, which is anticipated to commence in Staff is recommending the single source award to Watson and Associates Economists Ltd. for the Economic Growth Analysis Component of the Land Base Analysis in the total amount of $49,700 (excluding HST). Finance Section: Budget Impact Account Number(s) Budget $50,575 Actual (Net of HST Rebate) $50,575 Variance $0 Form of Payment EFT C N Note: Financial impact includes any non-refundable portion of HST.

6 CORS Schedule C COUNCIL AUTHORITY FOR CONTRACT AWARDS Project Award Single/Sole Source Suppliers for 2017 Discussion Page 1 of 2 Attached Schedule C List of 2017 Single Source Request Estimates Staff is requesting a sole source designation for these suppliers and the ability to issue purchase orders for any requirements within the approved budgets. The majority of these contracts have been previously approved by Council on a single source basis and the Schedule C attachment indicates the single source request for The single/sole source suppliers for 2017 are: Joe Johnson Equipment Trackless Repairs Strongco Equipment Loader Repairs Viking-Cives Ltd. Snow Plow Parts Amaco Equipment Gradall Repairs The Equipment Specialist Tymco Sweepers Parts & Service Toromont/Cat Cat Loader Parts & Service Sheehan Equipment Co. Volvo Dump Truck Parts & Service Bridgestone (Kal Tire) Tires (Government Program) Michelin North America Tires (Government Program) Lighting Equipment Sales Whelen Emergency Vehicle Strobe Lights Electromega School Zone Flashers Econolite Canada Inc. Traffic Controllers GTT Ontario Opticom Preemption Equipment Gtechna Parking Enforcement System Tacel Ltd. Accessible Pushbuttons S. Spera & Associates Property Negotiations Consat Telematics Transit Automated Passenger Counters and Automated Vehicle Location Garival Transit Fare Boxes Automated Logic Building Automated System (BAS) Maintenance Carter and Grant Geothermal System Maintenance Electrical Safety Authority (ESA) Continuous Safety Services Program Bell Canada Megalinks, Circuits, Trunks, Long Distance, Internet The Active Network Program Registration, Facility Booking, POS Systems Computer Methods International Corp. (CMIC) Financial System CSDC Systems Inc. Building Permit & Business Licenses Support System esolutions Group Online Services Hosting & Maintenance ESRI Canada GIS System FDM Software Fire Support System

7 Introtel Communications Rogers Communications Oracle Corporation Rolta Canada Ltd. RAC Software Vailtech Gibraltar Solutions Netcyclops Inc. Vitali Consulting Biscom Inc. Gtechna Dican Digital Instruments Teranet Inc. Infotech Research Group Proofpoint Inc. D2L Corporation Citrix Software One Clarizen Caseware Financial TixHub Inc. PerfectMind Heale Consulting Hewlett Packard Canada NICE-Wilmac Darch Fire Cardian Enterprises Inc. Telephone system High Speed Fibre/Internet Database Operating Systems Online Mapping System FMW Budget System Tax System Server Maintenance and Licenses Firewall & PCI Support Services Oracle Professional Services Large File Transfer System Parking Enforcement System AVL & GPS Tracking System GIS Data Research and Advisory Services Annual Support Filtering Security Software e-learning System Maintenance Annual Support Xen App, MDM, Load Balancing Microsoft/Adobe Licensing Project Management Information System Caseware Financial Ticketing Services Program Registration, Facility booking new system Data Centre Maintenance HP Direct Renewals Voice Recording Maintenance Truck Repairs Marketing Consulting Services Staff are further requesting that the following contract be renewed for the year This contract is called by the Ontario Government, for use by all public sector entities: Telus Mobility Mobile Services Recommendation Staff recommends the single source requests for 2017 be awarded as per the list of suppliers in the body of this report and attached as Schedule C 2017 Single Source Request Estimates. Finance Section: Budget Impact The attached Schedule C List of 2017 Single Source Request Estimates indicates the single source requests for The estimated spend for each single source request has been included in the 2017 budget. The award of single source contracts identified attached that relate to 2017 capital projects is contingent on approval of the 2017 Capital Budget. Attachment Schedule C List of 2017 Single Source Request Estimates Page 2 of 2

