STAFF AWARD REPORT Page 1 of 1
To: |
John
Livey, Chief Administrative Officer |
Re: |
028-T-08 Streetlight
Inventory Condition Analysis |
Date: |
|
Prepared
by: |
Alan Laver, Manager, Utilities and
Contract Alex Moore, Manager, |
Recommended Supplier |
iTrans
Consulting Inc. (Lowest Priced Supplier) |
|
Original Budget and Account # |
$ 159,700.00 $ 55,000.00 |
051 6150 8363 005 Streetlight Inventory /Condition/Pole
Repl (08) 051 5399 7490 005 Streetlight Inventory /Condition/Pole
Repl (07) |
Current Budget
Available |
$ 159,700.00 $ 21,890.88 $ 181,590.88 |
051 6150 8363 005 Streetlight Inventory/ Condition/Pole
Repl (08) 051 5399 7490 005 Streetlight Inventory /Condition/Pole
Repl (07) |
Less cost of award |
$ 149,975.00 |
Total Cost of Award, Exclusive of GST |
Budget Remaining after this award |
$ 31,615.88*
|
051 6150 8363 005 Streetlight Inventory/ Condition/Pole
Repl (08) |
* Remaining balance of $31,615.88 will
be used as required to replace poles with the worst conditions that are
identified during the year as part of the Town’s annual streetlight pole
replacement program
Note: All funds in the amount of
$21,890.88 in account 051-5399-7490-005 (2007) shall be drawn for this award.
To obtain approval to award the contract for Streetlight Inventory Condition Analysis.
The Town at present operates and maintains
approximately 21,000 streetlights some of which were downloaded to the Town by
Ontario Hydro in the 1980’s. The Town
has a limited data base on older infrastructure and has never attempted to do a
detailed inventory/condition analysis of the different types lighting and
poles. The Town contracts PowerStream to undertake our regular maintenance
program for streetlights based on complaints, road patrols, and an annual
relamping program. Other than the
relamping program the Town does not have a proactive preventive maintenance
program for streetlighting and in order to implement a preventive maintenance
program, updating of the inventory is required.
BID INFORMATION
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
10 |
Number of companies responding to bid |
7 |
PRICE SUMMARY
Supplier |
Price,
Exclusive of GST |
iTrans
Consulting Inc. |
$149,975.00 |
|
$297,500.00 |
LEA Consulting Ltd. |
$369,075.00 |
MMM Group |
$382,900.00 |
Sign Fix Ltd. |
$411,950.00 |
Dundas Power Ltd. |
$560,000.00 |
One Company submitted an incomplete bid (Spatial
Forge Group), they only bid on one (1) of the three (3) items required. Note: Spatial
Forge Group bid price for item 1was $26,950 higher than the low bidder’s price
for the same item.
STAFF AWARD
REPORT
Page 1 of 2
To: |
John
Livey, Chief Administrative Officer |
Re: |
087-T-08 Thornhill Community Centre
Desiccant Dehumidifier and Air Conditioner Upgrade |
Date: |
|
Prepared
by: |
Rob Bell, Facility Coordinator Tony Casale, Senior Buyer, |
Recommended Supplier |
Aercomfort
Mechanical Services Ltd. (Lowest Priced Supplier) |
|
Original Budget and Account # |
$ 395,000.00 |
031 222 0034 MECO Funding |
Current Budget
Available |
$ 395,000.00 |
Funding allocated to this project |
Less cost of award |
$ 305,000.00 $
30,500.00 $ 335,500.00 |
Total price inclusive of PST, exclusive of GST Contingency allowance at 10% Total cost of award |
Budget
Remaining after this award |
$ 59,500.00 |
* |
*The balance of $59,500.00 will be used for the BAS
upgrade identified in this tender and the remaining funds (if any) will be
transferred to the original funding source.
PURPOSE
To obtain approval to award the contract
for the replacement of two (2)
roof-mounted desiccant dehumidification systems and two (2) roof-mounted air
conditioning systems for the Thornhill Community Centre.
BACKGROUND
Desiccant
Dehumidification is an efficient and effective way of removing moisture from
the arena air. The intent is to minimize
the total energy consumption of natural gas and/or electricity, by increasing
the moisture removal capability.
