STAFF AWARD REPORT                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

211-T-07 Village Parkway Storm Outfall Rehabilitation, 300 Steelcase Road Slope Stabilization and Supply & Installation of Retaining Walls at Two (2) Locations

Date: 

February 20, 2008

Prepared by:

Dereje Tafesse, Technical Coordinator, Operations

Amit Sobti, Senior Buyer, Purchasing

 

RECOMMENDATION

Recommended Supplier (s)

R & M Construction Ltd. (Lowest Priced Supplier – Site 1)

Cambridge Landscaping Ltd. (Lowest Priced Supplier – Site 2)

Rutherford Contracting Ltd. (Lowest Priced Supplier – Site 3 & 4)

Original Budget and Account #

$  1,843,500.00

 Various accounts (see financial attachment)

Current Budget Available 

$     245,107.16

 

Less cost of award

$     144,052.90

Exclusive of GST

Budget Remaining after this award

$     101,054.26

*

* The remaining balance in account 050-6150-7471-005 in the amount of $7,876.02 and account 050-6150-7208-005 in the amount of $548.24 will be returned back to the original funding source. The remaining balance allocated for this project in account 050-6150-7194-005 in the amount of $92,630.00 will be used for the 59 Elgin Street gabion lined channel slope stabilization project as budgeted for in account 050-6150-7194-005 (see financial attachment).

 

PURPOSE

To obtain approval to award the contract(s) for Village Parkway Storm Outfall Rehabilitation, 300 Steelcase Road Slope Stabilization and Supply & Installation of Retaining Walls at Two (2) Locations.

 

BACKGROUND

The Operations division is proposing channel restoration and slope stabilization work at 300 Steelcase Road, at Village Parkway storm outfall, between 125 &127 Galbraith Drive and between 58 & 60 Harness Circle.

 

The Village Parkway storm outfall was constructed in 1971 and included a gabion lined channel which conveys flows to Berczy Creek. Failures of the gabion wall and undercutting (slope failure due to erosion caused by the stream) have place pedestrian walkway located adjacent to the gabion wall at risk. The proposal includes removal of the failing gabion walls, channel restoration and the construction of armour stone wall at the pedestrian walkway.

 

The storm outfall at 300 Steelcase Road was likely constructed in the 1970’s and a portion of the bank is failing. The Town of Markham has undertaken a study and subsequent design for the restoration of the area where the slope failure occurred. The work includes providing a plunge pool, and bank stabilization and restoration utilizing bio-engineering treatments.

 

The retaining walls at the above walkways were likely constructed in 1983. Currently, the retaining walls are failing and the banks from both sides of the walkways have started to erode. The work includes removing existing retaining walls and installing new armour stone retaining walls.   

 

BID INFORMATION

Advertised

Electronic Tendering Network

Bids closed on

February 06, 2008

Number picking up bid documents

27

Number responding to bid

7

 

 


 

Page 2 of 2

 

Project #211-T-07 Village Parkway Storm Outfall Rehabilitation, 300 Steelcase Road Slope Stabilization and Supply & Installation of Retaining Walls at Two (2) Locations                                                                                                               

_____________________________________________________________________________________________________

 

PRICE SUMMARY

Supplier

Site 1 – Village Parkway Storm Outfall Rehabilitation

Site 2 – 300 SteelCase Rd. Slope Stabilization

Site 3 & 4 – Retaining Walls

Total Award Amount*

R & M Construction

$   64,440.00

$   46,310.00

$   64,330.00

$   64,440.00

Cambridge Landscaping

$   86,931.20

$   42,930.00

$   52,314.00

$   42,930.00

Rutherford Contracting

$   78,999.15

$   48,043.04

$   36,682.90

$   36,682.90

Mopal Construction

 $ 118,500.00

$   79,200.00

$   51,900.00

-

Montgomery MacEwan Contracting Ltd.

$ 228,347.89

$   59,486.00

$   46,164.80

-

Dig-Con International Ltd.

$ 190,907.50

$ 160,415.00

$   77,385.00

-

Griffith Property Services

$ 288,916.75

$   93,318.00

$   76,436.00

-

TOTAL

$ 144,052.90

* The Town released this bid with the right to award this contract in part or in whole and to more than one bidder. Splitting this contract between the lowest price bidders for each site will save the Town $19,672.19 compared to awarding the contract to one bidder.

