STAFF AWARD REPORT                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

080-T-09 Supply and Delivery of Various Fleet Vehicles

Date: 

June 3, 2009

Prepared by:

Laurie Canning, Manager, Fleet and Supplies ext. 4896

Patti Malone, Senior Buyer, Purchasing ext. 2239

 RECOMMENDATION

Recommended Supplier(s)

Colombo Chrysler Motors (Lowest Priced Supplier - Item 1 and  3)

Forbes Ford Sales Ltd. (Lowest Priced Supplier - Items 2 and 5)

Unionville Motors Ltd. (Lowest Priced Supplier – Items 4)

Current Budget Available

$      1,395,242.38

Various Fleet Accounts (See Financial Attachment)

Current Budget Allocated

$         258,869.00

Budget allocated for these items.

Less cost of award

$         240,111.00

Inclusive of PST, exclusive of GST

Budget Remaining after this award

$      1,155,131.38

*

*A portion of  remaining balance of $21,490.40 will be utilized for “Markhamizing” the vehicles and the remaining balance will be returned to the 2009 fleet replacement program accounts for completing the outstanding purchases approved for 2009.

 

PURPOSE:

To obtain approval to award the tender 080-T-09 for the supply and delivery of vehicles.

 

BACKGROUND:

Tender 080-T-09 was issued for the supply and delivery of 2009 vehicles for various departments.  All units identified in this report have had a condition assessment by Fleet staff and meet the requirements of the Fleet replacement guidelines.  

 

Through the 2009 Fleet replacement program, staff deferred 50% of vehicles due for replacement as the condition assessment deemed the vehicles to be acceptable for an additional period.  The vehicles recommended for replacement within this award report require continued servicing and/or repairs, which have been put off in anticipation of the replacement units. 

 

Currently, Waterworks have two vehicles units 2170 & 2178 in the 2009 Capital Budget for replacement.  The specification for Waterworks cube vans has been upgraded within this tender to a crew cab to allow for the transportation of two additional staff.  This upgrade resulted in an additional unit cost of $20,476.36, however the upgrade will allow for the transportation of 4 Waterworks staff to job sites to meet the requirements for confined space entries.  This upgrade will also allow staff to surplus one of the units that was budgeted in the 2009 Waterworks Capital in the amount of $32,000.

 

Due to changes in the automotive market, item 4 (2 full size pick up trucks) with an approved budget of $74,740 had bids for $50,751.36.   The result is a savings of $23,988.64.

 

Staff has reviewed the bid documents and is satisfied that all terms and conditions comply with the Town’s requirements.

 

Upon delivery of the new vehicles, the following units;  3337, 3341, 2170, 2178, 3344, 1244, 1245, 5120, 6092, 6098 and 6099 will be sold in accordance with Purchasing By-law 2004-341, PART V Disposal of Personal Property and proceeds be posted to account 890 890 9305 Proceeds from Sale of other Fixed Assets.

 

BID INFORMATION

Advertised

ETN (Electronic Tendering Network)

Bids closed on

April 15, 2009

Number picking up bid documents / sent electronically

16

Number responding to bid

5

 

 


 

 

080-T-09 Supply and Delivery of Various Fleet Vehicles                                                                                           Page 2 of 2

________________________________________________________________________________________________

 

 

 

DETAILED PRICING INFORMATION (INCLUSIVE OF PST)

Item #

1

2

3

4

5

 

2009 - Crew cab & chassis with dual rear wheels complete with dump body (diesel, auto) 4 x 2
 (Qty 1)

2009 full size crew cab pick up truck (Qty 1)

2009 - Crew cab & chassis with dual rear wheels complete with dump body & Snow Plow (diesel, auto) 4 x 2                (Qty 1)

2009 full size pickup trucks, 4 x 4 drive, regular cab, 8 foot box, 8 cylinder and automatic             (Qty 2)

2009 Crew Cab and Chassis with Dual rear Wheels                 (Qty 1)

Bidder

 

 

 

 

 

Unionville Motors Ltd

 $          49,149.72

 $       37,360.44

 