8 Page 1 of 1 CORS SCHEDULE C ATTACHMENT 2017 SINGLE SOURCE REQUEST ESTIMATES Description Vendor 2016 Actuals as of November 24/16* Estimate for 2017* Operating Capital TOTAL Engineering Services Trackless repairs Joe Johnson Equipment $ 20, $ 27, $ 27, Loader/Sweeper Repairs Strongco Equipment $ 16, $ 32, $ 32, Snow Plow Parts Viking-Cives $ 34, $ 28, $ 28, Gradall Repairs and Equipment Amaco Equipment $ 11, $ 19, $ 314, $ 334, Tymco Sweeper Parts & Service The Equipment Specialist $ 13, $ 25, $ 25, Cat Loader Parts & Service Toromont/Cat $ 32, $ 61, $ 61, Volvo Dump Truck Parts & Service Sheehan's Truck $ 56, $ 61, $ 61, Tires (Government Program) Bridgestone/Kal Tire $ 30, $ 24, $ 24, Tires (Government Program) Michelin North America $ 34, $ 42, $ 42, Whelen Emergency Vehicle Strobe Lights Lightning Equipment Sales $ 6, $ 20, $ 20, Brookville Groundwater Monitoring MMM Group $ 17, $ 37, $ 37, School Zone Flashers Electromega $ - $ 20, $ 20, Traffic Controller Econolite $ 70, $ 55, $ 55, Opticom Preemption Equipment GTT Ontario $ 34, $ 30, $ 30, Processing of Parking Tickets Gtechna $ 15, $ 36, $ 36, Accessible Pushbuttons Tacel $ 11, $ 20, $ 20, Pedestrian PXOs Owl Lite New $ 25, $ 25, Property Negotiations (request just until April 30, 2017) S. Spera & Associates $ 14, $ 50, $ 50, Transit Automated Passenger Counters (APC's) and Automated Vehicle Location (AVL) Licensing Consat Telematics $ 42, $ 26, $ 127, $ 153, Transit Fareboxes Garival $ 27, $ 21, $ 27, $ 48, Community Services BAS Maintenance Automated Logic $ 11, $ 16, $ 16, Geothermal System Maintenance Carter and Grant $ 12, $ 60, $ 60, Continuous Safety Services Program Electrical Safety Authority ESA $ 11, $ 12, $ 12, Specialized boiler maintenance and inspections-mncc Woodham Combustion $ 17, $ 10, $ 10, HVAC maintenance, inspections, repairs - MNCC HTS Toronto $ 1, $ 26, $ 26, BAS, Security, Fire Systems maintenance - MNCC Siemens Canada Ltd. $ 6, $ 32, $ 32, Corporate Services - IT Megalinks, Circuits, Trunks, Long Distance, Internet Bell Canada ** $ 146, $ 370, $ 370, Program Registration, Facility Booking, POS Systems The Active Network (Class) $ 53, $ 63, $ 9, $ 73, Financial System Computer Methods (CMIC) $ 149, $ 130, $ 147, $ 277, Building Permit & Business Licenses Support System CSDC Systems $ 64, $ 50, $ 206, $ 256, Online Services Hosting & Maintenance esolutions Group $ 45, $ 43, $ 257, $ 300, GIS System ESRI Canada 41, $ 46, $ 19, $ 65, Fire Support System FDM Software $ 36, $ 40, $ 85, $ 125, Telephone System Introtel Communications $ 137, $ 42, $ 10, $ 52, High Speed Fibre/Internet / Cellular Rogers Communications ** $ 148, $ 215, $ 26, $ 241, Database Operating Systems Oracle Corporation $ 79, $ 180, $ 180, Online Mapping System Rolta Canada $ 15, $ 16, $ 15, $ 31, Budget System RAC Software $ 24, $ 28, $ 17, $ 45, Tax System Vailtech $ 15, $ 18, $ 25, $ 43, Server Maintenance and Licenses Gibraltar Solutions New $ 123, $ 40, $ 164, Firewall & PCI Support Services MNP (formerly Netcyclops) $ 28, $ 66, $ 30, $ 96, Mobile Services Telus Mobility $ 41, $ 30, $ 30, Oracle Professional Services Vitali Consulting $ 11, $ 15, $ 15, Large File Transfer System Biscom Inc. $ 13, $ 13, $ 13, Parking Enforcement System Gtechna $ 18, $ 22, $ 70, $ 92, AVL and GPS System Dican Digital Instruments $ 48, $ 37, $ 40, $ 77, GIS Data and Geowarehouse Teranet Inc. $ 6, $ 18, $ 18, Research and Advisory Services Infotech Resource Group $ 31, $ 15, $ 25, $ 40, Annual Support- Filtering Security Software Proofpoint Inc. $ 12, $ 28, $ 28, elearning System Maintenance D2L Corporation $ 19, $ 15, $ 34, $ 49, Annual support-xenapp, MDM, Load Balancing Citrix $ 14, $ 31, $ 12, $ 43, Microsoft / Adobe Licensing Software One $ 247, $ 172, $ 282, $ 454, Project Management Information System Clarizen New $ 16, $ 15, $ 31, Caseware Financial CaseWare Financial $ 4, $ 10, $ 10, Tixhub (MCA and Velodrome) Tixhub Inc. $ 26, $ 34, $ 34, PerfectMind PerfectMind New $ 85, $ 136, $ 221, PM for Data Center Maintenance & Gen Heale Consulting $ 34, $ 53, $ 53, HP Direct Renewals Hewlett Packard Canada New $ 40, $ 40, Fire Voice Recording - Maintenance NICE - Wilmac $ 10, $ 12, $ 12, Truck Repairs Darch Fire $ 1, $ 12, $ 12, Executive Services Marketing Consulting Services Cardian Enterprises Inc. $ 20, $ 50, $ 50, *Note: The 2016 Actuals and the 2017 Estimates include the non-rebatable poriton of HST. **Note: $153,660 (incl. unrecoverable HST) has been included in the list above under both Bell and Rogers for fibre connectivity however it will only be spent with one of the vendors.