Desiccant-wheel dehumidifiers have virtually replaced refrigeration–coil
units because of the lower dew point capability for improved ice quality,
reduced environmental impact, lower energy consumption and other related
costs. This project involves removing
eight (8) refrigeration–coil dehumidifiers and installing two (2) Desiccant
dehumidification units with associated duct work, and to install two (2) Air
conditioning units that will be utilized during Summer months when ice is not
in. All units will be controlled by an
upgraded BAS (building automation system) to increase better temperature, and
moisture control, over the whole community centre.
BID INFORMATION
Advertised |
Electronic Tendering
Network |
Bids closed on |
|
Number picking up bid documents |
6 |
Number responding to bid |
5 |
PRICE SUMMARY
Supplier
|
Price, Inclusive of PST and
exclusive of GST * |
Aercomfort Mechanical |
$ 305,000.00 |
Canadian
Tech Air Systems |
$ 353,900.00 |
Ash
Plumbing |
$ 356,000.00 |
SIG
Mechanical |
$ 467,500.00 |
Cimco
Refrigeration |
$ 471,000.00 |
* The
submission from the low bidder included an item related to the BAS upgrade
which did not comply with the tender requirements.
087-T-08 Thornhill Community Centre Desiccant Dehumidifier and Air
Conditioner Upgrade Page 2 of 2
______________________________________________________________________________________________
ENVIRONMENTAL CONSIDERATIONS:
Desiccant
dehumidification systems control humidity levels more effectively than
refrigeration systems. Since moisture
promotes the growth of molds, mildew and bacteria, desiccant systems contribute
significantly to improved indoor air quality.
This means a better and more comfortable environment for both players
and spectators. The other key benefit
related to the environment is the reduction in electrical demand. While desiccant systems use natural gas, the
overall cost benefit analysis shows that reducing the electricity demand means
an overall reduction in energy use which translates into reduced greenhouse gas
emissions. Keeping the facility dry,
increasing fresh air and improving air quality, improving ice conditions and
increasing comfort and safety will all contribute to making this venue more
attractive for users.
STAFF AWARD
REPORT Page 1 of 1
To: |
Allan Seabrooke,
Commission Lead |
Re: |
102-T-08 Servicing of Arena
Refrigeration Equipment |
Date: |
|
Prepared
by: |
Rob Bell, Facility Coordinator Tony Casale, Senior Buyer |
Recommended Supplier |
Cimco
Refrigeration (Lowest Priced Supplier) |
|
Original Budget and Account # |
$211,930.00 |
Various Operating accounts (See Financial Considerations) |
Current Budget Available |
$163,334.54 |
|
Less cost of
award |
$ 45,500.00 $ 32,500.00 $ 78,000.00 |
June 1 - Dec 31st (2008)Total award exclusive of GST Jan 1 –
May 31st (2009) Subject to Council approval ** |
Budget remaining after this award |
$117,834.54 |
* |
* The remaining
balance in each operating account will be applied to other operating expenses
as budgeted for in the respective accounts.
** 2009 award is subject to Council approval of the
operating budget for accounts noted below.
This contract is
for an all inclusive full service preventative maintenance program for arena
refrigeration equipment at various recreation facilities providing service on a
24 hour, seven-days per week. The
service includes refrigeration compressor overhaul, technical support,
training, maintenance and on site support for start up and shut down of all
Town rinks. This contract was issued for a One (1) year contract term
with the option to renew for four (4) additional years. Upon completion of the 1st year,
BID INFORMATION:
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid
documents |
3 |
Number of companies
responding to bid |
3 |
PRICING
SUMMARY:
Supplier |
Price,
Inclusive of PST and Exclusive of GST |
Cimco
Refrigeration |
$ 78,000.00 * |
Black & McDonald |
$118,727.00 |
Industrial Refrigerated Systems Inc. |
$133,600.00 |
*Compared to the current pricing this price
represents a savings of 53%
Note: Low bidder was the incumbent and
priced this contract based on current market conditions.