 $           25,375.68

No Bid

Larkin Chrysler

 $          53,800.20

 $       38,723.40

 $           59,969.16

 No Bid

No Bid

Columbo Chrysler Motors

 $          45,865.44

 $       37,683.36

 $           51,998.76

 $           25,691.04

 $     57,784.32

Forbes Ford Sales

 $          47,922.84

 $       36,019.08

 $           54,925.56

 $           26,339.04

 $     55,476.36

Gilles Cherolet

 $          53,622.00

 $       42,177.24

 No Bid

 $           26,928.72

No Bid

FINANCIAL CONSIDERATIONS AND TEMPLATE

Item-Description

Equip ID

Qty

Original Budget

Current Budget Available

Committed

Current Budget Allocated

Less Cost of this Award (Excl GST)

Budget Remaining Allocation of this award

Item 1 – 2009 Crew Cab & Chassis with Dual wheels / Dump Body 4 x 2

3341

1

 

 

 

$51,658.00

$45,865.44

$5,792.56

Item 2 – 2009 Full size Crew Cab Pick-up Truck

3344

1

 

 

 

$45,813.00

$36,019.08

$9,793.92

Item 3 – 2009 Crew Cab & Chassis with Dual wheels / Dump Body & Snow Plow

3337

1

 

 

 

$51,658.00

$51,998.76

($340.76)

Item 4 – 2009 Full Size Pick-up Truck 4x4

1244,1245

2

 

 

 

$74,740.00

$50,751.36

$23,988.64

 

Total

Account 057-6150-9244-005 Corporate Fleet

 

5

$1,139,100

$1,119,442.38

$107,246.16

$223,869.00

$184,634.64

$39,234.36

Item 5 – 2009 Crew Cab and Chassis with Dual Wheels / Van Body 4 x 2

 2178, 2170

1

 

 

 

$67,000.00

$55,476.36

$11,523.64

 

 

Total

Account 057-6150-9245-005 Waterworks Fleet

 

1

$275,800

$275,800.00

-

$35,000.00

$55,476.36

($20,476.36 )1

 

 

 

 

 

 

 

 

Budget Remaining

 

TOTAL

 

 

6

$1,414,900

$1,395,242.38

$107,246.16

$258,869.00

$240,111.00

$1,155,131.38

1 The shortfall will be offset by the elimination of the $32,000 requirement within this budget for the purchase of an additional vehicle (Replace 2170) for Waterworks which will be declared surplus upon award of this contract.

 

ENVIRONMENTAL CONSIDERATIONS:

Four (4) units in this award are diesel powered compatible with the use of bio diesel blends currently used in all diesel powered fleet units.

 

 

 

 


        

                                                                 STAFF AWARD REPORT                                                               Page 1 of 2                    

To:

John Livey, Chief Administrative Officer

Re: 

118-T-09  Bridge Improvements -Elgin Mills Rd. (B21), Main St. Unionville (B29)

and Carlton Rd. (B34)

Date: 

May 25, 2009

Prepared by:

Hossein Sharif, Senior Project Engineer, Asset Management

Patti Malone, Senior Buyer, Purchasing

 

RECOMMENDATION

Recommended Supplier

Marbridge Construction Ltd (Lowest Priced Bidder)

Available Budget

$   219,400.00

Various Accounts (See Financial Attachment)

Less cost of award

$     176,298.00

$     30,000.00

$   206,298.00

Excluding GST

Contingency (17%)*

Total Award

Budget Remaining after this award

$     13,102.00

**

Contingency amount:

*Staff knows from experience that rehabilitation works usually end up with many unexpected / unknown changes. For example, the removal of the proposed 50mm of concrete of sidewalk may uncover unsound concrete and excessive reinforcing corrosion, in this case, more concrete depth removal will be required along with replacement of reinforcement.  Staff is of the opinion that $10000 contingency for each bridge totaling $30000 is a fair estimate to manage the construction.

 

Miscellaneous amount:

**The remaining balance will be for lane restrictions and landscaping as budgeted for in this project.  Upon completion of all planned works, the balance will be returned to the original funding source.

 

Marbridge was the supplier for 042-T-08 the John Street Bridge superstructure over Don River (B02) and they performed to the Towns satisfaction. 

 

PURPOSE
To obtain approval for awarding a construction contract for Bridge Improvements -Elgin Mills Rd. (B21), Main St. Unionville (B29) and Carlton Rd. (B34).

