STAFF AWARD
REPORT
Page 1 of 1
To: |
John Livey, Chief Administrative Officer |
Re: |
171-T-07 Centennial Community
Centre Elevator Modernization and Maintenance |
Date: |
|
Prepared
by: |
Dennis Riggs, Facility
Coordinator ,Centennial Community Centre Tony Casale, Senior Buyer, |
Recommended Supplier |
Schindler
Elevator Corporation (Lowest Priced
Supplier) |
|
Original Budget and Account # |
$ 183,000.00 |
070 6150 7547 005 Centennial-Elevator Pist. |
Current Budget
Available |
$ 178,415.00 |
|
Less cost of award |
$ 130,400.00 $ 19,560.00
* $ 149,960.00 |
Exclusive of GST Contingency @ 15% Total Award inclusive of PST, exclusive of GST |
Budget Remaining after this award |
$ 28,455.00 ** |
|
* Due to the complexity to
some existing site amenities (cylinder oil leakage, water levels) a contingency
of 15% has been added.
* Upon completion of work
and payment of all invoices, the remaining balance shall be returned back to
its original funding source.
PURPOSE
To obtain approval to award the contract
for the Centennial Community Centre elevator modernization and maintenance.
The existing elevator is 29 years old and
requires replacement of the piston, pump, refacing of the elevator car and
modernization of mechanical and control systems. Given the complexity of this project a two
stage process was adopted to select an elevator contractor suitably qualified
to undertake the scope of work. The
initial stage of this process involved the issuing of a Request for Prequalification,
(RFQ 102-P-07) which closed on
·
Schindler
Elevator Corporation
·
Otis
Canada Inc.
·
ThyssenKrupp
Elevator
BID INFORMATION
Advertised |
By-Invitation |
Bids closed on |
|
Number picking up bid documents |
3 |
Number responding to bid |
3 |
PRICE SUMMARY
Supplier |
Price,
Inclusive of PST and Exclusive of GST |
Schindler
Elevator Corporation |
$ 130,400.00 |
Otis Canada Inc. |
$ 135,480.00 |
ThyssenKrupp Elevator |
$ 139,175.00 |
STAFF AWARD REPORT
Page 1 of 1
To: |
Peter
Loukes, Commission Lead, Operations & Asset Management |
Re: |
170-Q-07 Unionville Library Roof
Refurbishment |
Date: |
|
Prepared
by: |
Gil Verbeek, Maintenance Coordinator,
Asset management Tony Casale, Senior Buyer, |
Recommended Supplier |
Triumph
Aluminum and Sheet Metal Inc. (Lowest Priced Supplier) |
|
Original Budget and Account # |
$ 45,000.00 |
056 6150 7494
005 Roof Replacement Project |
Current Budget
Available |
$ 45,000.00 |
|
Less cost of award |
$ 56,392.00 |
Excl. of GST |
Budget Remaining after this award |
( $ 11,392.00) |
* |
*The
shortfall of $11,392.00 to be funded by account # 056 6150 7493 005 (Roofing
Maintenance & Structure) that has a
current budget of $85,616.00 available.
PURPOSE
To obtain approval to award the contract
for the Unionville Library Roof Refurbishment.
The Unionville
Library metal roof was scheduled for refurbishment according to the Asset
Management Life Cycle system. Due to the
considerable amount of brick repairs required at the roof flashing details and other
related roof problems, the scope of repairs was altered to work in conjunction
with the brick repairs.
BID INFORMATION
Advertised |
By Invitation |
Bids closed on |
|
Number picking up bid documents |
5 |
Number responding to bid |
3 * |
* Two bidders were unable to quote due to present work loads.