FINANCIAL CONSIDERATIONS:
Account # |
Description |
Budget Amount |
Budget Available |
Less Cost of Award (June 1 – |
Budget remaining |
501 921 5314 |
Thornhill Community Centre |
$ 43,250.00 |
$ 23,472.55 |
$ 8,166.67 |
$ 15,305.88 |
501 922 5314 |
Clatworthy Arena |
$ 18,550.00 |
$ 13,729.86 |
$ 4,666.67 |
$ 9,063.19 |
502 922 5314 |
|
$ 30,724.00 |
$ 22,856.89 |
$ 4,958.33 |
$ 17,898.56 |
502 921 5314 |
Milliken Mills C.C. |
$ 13,393.00 |
$ 10,709.21 |
$ 4,666.67 |
$ 6,042.54 |
503 921 5314 |
Centennial Arena |
$ 19,374.00 |
$ 19,026.00 |
$ 6,416.67 |
$ 12,609.33 |
503 922 5314 |
Mount Joy Arena |
$ 30,742.00 |
$ 24,590.67 |
$ 4,958.33 |
$ 19,632.34 |
503 923 5314 |
|
$ 22,050.00 |
$ 18,138.20 |
$ 4,666.67 |
$ 13,471.53 |
504 921 5314 |
Angus Glen C.C. |
$ 33,847.00 |
$ 30,811.16 |
$ 7,000.00 |
$ 23,811.16 |
Sub Total |
$211,930.00 |
$163,334.54 |
$45,500.00 |
$117,834.54 |
Note: The award of $32,500 from January to
STAFF AWARD REPORT
Page 1 of 1
To: |
Peter Loukes,
Commissioner Lead |
Re: |
120-Q-08: Various Guide-rail Repairs and
Upgrades |
Date: |
|
Prepared
by: |
Morgan Jones, Supervisor, Contract
Administration Betty Leung, |
Recommended Supplier |
Powell
( |
|
Original Budget and Account # |
$ 40,000.00 $ 40,800.00 $ 80,800.00 |
050-6150-7478-005 Upgraded Guide rail – Annual
Program 050-6150-8410-005 Upgraded Guide rail – Annual
Program |
Current Budget
Available |
$ 8,133.00 $ 40,800.00 $ 48,933.00 |
050-6150-7478-005 Upgraded Guide rail – Annual Program 050-6150-8410-005 Upgraded Guide rail –
Annual Program |
Less cost of award |
$ 60,560.00 |
Exclusive of GST, PST not applicable |
Budget remaining
after this award |
($11,627.00)* |
|
*The shortfall of $11,627.00
will be funded from the Capital
Contingency account # 044-7950-6395-000.
PURPOSE
To obtain approval to award the contract
for various guide-rails repairs and upgrades.
·
Remove and install a
new single rail steel beam (+/- 180m) plus 3 extruders
(2) Parkway Avenue, East of Paramount Drive both
sides
·
Remove and install a
new single rail steel beam (+/- 96m) plus 4 extruders
·
Repair existing damaged rail, 1 section
(4)
·
Repair existing damaged rail, 1 section
·
Repair existing damaged rail, 1 section
·
Repair existing
damaged rail, 3 sections
BID INFORMATION
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
3 |
Number responding to bid |
2 |
PRICE SUMMARY
Supplier |
Price,
Exclusive of GST, PST not applicable. |
Powell ( |
$ 60,560.00 |
Peninsula Contracting Inc. |
$ 87,347.14 |
STAFF
AWARD REPORT
Page 1 of 1
To: |
Allan
Seabrooke, Commission Lead |
Re: |
135-Q-08 Markham Theatre Upgrades |
Date: |
|
Prepared
by: |
Scott Hill, Acting Manager, Facility,
Production Alex Moore, Manager, |
Recommended Supplier |
Associated
Flooring Services Limited (Lowest Priced Supplier) |
|
Original Budget and Account # |
$
275,000.00 |
074-6150-8274-005 Public Area Upgrade |
Current Budget
Available |
$ 70,000.00 |
Budget allocated for this purchase |
Less cost of award |
$
66,350.00 $
3,317.50 $
69,667.50 |
Inclusive of PST , exclusive of GST Contingency (5%) Total award * |
Budget Remaining after this award |
$
332.50 |
** |
*The purchase price of $69,667.50 (Inclusive of
contingency) is within the budget allocated ($70,000.00) for this purchase. The
remaining balance within account 074-6150-8274-005 in the amount of $205,000.00
will be used for painting, lighting, seating and washrooms upgrades as budgeted
for in above noted account.
**The remaining balance of $332.50 will be returned
to the original funding source.
PURPOSE
To obtain approval
to award the contract for removal, disposal, supply and installation of broadloom
for the Markham Theatre.