BACKGROUND
In compliance with the requirement of Public Transportation and Highway Improvement Act, Ontario Regulation 104/97, and according to the recommendations of the Town’s consulting engineers (G.D. Jewell Engineering), Asset Management Department plans to rehabilitate the Main Street Unionville Bridge (north of Carlton Road), the Carlton Road Bridge (east of Main Street) and the Elgin Mills Bridge west of Highway 48 in the summer of 2009 (see Attachment “A” & “B” - Plans).

Elgin Mills Bridge, west of Highway 48 was constructed in 1980. It carries two lanes of traffic over the Little Rouge Creek. Main Street Unionville Bridge, north of Carlton Road was constructed in 1982 and carries two lanes of traffic over Bruce Creek. Carlton Road Bridge east of Main Street also carries two lanes of traffic over Bruce Creek and was constructed in 1983.

In summer 2008 a Detailed Condition Survey was carried out by the Town consultant (G.D. Jewell) for these three bridges. Rehabilitation works were recommended.

Asset Management Department’s staff prepared the three bridges rehabilitation detailed design and will carry out Contract Administration (CA) tasks for this contract as well.

 

BID INFORMATION

Advertised

ETN (Electronic Tendering Network) – April 24, 2009

Bids closed on

May 13, 2009

Number picking up bid documents

12

Number responding to bid

4

 


 

118-T-09 Bridge Improvements -Elgin Mills Rd. (B21), Main St. Unionville (B29)

and Carlton Rd. (B34)                                                                                                                                        Page 2 of 2
­­­­­­­­­­­­­­­­­____________________________________________________________________________________________

 

 

 

PRICE SUMMARY

Supplier

Price (exclusive of GST)

Marbridge Construction Limited

$176,298.00

Bob Hendricksen Construction Limited

$293,653.00

Elirpa Construction & Material Ltd.

  $320,533.37

Brennan Paving & Construction

  $321,444.00

The pricing from Marbridge was in accordance with the cost estimate.

 

 

FINANCIAL ATTACHMENT

Account # and Description

Original Budget 

Current Budget Available (Unspent) ***

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

Contingency

Budget Remaining after this Award

058-6150-8462-005 EREP Bridge Improve Elgin Mills

$154,000.00

$153,700.00

$61,136.00

   

$10,000.00

$82,564.00

 

058-6150-8463-005 EREP Bridge Improve Main St Unv

$  33,000.00

$  32,700.00

$62,076.00

$10,000.00

-$39,376.00

058-6150-8465-005 EREP Bridge Improve Carlton Rd

$  33,000.00

$  33,000.00

$53,086.00

 

$10,000.00

-$30,086.00

Total

$220,000.00

$219,400.00

$176,298.00

$30,000.00

$13,102.00

***The capital request was based on the estimates of the visual inspections carried out by the Town consultant in 2005 & 2006.  However, in 2008 a detail condition survey was conducted and more accurate estimates were provided by the consultant and are close to the bid amounts.

 

Staff requests funding be transferred from project 8462 to 8463 and 8465 to cover for shortfalls as a result of the contract awards.

 

 


 

                                                                       STAFF AWARD REPORT                                           Page 1 of 2            

To:

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

002-T-09 Closed Circuit Television Inspection of Sanitary and Storm Sewer Mains

Date: 

June 9, 2009

Prepared by:

Diogo Oliviera, Waterworks Supervisor, ext. 2485

Patti Malone, Senior Buyer, ext. 2239

 

RECOMMENDATION

Recommended Supplier

Sewer Technologies Inc. (Lowest Priced Bidder)

Budget Allocated for Award 

$300,000.00

See Financial attachment

Less cost of award

$244,170.00

Including Additional Items and excluding GST

Budget Remaining after this award

$  55,830.00

*

*The remaining balance to be applied to other sanitary and storm sewer main projects as budgeted for within the respective accounts.

 

PURPOSE

To obtain approval to award the annual contract for closed circuit television inspection and condition reporting of sanitary and storm sewer mains.

 

BACKGROUND

The CCTV inspection program helps to develop a sanitary and storm sewer mains inventory including size, type, age and condition of the system.  This information enables Waterworks and Operations (Roads) to prepare accurate maps of the system and to identify defects in the system so that short term maintenance requirements can be identified and long term repairs and rehabilitation programs can be planned.  The award of this contract will assist Waterworks and Operations in maintaining their level of service.

 

The term of this contract is (1) year, with an option to renew for two (2) additional years at the same terms, conditions and pricing and based on the contractor’s performance and at the sole discretion of the Town.