PRICE SUMMARY
Supplier |
Price
( Exclusive of GST) |
Triumph
Aluminum and Sheet Metal Inc. |
$ 56,392.00 |
|
$ 58,250.00 |
Brook Restoration Ltd. |
$ 82,900.00 |
STAFF AWARD REPORT
Page 1 of 1
To: |
Allan
Seabrooke, Commission Lead |
Re: |
161-Q-07 Exhibit Transportation Services
for the |
Date: |
|
Prepared
by: |
John Ryerson, Acting Director, Culture Tony Casale, Senior Buyer, |
Recommended Supplier |
PacArt (Sole Bidder) |
|
|
$ 25,900.00 $ 25,900.00 $ 25,900.00 $ 77,700.00 |
Revenues
will be received from the following three galleries; Art
Gallery of Alberta * Total revenue |
Less cost of award |
$ 56,555.00 |
Inclusive of PST , exclusive of GST |
Balance Revenue |
$ 21,145.00 |
|
* The
PURPOSE
To obtain approval to award the exhibit
transportation services for the Varley Portraits road show.
In celebration of the 10th
Anniversary in 2007, the
BID INFORMATION
Advertised |
By User Department Invitation |
PacArt |
$ 56,555.00 |
Art Zone |
No Bid ** |
Canadian Conservation Institute |
No Bid *** |
**
*** Supplier has advised that exhibit
transportation services will be discontinued due to operational requirements.
The transportation of fine art is a highly
specialized field which utilizes specialized drivers and climate controlled
vehicles. As a result, few companies are
able to handle large fine art shows that travel across
STAFF AWARD REPORT
Page 1 of 1
To: |
John
Livey, Chief Administrative Officer |
Re: |
158-T-07 |
Date: |
|
Prepared
by: |
Bob Walter, District Manager (East),
Operations Amit Sobti, Senior Buyer, |
Recommended Supplier |
|
|
Original Budget and Account # |
$ 120,000.00 |
059 6150 7482
005 Bleacher Replacement – Bishop |
Current Budget
Available |
$ 120,000.00 |
|
Less cost of award |
$ 103,880.00 $
5,194.00 $ 109,074.00 |
Inclusive of PST, exclusive of GST Contingency (5%) Total Cost of Award * |
Budget Remaining after this award |
$
10,926.00 |
** |
* The $109,074 purchase price (Including
contingency) for Bishop Cross Park Bleachers replacement is within the $120,000
budget allocated for this project.
**Upon payment of the final invoices, the remaining
balance will be returned back to its original funding source.
PURPOSE
To obtain approval to award the contract
for bleacher replacements at the Bishop Cross Park Diamond # 2.
The existing
bleacher has deteriorated due to age and has exceeded its lifecycle. Isolated repairs are no longer effective and trip
hazards make the existing structure a health and safety concern.
BID INFORMATION
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
4 |
Number responding to bid |
2 |
PRICE SUMMARY
Supplier |
Price,
Exclusive of GST |
Griffith
Property Services Ltd. |
$ 103,880.00 |
|
$ 105,000.00 |
STAFF
AWARD REPORT
Page 1 of 1
To: |
Peter Loukes,
Commission Lead, Operations and Asset Management |
Re: |
150-T-07 Markham Parks Playground Safety
Surface Retrofit |
Date: |
|
Prepared
by: |
Mark Ingwersen, District Manager
(West),Operations Amit Sobti, Senior Buyer, |
Recommended Supplier |
Griffith
Property Services Ltd.(Sole Bidder) |
|
Original Budget and Account # |
$ 204,000.00 |
059 6150 7451 005 Play Structure and Safety
Resurfacing |
Current Budget
Available |
$ 116,092.07 |
059 6150 7451 005 Play Structure and Safety
Resurfacing |
Less cost of award |
$ 46,498.25 $ 10,400.18 $ 29,600.00 $ 86,498.43 |
Angus Glen Park, Exclusive of GST Amber Glen Park, Exclusive of GST Total Cost of Award |
Budget Remaining after this award |
$ 29,593.64
|
* |
*The
remaining balance of $29,593.64 will be used for continued safety surfacing
park projects in 2008 as budgeted for in account 059-6150-7451-005.
PURPOSE
To obtain approval to award the contract
for
This contract is for the ongoing removal and disposal
of concrete sand and metering stone safety surfaces and replacing with granite
sand around existing playgrounds within the Town of
Approximately 55 of the 91 structures that have had
concrete sand or metering stone have now being replaced with granite sand which
far exceeds the playground safety
standards for ‘fall and impact’ on the surface by users.