 

 

FINANCIAL ATTACHMENT

Account # and Description

Original Budget

Current Budget Available (Unspent)

Less Cost of this Award, Inclusive of PST and Exclusive of GST

Budget Remaining after this award

050 6150 7194 005 August 2005 Storm

Water Damage

Site 1 & 2 – Village Pkwy & SteelCase Rd.

$ 1,783,500.00

$ 200,000.00*

$ 107,370.00

$  92,630.00

050 6150 7471 005 Retaining Walls –Annual Program (2006)

Site 3 - Retaining Wall – Galbraith Dr.

$      30,000.00

$   30,000.00

$   22,123.98

$   7,876.02

050 6150 7208 005 Retaining Walls –Annual Program (2007)

Site 4 – Retaining Wall - Harness Circle

$     30,000.00

$   15,107.16

$   14,558.92

$     548.24

Total

$ 1,843,500.00

$ 245,107.16

$ 144,052.90

$ 101,054.26

* $200,000.00 was the amount allocated for this project in account #7194 (Site 1 & 2).

 


                                  

         STAFF AWARD REPORT                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

206-R-07 Thornhill Storm Water Flood Remediation Study

Date: 

February 22, 2008

Prepared by:

Bob Penner, Supervisor, Business Systems Improvement

 

RECOMMENDATION

Recommended Supplier

Clarifica Inc. (Highest Ranked and Lowest Priced Supplier)

Original Budget and Account #

$ 1,783,500.00

050-6150-7194-005 Rain Storm Damage

Current Budget Available 

$    500,000.00

Budget allocated to this line item *

Less cost of award

$    282,105.50

$      56,421.10

$    338,526.60

Inclusive of Disbursements, Exclusive of GST

Contingency  20% **

Total Cost of Award

Budget Remaining after this award

$    161,473.40

***

*   Budget allocated towards Storm Water study.

** 20% contingency required due to study covering a large area with many unknowns. Extra monitoring and surveys, depending on weather variables, may be necessary to better define and calibrate the model. A large public consultation and communication effort will also be required.

***The residual budget will remain open until findings and recommendations of the consultant are completed. Upon final invoice payments and project closure any remaining balance will be returned to the original funding source.

 

PURPOSE

To obtain approval to award the contract for Thornhill Storm Water Flood Remediation Study.

 

BACKGROUND

On Friday afternoon, August 19, 2005, the Town of Markham experienced a rainstorm with a rainfall intensity exceeding a 150 year return period.  The storm system (sewers) in the Thornhill area was built with a capacity to convey a two-year storm event according to the engineering standards at the time.  The peak runoff and volume of rainfall during this event completely overwhelmed the storm and sanitary sewer systems in the area and significant surface flooding occurred.

 

Many homes in low lying areas within the catchment areas and in the path of the overland flow route were flooded.  River channels were at full capacity or above capacity causing erosion and slope destabilization.  Staff has estimated the cost for repairs to these public facilities to be over $3 million.

 

The Town retained R. V. Anderson Consulting Engineers to review the Town’s infrastructure and maintenance practices and to assess the reasons for the damages that incurred from the storm.  One of the main recommendations in R. V. Anderson’s report suggested that:

 

The Town conduct a storm drainage study that addresses both the major storm system (overland flow) and the minor storm system (catch basins and underground pipes) in order to identify existing bottlenecks and the improvements required to handle peak flows (e.g. larger sewers, in-line or off-line storage, inlet controls).

 

On September 25 2007, Staff wrote a Report to Council describing the storm water situation in the Thornhill area and the requirement for a detailed study to develop a program to address storm water system deficiencies.  Based on this report, Council approved $500,000 to hire a consultant to complete a detailed hydraulic analysis of the storm water system in Thornhill.

 

Staff thereafter prepared a Request for Qualification and a subsequent Request for Proposal to secure a consulting team to carry out this study.

