Report to: General Committee                                                        Report Date: May 24, 2007

 

 

SUBJECT:                          Award of Tender 029-T-07 Routine & Emergency Sewer and Watermain Repairs

PREPARED BY:               Rob Flindall, Ext. 2445

                                            Amit Sobti, Ext. 2239

 

 

RECOMMENDATION:

THAT the report entitled “Award of Tender  029-T-07 Routine & Emergency Sewer and Watermain Repairs” be received;

 

AND THAT tender 029-T-07 for Routine & Emergency Sewer and Watermain Repairs be awarded to the lowest priced bidder, Finch Paving (1993) Inc. for an estimated contract value totalling $2,866,899.60 exclusive of GST, for a period of four (4) years;

 

AND THAT funds for this contract for the 2007 period (July to December) be drawn from the 2007 Operating Budget Accounts as listed in Appendix A in the amount of $359,830, exclusive of GST;

 

AND THAT the following 2008 - 2010 estimated costs be provided for within the respective years budget submission for the Waterworks Department;

 

  • 2008              $790,972.12
  • 2009              $834,800.16
  • 2010              $881,297.32

 

AND THAT the remaining balance be applied to other waterworks projects;

 

AND THAT Staff be authorized and directed to do all things necessary to give effect to this resolution.

 

EXECUTIVE SUMMARY:

Not Required

1. Purpose                     2. Background                      3. Discussion                        4. Financial        

 

5. Others (Environmental, Accessibility, Engage 21st, Affected Units)             6. Attachment(s)

 

PURPOSE:

The purpose of this report is to award the contract for Routine & Emergency Sewer and Watermain Repairs.

 

BACKGROUND:

The Routine and Emergency Sewer and Watermain Repairs contract is an essential service for the immediate repair of watermain breaks to restore the system back in service for fire and domestic needs.  It also includes emergency sewer repairs to mitigate sewer backups into homes, properties and the environment.

 

The contract requires the contractor to be on call to the Town of Markham 24 hours a day with no compensation in terms of stand-by rate with a response time of one hour for emergency services.

 

OPTIONS/ DISCUSSION:

Not Required

 

FINANCIAL CONSIDERATIONS AND TEMPLATE: (external link)

The following table is a summary of the financial considerations for this report:

 

 

 

 

 

Original Budget and Account #

 

$1,241,790

 

various (Appendix A)

Current Budget Available (unspent)

 

$925,123

 

 

Less 2007 Cost

 

($359,830)

 

Awarded to Finch Paving (1993) Inc.

Less Contingency

 

 

 

 

Budget Remaining

 

$565,293

 

 

Close upon final payment:

 

NO

 

 

 

BID INFORMATION

All bids were issued in accordance with the Purchasing By-law 2004-341. The award was made to the lowest priced bidder. Staff has reviewed the bid documents and are satisfied that all terms, conditions, bid prices and specifications comply with the Town’s requirements.

 

Advertised, place and date

ETN & By invitation

Bids closed on

May 11,2007

Number picking up bid documents

6

Number responding to bid

4

 

DETAILED PRICING INFORMATION (Annual Costs*, Exclusive of GST) :

Bidder

Year 1**

Year 2

Year 3

Year 4

4 Year Contract value

Finch Paving (1993) Inc.

$   749,660.00

$   790,972.12

$   834,800.16

$   881,297.32

$3,256,729.60

OJCR Construction Ltd.

$   744,250.00

$   900,718.00

$1,009,707.24

$1,133,192.06

$3,787,867.30

F. D.M Contracting Co. Ltd.

$1,148,000.00

$1,212,219.05

$1,314,917.46

$1,464,785.38

$5,139,921.89

C.G Construction and Services

$1,670,150.00

$1,876,752.20

$2,110,832.49

$2,478,740.71

$8,136,475.41

*As compared to the 2004 -2007 contract, the hourly rates for a 4 man crew and equipment are approximately 31.5% higher.

** Year 1 incorporates a complete 12 month period usage. Waterworks estimates an approximate spend of $359,830 for  the period of July-December, 2007.

 

Staff has used Finch Paving (1993) Inc. services in the past and has been satisfied with their performance and is confident that they will continue to provide service that meets and/or exceeds the Town’s acceptable quality standards.

ENVIRONMENTAL CONSIDERATIONS:

None

 

ACCESSIBILITY CONSIDERATIONS:

None

 

ENGAGE 21ST CONSIDERATIONS:

None

BUSINESS UNITS CONSULTED AND AFFECTED:

The Finance Department has reviewed this report and their comments have been incorporated.

 

RECOMMENDED BY:   ________________________    ________________________

                                            Peter Loukes                                Jim Sales

                                            Director, Operations                     Commissioner, Community
                                                                                                & Fire Services

 

ATTACHMENTS:

Appendix A