It should be noted that out of 3 suppliers that picked
up the bid document, only 1 supplier submitted a bid. The other two (2) suppliers did not bid due
to present workload commitments and inability to meet the competitive nature of
work involved in this project.
($93,498.43-$7,000=$86,498.43)
BID INFORMATION
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
3 |
Number responding to bid |
1 |
STAFF
AWARD REPORT
Page 1 of 1
To: |
Peter
Loukes, Commission Lead, Operations and Asset Management |
Re: |
149-Q-07 Civic Centre CCTV Security
System Replacement / Upgrade |
Date: |
|
Prepared
by: |
Brian Millar, Civic Centre Coordinator,
Asset Management Amit Sobti, Senior Buyer, |
Recommended Supplier |
Diebold
Company of Canada Ltd. (Lowest Priced Supplier) |
|
Original Budget and Account # |
$ 107,800.00 |
056 6150 7393 005 Civic Centre Security |
Current Budget
Available |
$ 98,700.00 |
|
Less cost of award |
$ 67,932.67 $ 6,793.27 $ 74,725.94 |
Inclusive of PST, Exclusive of GST Contingency (10%) Total Cost of Award |
Budget Remaining after this award |
$ 23,974.06* |
|
*The remaining balance will be applied for various
other civic centre security related projects as budgeted for in account 056-6150-7393-005.
PURPOSE
To obtain approval to award the contract
for the Civic Centre CCTV security system replacement
and upgrade.
The existing Civic
Centre closed circuit security television (CCTV) system has been in place since
1990 and has reached its useful lifecycle age and requires replacement.
Additional security cameras are also needed to increase the monitoring of the
parking lot. This project will increase security monitoring levels in the Civic
Centre.
BID INFORMATION
Advertised |
By Invitation |
Bids closed on |
|
Number picking up bid documents |
4 |
Number responding to bid |
4 |
PRICE SUMMARY
Supplier |
Price,
Inclusive of PST and Exclusive of GST |
Diebold Company
of Canada Ltd. |
$ 67,932.67 |
Ace Fire and Security |
$ 79,687.00 |
Intercon Security |
$ 81,922.46 |
Veridin Systems |
$ 88,510.00 |
Staff have worked with Diebold Canada in
the past are confident that they will provide service that meets and or exceeds
the Town`s requirements.
STAFF
AWARD REPORT
Page 1 of 1
To: |
Peter
Loukes, Commission Lead, Operations & Asset Management |
Re: |
145-Q-07 Rental of Radial Stockpiling
Conveyor |
Date: |
|
Prepared
by: |
Ken Jarvis, Operations Supervisor Malcolm Hann, Senior Construction Buyer |
Recommended Supplier |
McCloskey
International (Lowest Priced Supplier) |
|
Original Budget and Account # |
$ 272,952.00 |
700-504-5407 Const. Equip & Services |
Current Budget
Available |
$ 85,866.71 |
2007 Operating budget |
Less cost of award |
$ 5,000.00 $ 20,800.00 * $ 24,000.00 * $ 19,800.00
* $ 69,600.00 |
Dec (2007) - 1 month Jan, Feb, Mar, Dec
(2008) - 4 months Jan, Feb, Mar, Dec
(2009) - 4 months Jan, Feb, Mar, (2010) - 3 months 3 year Total, exclusive of GST |
Budget Remaining after this award |
$ 80,866.71 |
|
*
Subject to Council approval of the 2008/09/10 operating budgets.
PURPOSE
To obtain approval to award the contract
for monthly rental of a Radial Stockpiling Conveyor during the winter months
for a 3 year term, commencing
The Town currently
uses a front end loader to stockpile sand and salt for the winter seasons. The
use of the radial stockpiling conveyor will allow for increased product
storage, improve stocking productivity, and reduce potential health (Dust) and
safety hazards.
BID INFORMATION
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
4 |
Number responding to bid |
2 * |
* Two (2) of the four (4) suppliers involved in the bid were unable to
quote. One has equipment that doesn’t meet our specification (size) the other
bidder doesn’t have equipment available to meet the Town’s schedule.