 

Staff are only seeking approval for one (1) year term to confirm vendor performance as this is the 1st time doing business with them.  Staff will seek appropriate approval authority to extend the contract for year two (2) and three (3) after vendor evaluation is completed for year one (1).

 

Note: Reference checks conducted have provided positive feedback on this vendor.

 

BID INFORMATION

Advertised

ETN (Electronic Tendering Network)

Bids closed on

May 13, 2009

Number picking up bid documents

11

Number responding to bid

  3

 

PRICE SUMMARY (Exclusive of GST)

Supplier

Tender Price

Provisional Prices

Total

Sewer Technologies Inc.

 $212,500.00

$31,670.00

$244,170.00

Mircam Pipe Inspection Inc.

$229,700.00

Incomplete*

Incomplete*

Veolia ES Canada Industrial Services Inc.

$244,800.00

$12,240.00

$257,040.00

* Mircam did not bid on the all the provisional items.  Mircam does not have the camera to inspect the sanitary sewer laterals from the main.  The provisional items require a special attachment to the main camera that would include an adapter and reels to enable them to access the laterals.  The provisional items are occasionally required and a better price can be obtained to have it as part of the sanitary sewer main tender.

 

BID INFORMATION

The low bidder price represents a 10% increase from the last contract, however, if the contract is extended the pricing is firm fixed for three (3) years.


 

 

002-T-09 Closed Circuit Television Inspection of Sanitary and Storm Sewer Mains                               Page 2 of 2

______________________________________________________________________________________________

 

 

 

FINANCIAL ATTACHMENT

Account Number / Description

Original Budget

Current Budget Available

Current Budget Allocated

Less Cost of this Award (Excl GST)

Budget Remaining After Allocation of this award

 

700-101-5699-9176

Storm Sewer Inspection

 

$104,000.00

$104,000.00

$100,000.00

$100,000.00

$0

 

760-551-5300

Construction

 

 

$331,818.00

$325,396.40

$200,000.00

$144,170.00

$55,830.00

Total

$435,818.00

$429,396.40

$300,000.00

$244,170.00

$55,830.00

 

 

 


                                                                                               

                                                         

                                                                                STAFF AWARD REPORT                                            Page 1 of 2                                                

To:

John Livey, Chief Administrative Officer

Re: 

110-T-09 Bullock Drive Watermain Replacement (Phase 1) - from McCowan Road to Jug Lane

Date: 

June 17, 2009

Prepared by:

Prathapan Kumar, Senior Project Engineer, ext. 2989

Patti Malone, Senior Buyer, ext. 2239

 

RECOMMENDATION

Recommended Supplier

Direct Underground Inc. (Lowest Priced Bidder)

Current Budget Available

$     1,606,470.00

$          79,040.00

$     1,685,510.00

Budget allocated to this location net of commitments

Region of York Funding for Regional works*

053-6150-9276-005 Watermain Const. & Repl.

Less cost of Award

$     1,151,180.25

$        115,118.00

$     1,266,298.25

Construction

Contingency (10%)

Total Award

Budget Remaining after this award

$        419,211.75

**

* The Region will be invoice based on actual cost in association to watermain looping works at McCowan Road intersection (estimated at $74,340) and additional design fee amounting to approximately $4,700.00.

 

** Of the budget remaining, $60,530.00 will required for geotechnical, contract administration and inspection.  The remaining balance of $358,681.75 ($419,211.75 - $60,530.00) will be returned to the original funding source upon payment of the final invoice.

PURPOSE

To obtain approval to award the construction portion of Bullock Drive Watermain Replacement (Phase 1) from McCowan Road to Jug Lane.

BACKGROUND

The Town is proposing to replace the existing aging municipal watermain on Bullock Drive from McCowan Road to Hawkridge Aveue with a new 300mm diameter PVC watermain.  The project is part of Waterworks Department’s on-going Watermain Improvement Program to systematically replace and upgrade deficient watermain to improve supply capacity and reliability.  The existing watermain situated along these areas is one of the older watermains in the Town of Markham. 

Replacement of this watermain is required in order to reduce disruption of services to the area businesses and residents.  