BID INFORMATION
Advertised |
By invitation |
Bids closed on |
|
Number picking up bid documents |
7 |
Number responding to bid |
2 |
PRICE SUMMARY
Supplier |
Price,
Inclusive of PST and Exclusive of GST |
Associated Flooring Services Limited |
$66,350.00 |
Northwood Carpet & The Tile Company
Ltd. |
$98,289.00 |
STAFF AWARD REPORT Page 1 of 2
To: |
John
Livey, Chief Administration Officer |
Re: |
001-R- |
Date: |
|
Prepared
by: |
Simon Hung, Senior Capital Engineer Malcolm Hann, Senior Construction Buyer |
Recommended Consultant |
URS Canada Inc.
(Highest ranked and Lowest Priced) |
|
Original Budget and Account # |
$ 196,000.00 $ 230,000.00 $ 426,000.00 |
|
Current Budget Available |
$ 196,000.00 $ 230,000.00 $ 426,000.00 |
|
Less cost of award |
$ 257,283.00 $ 25,728.00 $ 283,011.00 $ 33,961.00 $ 316,972.00 |
Including disbursements/PST, Exclusive of GST Contingency allowance @ 10% Total Award Internal Project Management fee @ 12% Total Project Cost |
Budget Remaining after this award |
$ 109,028.00 |
* |
* All
funds ($ 196,000.00) in account # 083 5399 7750 005 shall be drawn and the
balance of funds in the amount of $109,028.00 to remain in account # 083 6150
7274 005 for the detailed design of
The subject lands for the
road extension from
001-R-
Advertised,
place and date |
Electronic
Tendering Network |
RFQ
closed on |
|
Number
picking up bid documents |
13 |
Number
responding to bid |
7 * |
* Staff disqualified three (3) bidders (Stantec Consulting Ltd.,
Cole Engineering and Genivar) who have potential conflict of interest due to
their active involvement in providing engineering services to the land owners
adjacent to the study area (letters from all three (3) consultants confirming
their involvement have been received).
PROPOSAL EVALUATION
The evaluation
team was comprised of staff from the
Consultants |
Total
Score |
Rank |
URS Canada Inc. |
92.00 |
1 |
McCormick Rankin |
80.92 |
2 |
LEA Consulting Ltd. |
78.95 |
3 |
TSH |
59.27 |
4 |
Note: Pricing range
from $257,283.00 to $369,000.00 (including disbursements, excluding GST)
Based on the pre-established evaluation criteria
with resulting scores as shown in the above table, URS Canada Inc. achieved
both the lowest bid price and overall highest total scores. URS has submitted
an excellent proposal with very good understanding of the scope of the project
and suggested possible solutions to some of the challenges. The project team has strong
experience in similar studies, good understanding of the study area and the
agencies involved. Staff is confident that their project team will provide the
expected services that meet the requirements as outlined in the RFP and is therefore recommended to be awarded the contract.
POTENTIAL EXTENSION OF
Recent proposals
for the expansion of GO Station parking lot, the Canadian Sports Institute and
Transitway adjacent to Highway 407 and
Since the designs
and traffic conditions are not available for the above proposals at this time,
it is pre-mature to carry out an Environmental Assessment for the further
extension of
SCHEDULE:
The project is expected to start in
summer 2008 and completed early 2009.
STAFF AWARD REPORT
Page 1 of 2
To: |
Peter
Loukes, Commission Lead, Operations and Asset Management |
Re: |
085-R-08 Contract administration and construction
inspection for the |
Date: |
|
Prepared
by: |
Prathapan Kumar, Senior Project Engineer Malcolm Hann, Senior Construction Buyer |
Recommended Supplier |
Cole
Engineering Group Ltd. (highest ranked / second lowest price). |
|
Original Budget and Account # |
$
1,500,000.00 |
053-6150-8435-005 Watermain Construction &
Replacement |
Current Budget
Available |
$ 150,000.00 |
Budget allocated for this purchase |
Less cost of award |
$
78,300.00 $ 11,745.00 $
90,045.00 |
Excluding GST Contingency (15%) Total |
Budget Remaining after this award |
$
59,955.00 |
* |
*The
remaining balance will be returned to the original funding source upon payment
of the final invoice. The $150,000 allocation was based on
capital
project # 8435 has been changed to reflect construction to the
Phase
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
13 |
Number responding to bid |
5 |
The evaluation
team was comprised of staff from the Asset Management department with
purchasing staff acting as the facilitator. The evaluation was based on
pre-established evaluation criteria as listed in the Request for Proposal: 15% experience
of consulting firm, 35% qualifications of the lead consultant and project team,
20% project delivery and 30% price, totaling 100%, with resulting scores as
follows.