PRICE SUMMARY
Supplier |
Price,
Exclusive of PST & GST* |
McCloskey
International |
$ 69,6000.00 |
Powerscreen Rental Systems |
$ 94,000.00 |
* Prices based on a 3 year (12 month) term.
STAFF AWARD REPORT
Page 1 of 1
To: |
Allan
Seabrooke, Commission Lead |
Re: |
090-Q-07 Supply and Delivery of Various Fitness Equipment |
Date: |
|
Prepared
by: |
Warren Watson, Fitness Coordinator Tony Casale, Senior Buyer, |
Recommended Suppliers |
Advantage
Fitness Sales Inc. (Lowest priced bidder – Items 1 – 6) V02
Fitness Inc. (Lowest priced bidder less trade in – Items 7-11) |
|
Original Budget and Account # |
$ 78,200.00 |
070 6150 7527
005 Fitness Equipment |
Current Budget
Available |
$ 78,200.00 |
|
Less cost of award |
$ 42,777.87 $ 32,751.00 $ 75,528.87 |
Advantage Fitness Sales Inc. (Excl. of GST) VO2 Fitness Inc. (Excl. of GST) Total Award |
Budget Remaining after this award |
$ 2,671.13 |
* |
*Upon payment of all invoices associated with
this project, the remaining balance of $2,671.13 will be returned to the
original funding source.
PURPOSE:
To obtain approval to award the contract
for the supply and delivery of various fitness equipment.
This quotation is
for the supply and delivery of various fitness equipment for the Centennial and
Thornhill Community Centres. This is a
two part award of which Part A is for the supply and delivery of various
fitness equipment and part B is for the trade in of 18 pieces of equipment.
The proceeds from the sale of the
trade-in equipment in the amount of $8,856.00 will be deposited into account #
890 890 9305 (Proceeds Sale of Other F/A).
BID INFORMATION:
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
5 |
Number responding to bid |
3* |
* One company advised that VO2 Fitness Inc. was bidding
on their behalf.
PRICE SUMMARY:
Supplier |
Items 1-6 ( Excl. of GST) |
Items 7-11 ( Excl. of GST) less Trade in |
VO2 Fitness Inc. |
No Bid |
$23,895.00 * |
Advantage Fitness Sales Inc |
$42,777.87 |
No Bid |
Cybex International |
No Bid |
$28,960.56 ** |
* The VO2 Fitness Inc. submission is
$32,751.00 less the trade in equipment $8,856.00 for a total price of
$23,895.00
The submission from VO2 Fitness provides the best
value to the Town.
**The submission from Cybex International is in US Funds.
STAFF AWARD
REPORT Page 1 of 2
To: |
Peter
Loukes, Commission Lead, Operations and Asset Management |
Re: |
130-Q-07 Consulting Services for the Development and
Documentation of an Operational Plan in Compliance with the Drinking Water
Quality Management Standard (DWQMS) |
Date: |
|
Prepared
by: |
Rob Flindall, Manager, Operations and
Maintenance, Waterworks Amit Sobti, Senior Buyer, |
Recommended Supplier |
Genivar
Ontario Inc. (Highest Ranked and Lowest Priced Supplier) |
|
Original Budget and Account # |
$ 1,012,000.00 |
053-6150-7666-005 Water System Upgrades |
Current Budget
Available |
$ 862,000.00 |
053-6150-7666-005 Water System Upgrades |
Less cost of award |
$ 12,000.00 $ 40,000.00 $ 52,000.00 |
Part A (2007) – Operational Plan Development &
Documentation Part B (2008) – Industry Best Practices
Recommendations Total Cost of Award, Exclusive of GST |
Budget Remaining after this award |
$ 810,000.00 |
* |
*The
remaining balance of $810,000.00 will be used for various water system
appurtenances projects such as curb box repairs, sampling stations automatic
repairs and upgrades of distributions systems as budgeted for in account
053-6150-7666-005.
To obtain approval to award the contract to
hire the consultant for development and documentation of an Operational Plan in
compliance with the Drinking Water Quality Management Standard (DWQMS), as well
as recommend Industry Best Practices.