In addition as part of pressure zone reconfiguration, existing connection at Bullock Drive/McCowan Road intersection will be reconfigured and the cost of this work will be borne by Region of York.  The construction will be divided into two phases,  Phase 1 up to Jug Lane constructed in 2009 and Phase 2 up to Hawkridge Avenue will be constructed in 2010. 

 

BID INFORMATION

Advertised

ETN (Electronic Tendering Network)

Bids closed on

June 10, 2009

Number picking up bid documents

21

Number responding to bid

11

 


 

110-T-09 Bullock Drive Watermain Replacement (Phase 1) - from McCowan Road to Jug Lane            Page 2 of 2

_________________________________________________________________________________________________

 

 

PRICE SUMMARY

Supplier

Price (exclusive of GST)

Direct Underground Inc.

$ 1,151,180.25

FDM Contracting Co. Ltd.

$ 1,488,381.22

Drainstar Contracting Ltd.

  $ 1,490,590.50

Sam Rabito Construction Ltd.

  $ 1,511,447.80

Lancorp Construction Co. Ltd.

  $ 1,552,292.90

Trisan Construction

  $ 1,555,877.00

Pachino Construction Co. Ltd.

  $ 1,559,500.00

Calder Hill Contracting

  $ 1,672,134.00

Howlett Development & Construction Services Ltd.

  $ 1,792,462.00

London Excavators & Trucking Ltd.

  $ 1,795,732.60

Moretti Excavating Ltd.

  $ 1,930,215.00

Note:   Prices are exclusive of GST and have been verified for accuracy and compliance with the tender terms and conditions.

 


 

 

 

 

                                                               STAFF AWARD REPORT

To:

Peter Loukes, Director, Operations

Re: 

136-Q-09 Supply and Delivery of 16’ Rotary Mower with Cab 

Date: 

June 5, 2009

Prepared by:

Laurie Canning, Manager, Fleet & Supplies, ext. 4896

Patti Malone, Senior Buyer, ext. 2239

 

RECOMMENDATION

Recommended Supplier

Turf Care Products (Lowest Priced Supplier)

Current Budget Available 

$   104,415.00

057-6150-9244-005 Corp. Fleet Replacement

Less cost of award

$     87,480.00

Exclusive of GST for 2009

Budget Remaining after this award

$     16,935.00

*

*A portion of the remaining balance of $1,600.00 will be used for “Markhamizing” the vehicles, $10,000.00 will be returned to the original funding source and the remaining balance will be returned to the 2009 fleet replacement program accounts for completing the outstanding purchases approved for 2009.

 

PURPOSE

To obtain approval to award 136-Q-09 for the supply and delivery of a 16’ rotary mower with cab.

 

BACKGROUND

136-Q-09 was issued for the supply and delivery of a 16’ rotary mower with cab replacing unit 3485. The unit recommended for replacement within this award report has been experiencing unacceptable downtime along with continued servicing and/or repairs, which have been put off in anticipation of the replacement unit. 

The unit identified in this report has had a condition assessment by Fleet staff and meets the requirements of the Fleet replacement guidelines as identified in the Corporate Fleet Policy.  

 

Upon delivery of the new mower, unit 3485 will be sold in accordance with Purchasing By-law 2004-341, PART V Disposal of Personal Property and proceeds be posted to account 890 890 9305 Proceeds from Sale of other Fixed Assets.

 

BID INFORMATION:

Advertised

ETN

Bids closed on

May 6, 2009

Number picking up bid documents

6

Number responding to bid

2

 

 

PRICE SUMMARY:

Supplier

Price, Exclusive of GST

Turf Care Products

$   87,480.00*

G.C. Duke Equipment Ltd.

$   90,103.32

 

 


                           

 

                                                 

                    

    STAFF AWARD REPORT                             

To:

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

175-T-09  Centennial Community Centre – Pool Ultra Violet (UV) System

Date: 

July 16, 2009

Prepared by:

Dennis Riggs, Facility Coordinator  Ext. 294

Tony Casale, Senior Buyer Ext. 3190

 

RECOMMENDATION

Recommended Supplier

Wellington Construction Inc. (Lowest Priced Supplier)

Current Budget Available 

$    129,800.00

500 101 5399 9151 Recreation Facilities - Pool Sanitization upgrade

Less cost of award

$    113,945.00

$      10,000.00

$    123,945.00

Price inclusive of PST, exclusive of  GST

Contingency (10%)

Total Award inclusive of PST & Contingency, exclusive of GST

Budget Remaining after this award

$       5,855.00

*

* The remaining balance in the amount of $5,855.00 will be returned to the original funding source upon completion of the project.