 

 


 

 

 

 

Project #206-R-07 Thornhill Storm Water Flood Remediation Study                                                     Page 2 of 2

________________________________________________________________________________________________

 

BID INFORMATION

Request for Prequalification

 

Advertised

Electronic Tendering Network

Bids closed on

November 02, 2007

Number picking up bid documents

17

Number of companies responding to bid

7

 

 

Request for Proposal

 

Advertised

By Invitation

Bids closed on

January 23, 2008

Number of bidders prequalified

4

Number of companies responding to bid

4

                                                                       

PROPOSAL EVALUATION

The initial evaluation was based on pre-established evaluation criteria as listed in the Request for Prequalification:  30% experience of the firm & project team, 30% understanding of the assignment, 15% proposed work schedule, 20% experience of the project manager and level of commitment and 5% quality and completeness of the submission totaling 100%.

 

Of the 7 submissions received, the highest ranked top 4 proponents were selected and invited to submit a detailed proposal. 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 scores are listed in the table below:

 

The Evaluation Team (Team) for the Request for Prequalification as well as the Request for Proposal was comprised of staff from the Asset Management Department and Engineering Departments with Purchasing staff acting as the facilitator.

 

The evaluation confirmed Clarifica to be the highest ranked as well as the lowest priced proponent with a strong previous background in projects of a similar scope and size as well as a good understanding of the project deliverables, key issues and challenges.

 

Staff have verified Clarifica’s submission to meet all the requirements of the Request for Proposal and is confident that they will meet, if not exceed town expectations and standards.

 

Consultants

Total Score

Rank

Clarifica Inc.

92.00

1

UMA Engineering Ltd.

80.81

2

Dillon Consulting

69.85

3

Totten Sims Hubicki Associates Ltd.

65.05

4

 

 

                               

 


 

                                                                               

   

                             STAFF AWARD REPORT                                            Page 1 of  2

To:

John Livey, Chief Administrative Officer

Re: 

129-S-07 Renewal of Life Insurance contract with Sun Life Assurance Company

Date: 

February 7, 2008

Prepared by:

Edmund Yuen, Senior Compensation & Benefits Specialist

Sharon Laing, Director of Human Resources

Tony Casale, Senior Buyer, Purchasing

 

 RECOMMENDATION

Recommended Supplier

Sun Life Assurance Company (Preferred Supplier)

Original Budget and Account #

$ 271,527.00*

$   25,000.00*

$ 296,527.00

Various Townwide Employee Benefit Accounts for Basic Life Insurance

Optional Life Insurance, recoverable from employees as required

 

Less Estimated 2008 cost

$ 296,527.00

Total Award, Exclusive of GST

Remaining Balance

$ 0

 

* Subject to Council approval of the 2008 budget.

Staff further recommends:

 

THAT the tendering process be waived in accordance with the Purchasing By-Law 2004-341, Part II, Section 7 Non Competitive Procurement, item 1 (h) “where it is necessary or in the best interests of the Town to acquire non-standard items or Consulting and Professional Services from a preferred supplier or from a supplier who has a proven track record with the Town in terms of pricing, quality and service.”

 

PURPOSE

To obtain approval to extend the current contract with Sun Life Assurance Company (Sun Life) to provide Group Life Insurance coverage to Town employees for 2008 under the Regional Municipality of York Umbrella Plan.

 

BACKGROUND

On June 1, 1994, the Town of Markham entered into an agreement with the Mutual Life Assurance Company, which has since changed its name to Sun Life Assurance Company.  The agreement is to provide a Group Life Insurance benefit for Town employees under The Regional Municipality of York’s umbrella plan renewable on a year to year basis.  The “Umbrella Group” includes The Region of York, Town of Markham and Town of Newmarket. 

A third party consultant, Buffett Taylor & Associates Ltd. has been hired by the Umbrella Group to review the premium and terms and conditions of the contract every year.  Buffet Taylor also negotiates contract terms with Sun Life, on behalf of the Umbrella Group, every year.

The Town’s Group Life Insurance Benefit Plan includes basic life insurance coverage for employees.  The Plan also provides optional life insurance for employees and their dependents for additional coverage as required.  Premiums for basic life insurance are payable by the Town, and premiums for optional life insurance coverage are payable by the employees.