Consultant |
Score (out of 100) |
Rank Results |
Cole Engineering Group Ltd. |
79.1 |
1 |
IBI Group |
78.6 |
2 |
TSH |
73.1 |
3 |
Earth Tech |
73.0 |
4 |
SCS Group |
66.2 |
5 |
Note: The five (5) bid submissions
prices ranged from to $ $68,178.00 to $106,920.00.
Page 2 of 2
085-R-08
Contract administration and construction inspection for the
Although the bid
price from Earth Tech is the lowest, their overall ranking is fourth among the
five bidders. Under criteria “Qualifications of Lead consultant and Project
Team”. Earth Tech proposed a Contract Administrator/Project Manager whose field
experience is insufficient to carryout the tasks as listed under the Terms of
Reference.
Cole Engineering
Group and their associated company have completed six design and contract
administration projects with similar scope for the Town within the last six
years with satisfactory results. Staff
is confident that Cole Engineering Group will provide satisfactory services to
the Town for this project. Cole Engineering Group bid is 14.8% higher than the
low bid.
STAFF AWARD
REPORT
Page 1 of 2
To: |
John Livey, Chief
Administrative Officer |
Re: |
090-R-08 Detailed Design for a
Multi-Use-Path on |
Date: |
|
Prepared
by: |
Gina Gammarano, Capital Works Engineer Malcolm Hann, Senior Construction Buyer |
Recommended Supplier |
Totten
Sims Hubicki Associates. (highest ranked / second lowest price). |
|
Original Budget and Account # |
$ 1,100,000.00 |
083-5350-8114-005 Cycling Lanes/Pathways |
Current Budget
Available |
$ 385,050.00 $ 86,319.92 $ 298,730.08 |
Budget allocated for this purchase (DCA portion) Allocated to 099-R-08 Multi-Use-Path for Total funds available |
Less cost of award |
$
90,838.00 $
13,625.70 $ 104,463.70 $ 7,834.78 $
112,298.48 |
Excluding GST (Parts 1 and 2) Contingency (15%) Sub-Total Engineering Dept. Project Management Fees (7.5%) Total |
Budget Remaining after this award |
$ 186,431.60 |
* |
* The remaining
balance will be used for the contract administration and construction
inspection for Parts 3 and 4 of this multi-use-path.
The proposed award is part of the
implementation of the Town of
In anticipation of future funding for construction and
associated consulting fees, the RFP was released seeking consultant fees
(including an allowance for sub-consultants) for:
·
Parts
1 and 2 Preliminary and Detailed Design fees and disbursements
·
Parts
3 and 4 Construction inspection and Contract administration
The bid was evaluated based on the response
for provided for Parts 1 and 2. At this time the successful proponent will only
be awarded Parts 1 and 2 for the price stated. Parts 3 and 4 (Construction
inspection and contract administration) will only be awarded upon successful
completion of Parts 1 and 2, Preliminary and Detailed Design and follow the
appropriate approval levels.
The value of Parts 3 and 4 will be awarded
based on a fixed percentage of the construction value.
Funding for this project will come from the
$385,050.00 DC funded portion of the account, usage of the Gas tax portion
($714,950.00) will be discussed in a later report to Council.
BID INFORMATION:
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
6 |
Number responding to bid |
3 |
The evaluation
team was comprised of staff from the Engineering department with purchasing
staff acting as the facilitator. The evaluation was based on pre-established
evaluation criteria as listed in the Request for Proposal: 20% experience of
consulting firm, 20% qualifications of the lead consultant and project team, 30%
project delivery and 30% price, totaling 100%, with the following ranking
results:
Page
2 of 2
090-R-08
Detailed Design for a Multi-Use-Path on
Consultant |
Score (out of 100) |
Rank Results |
Totten Sims Hubicki Associates
|
86.93 |
1 |
Chisholm,
Fleming and Associates |
76.50 |
2 |
MMM Group |
55.36 |
3 |
Note: The bid submissions prices ranged from to $70,187.00 to $149,260.00.
Totten Sims Hubicki
Associates (TSH) presented the most comprehensive proposal, provided a very
detailed work plan and demonstrated a well defined project understanding. Also
TSH has completed multiple projects of similar size, nature and value, having
an experienced project team.