 

PURPOSE

To obtain approval to award the contract for the installation of a pool Ultra Violet (UV) system at the Centennial Community Centre.

 

BACKGROUND

 

Ultra Violet (UV) installations in the drinking water, waste water, medical and manufacturing industries have been widely used throughout the world with great success.  In the pool industry, the UV systems have gained momentum with its advanced technology over the last five years.  Benefits include some chemical savings, the elimination of chloramines which can cause eye, throat and skin irritations. UV can also destroy bacteria such as E-coli and Cryptosporidium.  UV provides a healthier environment as far as air quality and improved bather comfort in the water.  The benefits of the addition of a medium intensity UV to pool sanitation systems, is becoming the best practice in the industry

 

Although several hundred systems have been successfully implemented in North America, the addition of UV sanitation system to the pools at Centennial Community Centre will be the first of its kind in the Town of Markham.  The intention is to upgrade the one facility only, monitor the results and evaluate.  If the expected results prove successful and are well received by the community, the balance of the pools in Markham will be completed, in the future.

 

 

BID INFORMATION

Advertised

ETN

Bids closed on

July 08, 2009

Number picking up bid documents

10

Number responding to bid

3

 

PRICE SUMMARY

Supplier

Price, Inclusive of PST and exclusive of GST

Wellington Construction Inc.

$  113,945.00

Austin Carroll Pool Construction Ltd.

$  137,405.00

Acapulco Pools Limited

$  142,171.00

       


 

     STAFF AWARD REPORT                                            Page 1 of 2

To:

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

161-T-09 Supply and Delivery of Fleet Vehicles

Date: 

June 29, 2009

Prepared by:

Laurie Canning, Manager, Fleet and Supplies ext. 4896

Patti Malone, Senior Buyer, Purchasing ext. 2239

 

RECOMMENDATION

Recommended Supplier(s)

Edgetown For Lincoln Sales Ltd. (Lowest Priced Supplier/Item #1)

Giles Chevrolet Limited (Lowest Priced Supplier/Item #2)

Current Budget Available

$         955,754.70

Various Fleet Accounts (See Financial Attachment)

Current Budget Allocated

$         263,793.00

Budget allocated for these items

Less cost of award

$         215,993.52

Inclusive of PST, exclusive of GST

Budget Remaining after this award

$          47,799.48

*

*A portion of  remaining balance of $47,799.48 will be utilized for “Markhamizing” the vehicles for approximately $6,000 and the remaining balance will be returned to the 2009 fleet replacement program accounts for completing the outstanding purchases approved for 2009.

 

Note: Additionally, the Town will be applying for the Provincial rebates on four (4) Hybrid vehicles in the total amount of $8,000 that will be returned to the original funding source when received.

 

PURPOSE

To obtain approval to award the tender 161-T-09 for the supply and delivery of seven (7) vehicles.

 

BACKGROUND

Tender 161-T-09 was issued for the supply and delivery of seven 2009 vehicles for various departments.  All units identified for replacement in this report have had a condition assessment by Fleet staff and meet the requirements of the Fleet replacement guidelines.  

 

Through the 2009 Fleet replacement program, due to the condition assessments deeming the vehicles to be acceptable for an additional period staff deferred 50 % of the units identified in life cycle reserve study originally scheduled for replacement. The 7 units that are being recommended for replacement would require continued servicing and/or repairs and this required work along with the increased downtime is not deemed to be economically viable.

 

Staff has reviewed the bid documents and is satisfied that all terms and conditions comply with the Town’s requirements.

 

Upon delivery of the seven new vehicles, the following units; 5120, 6092, 6098, 6099, 2187, 2194, and 2195 will be sold in accordance with Purchasing By-law 2004-341, PART V Disposal of Personal Property and proceeds be posted to account 890 890 9305 Proceeds from Sale of other Fixed Assets.