The
The Town requires assistance from a
consultant in order for staff to document the Operational Plan within the
submission and application timelines mandated by the MOE (Ministry of
Environment).
The work expected to be completed under
this award as well as the award for the preceding phase of development of SOPs
(Standard Operating Procedures) will be spread out over 2007 and 2008.
Future Phases of awards for the DWQMS
including Risk Management and Emergency Preparedness have been assigned to
Capital Budget Requests in 2008 under project 8277.
BID INFORMATION
Advertised |
By Invitation |
Bids closed on |
|
Number picking up bid documents |
5 |
Number of companies responding to bid |
4 |
PROPOSAL EVALUATION
The
Evaluation Team (Team) for this Quotation was comprised of staff from the Waterworks
Departments with
The
proposals were evaluated based on pre-established evaluation criteria as listed
in the RFP: 20% past experience of
consulting firm; 20% qualifications of the lead consultant and project team;
30% project delivery and 30% price totaling 100%. The overall scores are listed in the
following table:
130-Q-07 Page
2 of 2
Consulting
Services for the Development and Documentation of an Operational Plan in
Compliance with the Drinking Water Quality Management Standard (DWQMS)
_____________________________________________________________________________________________________
Consultants |
Total Score |
Rank |
Genivar Ontario Inc. |
83.5 * |
1 |
B.R.I
International (BRI) Inc. |
80.55* |
2 |
Delcan
Corporation Ltd. |
58.81 |
3 |
|
57.35 |
4 |
*After
tabulating the scores, the Town short listed two (2) proponents for an
interview by the Evaluation Team to further evaluate their project
understanding and ascertain their time commitment to this project.
The
interview confirmed the team’s conclusion that Genivar Inc. provided a good
understanding of the project and put significant resources towards this project
and was therefore recommended the award.
All team members concurred with awarding the contract to Genivar Inc.,
the highest ranked and lowest priced proponent.
The
lowest priced supplier, Genivar, was 35% lower in price than the second lowest
priced proponent.
STAFF
AWARD REPORT
Page 1 of 2
To: |
John
Livey, Chief Administrative Officer |
Re: |
027-T-07 Hired Tandem & Tri-axle Trucks on an As Required
Basis |
Date: |
|
Prepared
by: |
Bob Walter, District Manager (East),
Operations Amit Sobti, Senior Buyer, |
Recommended Supplier(s)* |
Larkin
Construction Ltd. Griffith
Property Services Ltd. Municipal
Maintenance Inc. Tri-Nacc
Construction Ltd. Dunlop
Construction Ltd. |
|
Original Budget and Account # |
$ 1,084,858.00 |
Various (See Financial Attachment) |
Current Budget
Available |
$ 1,062,645.64 |
|
Less cost of award |
$ 100,000.00 $ 100,000.00 $ 100,000.00 $ 300,000.00 |
2008 period, Exclusive of GST, pending budget
approval 2009 period, Exclusive of GST, pending budget
approval 2010 period, Exclusive of GST, pending budget approval Total Cost of
Award |
Budget Remaining after this award** |
$ 962,645.64 |
|
*The award is being recommended to all acceptable bidders to maximize
the availability of trucks when required.
**The remaining balance will be used for various
other Operations Contracts.
PURPOSE
To obtain approval to award the contract
for hired
tandem & tri-axle trucks on an as required basis for a period of (3) Three
years (
Hired tandem & tri-axle trucks are required to haul materials from
The hourly rate,
as set by the Town, includes the cost of the equipment, operator, fuel, repair,
loading time and travel time. Hourly rates were established
by comparison to industry benchmarks. Bidders were requested to bid on the
number of the specified trucks available for hiring during the term of the
contract as per the following schedule of items:
Item |
Description |
Hourly Rate |
1 |
Minimum 15 cu. Yd. Capacity Tandem Truck With
Operator |
$ 65.00 |
2 |
Minimum 22 cu. Yd. Capacity Tri-Axle Truck With
Operator |
$ 75.00 |
The
evaluation criteria for this bid was based on the capability of the trucks in
meeting specifications and also based on their past performance. Staff is confident that these companies will
provide service that meets or exceeds Town’s requirements.