TSH was the 2nd
lowest priced bidder with a $20,681 higher bid.
STAFF
AWARD REPORT
Page 1 of 2
To: |
Jim Baird, Commissioner,
Development Services |
Re: |
099-R-08 Detailed Design for a
Multi-Use-Path – |
Date: |
|
Prepared
by: |
Renee Chong, Capital Works Engineer Malcolm Hann, Senior Construction Buyer |
Recommended Supplier |
Chisholm,
Fleming & Associates (highest ranked / second lowest price). |
|
Original Budget and Account # |
$ 1,100,000.00 |
083-5350-8114-005 Cycling Lanes/Pathways |
Current Budget
Available |
$ 385,050.00 $ 112,298.48 $ 298,730.08 |
Budget allocated for this purchase (DCA portion) Allocated to 090-R-08 Multi-Use-Path on Total funds available |
Less cost of award |
$
69,824.00 $
10,473.60 $ 80,297.60 $ 6,022.32 $
86,319.92 |
Excluding GST (Parts 1 and 2) Contingency (15%) Sub-Total Engineering Dept. Project Management Fees (7.5%) Total |
Budget Remaining after this award |
$
186,431.60 |
* |
* The remaining balance will be used for the
contract administration and construction inspection of this multi-use-path.
The proposed award is part of the
implementation of the Town of
In anticipation of future funding for
construction and associated consulting fees, the RFP was released seeking
consultant fees (including an allowance for sub-consultants) for:
·
Parts 1
and 2: Preliminary and Detailed Design fees and disbursements
·
Parts 3
and 4 Construction inspection and Contract administration
The bid was evaluated based on the response
for provided for Parts 1 and 2. At this time the successful proponent will only
be awarded Parts 1 and 2 for the price stated. Parts 3 and 4 (Construction
inspection and contract administration) will only be awarded upon successful
completion of Parts 1 and 2, Preliminary and Detailed Design and follow the
appropriate approval levels.
The value of Parts 3 and 4 will be awarded
based on a fixed percentage of the construction value.
Funding for this project will come from the
$385,050.00 DC funded portion of the account, usage of the Gas tax portion
($714,950.00) will be discussed in a later report to Council.
BID
INFORMATION:
Advertised |
Electronic Tendering Network |
Bids
closed on |
|
Number
picking up bid documents |
6 |
Number
responding to bid |
3 |
The evaluation team was
comprised of staff from the Engineering department with purchasing staff acting
as the facilitator. The evaluation was based on pre-established evaluation
criteria as listed in the Request for Proposal: 20% experience of consulting
firm, 20% qualifications of the lead consultant and project team, 30% project
delivery and 30% price, totaling 100%, with the following ranking results:
099-R-08
Detailed Design for a Multi-Use-Path –
Consultant |
Score (out of 100) |
Rank Results |
Chisholm, Fleming and Associates |
86.41 |
1 |
Cole Engineering
|
77.00 |
2 |
MMM Group |
58.52 |
3 |
Note: The bid submissions prices ranged from to $67,864.00 to $162,645.00.
Chisholm, Fleming & Associates (CFA) was the most technically
proficient proposal highlighting that agency approvals such as the TRCA would
be key in moving this project forward and that residents in the area would need
to be consulted and may be a sensitive to the project. CFA has completed multiple
projects of similar size and value in the past.
CFA bid is 2.4% ($1,960) higher than the low priced bidder.
It should be noted CFA provided the lowest Contract Administration
percentage total of all three proponents.
STAFF
AWARD REPORT Page 1 of 2
To: |
John
Livey, Chief Administrative Officer |
Re: |
080-S-08 Consulting
Services for Sabiston Landfill Site – 2008 Remedial Works and Monitoring
Program |
Date: |
|
Prepared
by: |
Bob Penner,
Supervisor, Business Systems Improvement |
Recommended
Supplier |
Beatty and
Associates Limited (Preferred Supplier) |
|
Original
Budget and Account # |
$255,000.00 |
058-6150-8282-005 |
Current
Budget Available |
$105,000.00 |
058-6150-8282-005 Settlers Park Landfill Site Management (external
consulting) Budget available for this item |
Less cost of
award |
$ 98,000.00 $ 7,000.00 $105,000.00 |
Award Amount, exclusive of GST Contingency Amount, exclusive of GST ** Total Award Amount |
Budget Remaining after this award |
- |
|
* $150,000 has been allocated to
future construction needs as budgeted for in this account with additional funds
being requested in future Capital Budget submissions.