 

BID INFORMATION

Advertised

ETN (Electronic Tendering Network)

Bids closed on

June 17, 2009

Number picking up bid documents / sent electronically

28

Number responding to bid

5

 

 

 

 

 

 

 

 

 

 

 


 

 

161-T-09 Supply and Delivery of Various Fleet Vehicles                                                                                               Page 2 of 2

___________________________________________________________________________________________________

 

 

DETAILED PRICING INFORMATION (INCLUSIVE OF PST)

Item #

1

2

 

2010, 4 Door, Hybrid SUV, 4X2 Drive, 4 Cylinder , Automatic for Qty 4

2010, Full Size Cargo Van, 4X2 Drive, 6 Cylinders and Automatic Qty 3

Bidder

 

 

Forbes Ford sales Ltd.

 $37,053.72 X 4 = $148,214.88

 $23,488.92 X 3 = $70,466.76 

Donway Ford Sales Limited

 $37,517.04 X 4 = $150,068.16

 $23,749.20 X 3 = $71,247.60

Markville Ford Lincoln Limited

 $37,175.76 X 4 = $148,703.04

 $23,247.00 X 3 = $69,741.00

Edgetown Ford Licoln Sales Ltd.

 $36,970.56 X 4 = $147,882.24

 $23,378.76 X 3 = $70,136.28

Gilles Cherolet Limited

No Bid

 $22,703.76 X 3 = $68,111.28

FINANCIAL CONSIDERATIONS

Account Number

Equip ID

Qty

Original Budget

Spent to Date

Committed

 

Current Budget Available

Current Budget Allocated

Less Cost of this Award (Excl GST)

Budget Remaining  After Allocation of this award

057-6150-9244-005 Corporate Fleet

 

5120, 6092, 6098, 6099

4

$1,139,100

$20,236.45

$383,432.49

$735,431.06

$161,568

$147,882.24

$ 13,685.76

057-6150-9245-005 Waterworks Fleet

 

2187, 2194, 2195

3

$   275,800

$ 0

$ 55,476.36

$220,323.64

$102,225

$ 68,111.28

$ 34,113.72

 

 

 

 

 

 

 

 

 

 

 

TOTAL

 

 

7

$1,414,900

$20,236.45

$438,908.85

$955,754.70

$263,793

$215,993.52

$ 47,799.48

 

ENVIRONMENTAL CONSIDERATIONS

Four (4) units in this award are hybrid powered vehicles.  Upon delivery of this unit Markham’s fleet will be comprised of 28 hybrid units. 12 % of the licensed fleet compliment is currently hybrid powered.

 


       

      STAFF AWARD REPORT                                                                                                       

To:

Steve Andrews, Director, Asset Management

Re: 

157-T-09 Replace and Repair Streetlight Poles and Handhole Covers

Date: 

July 6, 2009

Prepared by:

Alan Laver, Manager, Utilities and Contracts, ext. 3400

Patti Malone, Senior Buyer, ext. 2239

 

RECOMMENDATION

Recommended Consultant

Langley Utilities Contracting Ltd.

Current Budget Available

$    153,060.00

058-6150-9238-005 Streetlight Repl Condtn (2009)

Less cost of award

$      94,835.00

Award inclusive of PST, exclusive of GST

Budget Remaining after this award

$      58,225.00    

*

*The remaining balance in the amount of $58,225.00 will be used to complete additional pole rehab and replacement as required in 2009 and as budgeted for within account 058-6150-9238-005.

 

PURPOSE

The purpose of this report is to obtain approval to award the contract for “Replace and Repair of Streetlight Poles and Handhole Covers”.

BACKGROUND

In 2008 the Asset Management Department hired a Consultant firm to do an inventory and condition analysis of approx. 18,000 older streetlights in the Town.  The condition analysis identified approximately 160 poles that needed to be replaced and approx. 200 handhole covers that need to be repaired as soon as possible.

 

Funding was approved in the 2009 Capital Budget to start the repair and replacement program based on the consultant’s estimate. The Tender document included pricing for 30 poles requiring various repairs with an additional 8 provisional poles and 218 handhole covers repairs.  Tender prices came in significantly lower than anticipated likely due to the competitiveness of the marketplace and/or an overestimate from the consultant (e.g. Price received. $2500/pole compared to $5,000 /pole estimate).  Subsequently, the lower prices received provide an opportunity of further repair and replacement program being completed in 2009 and the ability to reduce further budgetary requirements in 2010 & 2011. 

 

As additional funding is available and in order to maximize the market condition, Staff will be releasing another quotation to the marketplace in order to be fair and open to all bidders.  