BID INFORMATION
Advertised |
Electronic
Tender Network |
Bids closed on |
|
Number picking up bid documents |
6 |
Number responding to bid |
6 |
Project
# 027-T-07 Hired Tandem & Tri-axle Trucks
on an As Required Basis Page
2 of 2
_____________________________________________________________________________________________________
BIDDING SUMMARY
The following table outlines
the number of units (10 tandem trucks and 16 tri-axle trucks) available for hire
from each of the companies that bid:
Contractor
|
#
of Tandem Trucks |
#
of Tri-Axle Trucks |
Larkin Construction Ltd. |
4 |
No
Bid |
Griffith Property Services Ltd. |
3 |
7 |
Municipal Maintenance Inc. |
No
Bid |
4 |
Tri-Nacc Construction Ltd. |
1 |
1 |
Dunlop Construction Ltd. |
1 |
1 |
|
1 |
3 |
Total |
10 |
16 |
Note: Compared to the previous contract in 2003, the
hourly rates for this contract were set at 18% higher for Tandem Trucks and 15%
higher for Tri-Axle Trucks in accordance with industry standards and due to the
increase in fuel costs.
2007
FINANCIAL ATTACHMENT
Account # and Description |
Original Budget |
Current Budget Available |
Less Cost of this Award, Exclusive of GST |
Budget Remaining after this award |
059 5350 7836
005 Tree Planting Strategy |
$ 250,000.00 |
$ 227,787.64 |
$ 5,000.00 |
$ 212,787.64 |
2008
FINANCIAL ATTACHMENT
Account # and Description |
Original Budget * |
Less Cost of this Award, Exclusive of GST |
Budget Remaining after this
award |
700 500 5407 Construction
Equip. & Services |
$ 25,000.00 |
$ 5,000.00 |
$ 20,000.00 |
700 502 5760
Tipping Fees |
$ 95,000.00 |
$ 20,000.00 |
$ 75,000.00 |
700 507 5407
Construction Equip. & Services |
$ 57,000.00 |
$ 15,000.00 |
$ 42,000.00 |
700 507 5760
Tipping Fees |
$ 128,855.00 |
$ 40,000.00 |
$ 88,855.00 |
730 734 5399 Other
Contracted Service |
$ 79,326.00 |
$ 3,000.00 |
$ 76,326.00 |
730 735 4431 Streetscapes |
$ 170,317.00 |
$ 3,000.00 |
$ 167,317.00 |
730 735 4400 Horticultural Materials |
$ 81,096.00 |
$ 3,000.00 |
$ 78,096.00 |
730 743 5399
Other Contracted Service |
$ 98,117.00 |
$ 3,000.00 |
$ 95,117.00 |
730 732 5399
Other Contracted Service |
$ 100,147.00 |
$ 3,000.00 |
$ 97,147.00 |
* Subject to Council approval of the 2008
operating budget.
Note:
Roads and Parks are the major users of this contract in the estimated
annual amounts of $80,000 and $20,000 respectively.
2007/2008
FINANCIAL ATTACHMENT
Account # and Description |
Original Budget |
Current Budget Available |
Less Cost of this Award, Exclusive of GST |
Budget Remaining after this award |
Various (Noted
above) |
$ 1,084,858.00 |
$ 1,062,645.64 |
$ 100,000.00 |
$ 962,645.64 |
STAFF AWARD REPORT
Page 1 of 1
To: |
John
Livey, Chief Administrative Officer |
Re: |
176-S-07 White’s Hill Park Expansion |
Date: |
October
29th. 2007 |
Prepared
by: |
Linda Irvine, Parks and Open Space
Development, Manager Malcolm Hann, Senior Construction Buyer |
Recommended
Supplier |
Wykland
Estates Inc. (Preferred Supplier) |
|
Original
Budget and Account # |
$
95,200.00 |
81-5350-7760-005
White’s Hill Park Expansion |
Current Budget
Available |
$
95,200.00 |
|
Less cost of
award |
$
68,094.34 |
Excluding GST |
Budget Remaining after this award |
$ 27,105.66 * |
|
* The remaining balance will be applied to costs
associated with construction of additional children’s playground at White’s
STAFF RECOMMENDS:
THAT the tendering process be waived in accordance
with
PURPOSE
To obtain approval to award the contract
for the design and construction of additional park lands adjoining White’s
The Town constructed White’s
Wykland Estates Inc. has an established
track record constructing two other parks in Mattamy’s Area 2 and Area 3, Phase
1 of their Cornell subdivision with excellent results. Since, they had an
on-going construction project bordering on Block 344, staff recognized the
synergies and cost benefits for only having one construction contractor to
complete this project.