** The contingency amount may be required to assist in preparing designs
to repair parts of the system which may break down due to its age and the
volatile nature of the site.
Staff
further recommends:
THAT the tendering process be waived in
accordance with
PURPOSE
To obtain approval
to award the contract for consulting services related to the 2008
rehabilitation and monitoring of the landfill gas collection system and gas
migration monitoring network.
History
of Beatty and Associates Limited
Appendix “A” includes the history of the
Sabiston Landfill site and details of the proposed work plan from Beatty. Beatty has been investigating and assisting
with the rehabilitation of the landfill site since 1999.
2003 - 2006 Work Program
In 2003, 2004 and 2006,
Council approved Beatty as a preferred supplier to conduct a study to monitor seepage from the landfill site into German
Mills Creek. Beatty also initiated a
pilot study and completed the conceptual designs for the implementation of
aerobic landfill technology at the Sabiston landfill site. This initiative is currently on hold.
2006 - 2007 Work Program
In December 2006, Beatty was
retained by the Town of
The results of the
investigations determined that the western header needed repairs. In spring 2007, Town staff rebuilt the header
pipe and well-head assemblies along the western boundary of the landfill with
Beatty providing the designs and inspection services.
Page 2 of 2
080-S-08 Consulting Services for Sabiston
Landfill Site – 2008 Remedial Works and Monitoring Program
In late November 2007 Beatty
recommended some further remedial work and monitoring of the rebuilt western header. Beatty upgraded the rebuilt headers and gas
probes in January 2008 and completed a monitoring program. The results of the monitoring program and
inspections indicated that the methane levels at all boundary gas probes were
lower than the
MOE compliance level of 2.5%
methane by volume and that the gas wells are in good condition and do not
require rehabilitation. From the January
2008 monitoring results, Beatty determined that work is needed to:
· repair the northern header
· improve the suction
capabilities along the western header, and
· to properly inventory and
replace boundary gas probes where required.
Beatty has also proposed an
ongoing monitoring program for the gas collection system to ensure its
continued proper operation and sampling of German Mills Creek to ensure its
quality is maintained.
2008 Remedial Works and Monitoring Program for
Sabiston Landfill
Attachment 1 shows Beatty’s
proposal for the work to be completed in 2008.
Appendix A summarizes Beatty’s proposal and provides additional
information for references. The program
includes:
· Improve suction pressure along
western boundary of the system
· Design of damaged northern sub
header rehabilitation
· Remediate boundary gas probes
· Gas collection system
monitoring
· Environmental monitoring
· Annual reporting
Summary
As the Sabiston landfill site continues to
decompose, it is producing methane gases and leachate. The existing gas collection system is
affected by on-going differential settlement of the waste material, aging
infrastructure and seasonal weather conditions. The recent investigations identified the need
for remedial work as well as a comprehensive yearly monitoring program. This yearly program will identify the
rehabilitation requirements, such that the Town can ensure that the gas
collection system functions properly and no material leaves the landfill site
that are hazardous to the surrounding environment.
Asset Management proposes that Beatty be
retained to complete this work based on their past experience with the existing
landfill gas collection system. Over the
years, Beatty has also developed a detailed understanding of the system, and
provided the Town with sound advice in the management, operating, and
maintenance of the system. With Beatty’s
assistance and guidance as well as their crucial knowledge and understanding of
the landfill site, system components and engineering, Town staff was able to
develop management strategies for the site.
Beatty has a
proven track record with the Town for the Sabiston landfill including their
responsiveness and quality of service. In addition, the Town is working with
Beatty on developing a new landfill technology (aerobic) for the landfill, such
that if the remedial/monitoring work is performed by another firms, substantial
coordination/collaboration will be required between the two firms to ensure the
old and the new system are compatible. Overall, if the Town is to work with
another consultant at this stage there will be a long learning curve to
understand the system and its requirements which
could cause potential
negative impacts on the future management strategy for the Sabiston Landfill.
Table “B” – Contract Extensions as Authorized per Original Award
PROJECT # |
DESCRIPTION |
SUPPLIER |
ORIGINAL AWARD TERM |
EXTENDED TERM |
EXTENDED AMOUNT |
% PRICE INCREASE |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|