 

OPTIONS / DISCUSSIONS

Staff concluded that it is in the best interest of the Town to renew the Group Life Insurance benefit plan with Sun Life under the Regional Municipality of York Umbrella Plan for the following reasons:

 

1.        The Town continues to enjoy competitive premiums through economies of scale.

Our premium rate has not increased since 2005. We believe that the increased premium rate @ $0.184/1000 effective 2008 is competitive relative to our claim experience in the past five years and the increased demographics of our plan members.

 

For the 12-month period from July 2006 to June 2007, our claim experience was 91.4% as we paid $214,880 premiums and incurred a paid claim of $196,500.


 

129-S-07

Renewal of Life Insurance Contract with Sun Life Assurance Company                                                                Page 2 of 2

____________________________________________________________________________________________

 

Our benefit Consultant Buffett Taylor has measured a 3.04 % increase in our demographics over the past 12 month period. Currently, 36% of the Town’s plan members are over the age of 50.

 

The demographics of the Town’s insured population continued to increase over the past years, and the emerging claims experience over the past 12 months has contributed to a rate increase requirement.  Buffet Taylor was able to negotiate with Sun Life to reduce the proposed renewal rate from $0.191to $0.184 per $1,000 of coverage for 2008 resulting in an annual premium cost avoidance of $8,976.00.

 

In comparison to other Municipalities, the Town of Whitby is paying $0.22 per $1000 and the Town of Oakville is paying $0.193 per $1000.

 

To ensure that the Umbrella Benefits Group continue to enjoy competitive rates, the Umbrella Benefit Group has asked our Consultant, Buffett Taylor to conduct a market study of the Group’s life insurance plan. The findings and recommendation may lead to change of carrier with a better rate.

 

2.        Sun Life has a proven track record with the Town and the Umbrella Group and has provided satisfactory customer services for the past 10 years.  Staff is confident that Sun Life will continue to do so in 2008.

 

 

FINANCIAL CONSIDERATIONS

The current life insurance premium rate of $0.166 per $1,000 will renew at a new rate of $0.184 per $1,000 effective January 1, 2008. This represents an 11% increase, or an additional annul life insurance premium of $23,200.

 

There will be no renewal increase in the optional employee and spousal life rates, and the dependent life rate.

 

Funds for basic life insurance are provided from various 2008 Townwide Employee Benefit accounts in the amount of $271,527.  

Funds for optional life insurance in the estimated 2008 amount of $25,000 inclusive of sales tax will be recovered from employees as required.

                                   

 

    

 


 

                             STAFF AWARD REPORT                                            Page 1 of 1

To:

John Livey, Chief Administrative Officer

Re: 

014-S-08 Upper Cornell Water Play Facility

Date: 

February 21, 2008

Prepared by:

Linda Irvine, Parks and Open Space Development, Manager

Malcolm Hann, Senior Construction Buyer

 

RECOMMENDATION

Recommended Supplier

1473092 Ontario Ltd. (Preferred Supplier)

Original Budget and Account #

$ 171,000.00

81-5350-7045-005 Cornell Water Play Facility

Current Budget Available

$ 171,000.00 

 

Less cost of award

$ 149,321.00

$   21,679.00

$ 171,000.00

Excluding GST (Total Award)

Internal department management fee @ 3.5%

Total project cost

Budget Remaining after this award

$            0.00

 

 

Staff further recommends: THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (1) - (h) where it’s necessary or in the best interests of the Town to acquire…………from a supplier who has a proven track record with the Town in terms of pricing, quality and service.

 

PURPOSE

To issue a purchase order for payment to 1473092 Ontario Ltd for work already commenced and completed for the Upper Cornell Water Play Facility.

 

BACKGROUND

On March 9, 2004 Council approved up-front funding of $448,400 to 1473092 Ontario Ltd for design, construction and contract administration of a neighbourhood park in Upper Cornell.

 

In 2005, during the annual budget process, Council approved the additional funds in the amount of $171,000.00 to add a water play feature to the Upper Cornell Park. 1473092 Ontario Limited was awarded this contract to include this feature as part of the overall park design. Consequently, this water play facility was constructed at the same time as the entire park to achieve cost savings and project efficiencies.