STAFF AWARD REPORT
Page 1 of 1
To: |
John Livey,
Chief Administrator Officer |
Re:
|
174-S-07 Consulting Engineering Services for |
Date: |
|
Prepared by: |
Prathapan Kumar, Project Engineer, Capital
Right-of-Way, Asset Management Bob Penner, Acting Manager, Capital Right-of-Way,
Asset Management |
Recommended Supplier |
Totten Sims
Hubicki Associates (TSH) (Preferred Supplier) |
|
Original Budget and Account # |
$ 760,000.00 $ 220,000.00 $ 980,000.00 |
058-6150- 7035-005 2006 Bridge
and Culvert Improvement Program 058-6150- 7485-005 2007 Bridges
Detailed Design for 08 Constr Total |
Current Budget Available |
$ 52,101.00 $ 219,844.00 $ 271,945.00 |
058-6150- 7035-005 2006 Bridge
and Culvert Improvement Program 058-6150- 7485-005 2007 Bridges
Detailed Design for 08 Constr Total |
Less cost of award |
$ 88,000.00 $ 8,800.00 $ 96,800.00 |
Exclusive of GST Contingency (10%) Total Award, exclusive of GST |
Budget
Remaining after this award |
$ 0.00 $ 175,145.00 $ 175,145.00 |
058-6150- 7035-005 2006 Bridge
and Culvert Improvement Program 058-6150- 7485-005 2007 Bridges
Detailed Design for 08 Constr Total** |
** The
remaining balance will be used for the 2007 design of the following bridges:
Staff
further recommends:
THAT the tendering process be waived in
accordance with
PURPOSE
To
obtain approval to award the consulting services related to the Detail Design
and Contract Administration for the replacement of the
The bridge is located on
In September 2006, contract 119-Q-06 was awarded to Totten
Sims Hubicki Associates (TSH) to carry out an Environmental Assessment for the
replacement of this bridge structure as required under “Schedule B” of the
Municipal Class Environmental Assessment (Class EA). At the time of bid
opening, TSH was 75% lower in price than the next competitive bid. A Public
Consultation Meeting (PIC) was held on
Staff have negotiated a 7% net price discount ($6,500)
with TSH to complete the detail design and contract administration. Based on
the estimated $625,000 construction cost for the bridge, this represents a cost
% of 14.1. Engineering fees for similar bridges completed in the last few years
range from 15.1% to 19.7%. For example:
·
The
design work for the bridge on
·
The design of the bridge on
Staff recommends that based on the
competitive price received and the advantage of creating detailed designs
immediately without delay, TSH be awarded this project.
Table “B” – Contract Extensions as Authorized per Original Award
PROJECT # |
DESCRIPTION |
SUPPLIER |
ORIGINAL AWARD TERM |
EXTENDED TERM |
EXTENDED AMOUNT |
% PRICE INCREASE |
185-T-06 |
Supply and delivery of regular unleaded Gasoline |
Suncor Energy Products Ltd. |
Nov 1/06 to Oct 31/07 |
Nov 1/07 to Oct 31/08 |
$ 339,425.00 |
0% |
185-T-06 |
Supply and delivery of Low sulphur No. 1 Diesel, B20
Blended |
Fiba Canning Inc. |
Nov 1/06 to Oct 31/07 |
Nov 1/07 to Oct 31/08 |
$316,422.00 |
0% |