 

BID INFORMATION

Advertised

ETN

Bids closed on

June 24, 2009

Number picking up bid documents

12

Number responding to bid

4

 

PRICE SUMMARY

Supplier

Price, Exclusive of GST *

Langley Utilities Contracting Ltd.

$   94,835.00  

Alineutility.com

$   95,750.00

Powerline Plus Ltd.

$ 123,090.00

Beacon Utility

$ 194,633.00

* Pricing includes provisional item # 2 (Eight (8) additional pole replacements)

 

 


                                                                                               

                                                 

         STAFF AWARD REPORT                                            Page 1 of 2                                               

To:

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

144-T-09 Sanitary Sewer Extensions in Thornhill Area

Date: 

July 2, 2009

Prepared by:

Prathapan Kumar, Senior Project Engineer, ext. 2989

Patti Malone, Senior Buyer, ext. 2239

 

RECOMMENDATION:

Recommended Supplier

Tedescon Infrastructure Ltd. (Lowest Priced Bidder)

Original Budget and Account #

$     1,750,000.00 

053-6150-8334-005 and 053-6150-9278-005

Budget Allocated for Award

$        300,000.00

 

Less Cost of Award

$        237,598.00

$          35,640.00

$        273,238.00

Excluding GST

Contingency (15%)

Total Award

Budget Remaining after this award

$          26,762.00

*

*The budget remaining of $26,762.00 will be used for construction inspection services ($9,990.00), Geotechnical services ($11,680.00) for a total of $21,670.00.  The balance of $5,092.00 will be returned to original funding source upon payment of final invoice.

 

PURPOSE

To obtain approval to award the construction contract for Sanitary Sewer Extensions in Thornhill Area.   

 

BACKGROUND

The local sewer system in Baythorn area of Thornhill experienced surcharges and flooding in the past due to the capacity constraints to carry sewage flows under wet weather conditions.  On numerous occasions, residents living in this area complained about flooding problems.  Waterworks Department identified this project to improve the capacity of local sewer system in order to alleviate sewer surcharge and flooding in this area as an on-going effort to provide better quality of services to the residents.

 

The proposed sanitary sewer extensions will be on the following streets:

·         Colonsay Road and Silver Aspen Drive (approx 220m)

·         Royal Orchard Boulevard at Bay Thorn Drive (approx 70m)

·         Weeping Willow Lane (approx. 25m)

 

BID INFORMATION

Advertised

ETN (Electronic Tendering Network)

Bids closed on

May 29, 2009

Number picking up bid documents

12

Number responding to bid

6

 

PRICE SUMMARY

Supplier

Price (exclusive of GST)

Tedescon Infrastructure Ltd.

$237,598.00

Lancorp Construction Co. Ltd.

$239,569.10

Dig-Con International Ltd.

  $265,736.15

Howlett Development & Construction Services

  $272,877.80

Direct Underground Inc.

  $313,325.00

FDM Contracting Co. Ltd.

  $334,341.16

 

 

 

 


 

 

144-T-09 Sanitary Sewer Extensions in Thornhill Area                                                                                            Page 2 of 2

________________________________________________________________________________________________

 

 

FINANCIAL ATTACHMENT:

Account # and Description

Original Budget 

Current Budget Available (Unspent) 

Amount Allocated for this Award 

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

Budget Remaining after this Award

053-6150-8334-005        Sewer System Upgrade Prog.

 

$ 1,500,000.00

$1,491,620.00

$ 200,000.00

$ 0.00

$ 200,000.00

053-6150-9278-005  Sanitary Sewer Const/Repl

 

$ 250,000.00

$ 250,000.00

$ 100,000.00

$ 273,238.00

-$ 173,238.00

Total

$ 1,750,000.00

$ 1,741,620.00

$ 300,000.00

$ 273,238.00

$ 26,762.00

 

It is recommended that funds be transferred from project 8334 into project 9278 to fund this award.

Project 8334 Sewer System Upgrade Programme had $1,400,000 for main line sewer replacement.  $200,000 from main line sewer allocation will be used to fund this project.

Project 9278 Sanitary Sewer Const/Replacement included $100,000 for sanitary sewer redirection from Inverlochy Boulevard to Royal Orchard and this award includes this work.

 

The scope of the project was modified to due to site constraints to include the sewer alignment and the inclusion of Weeping Willow Lane connection.

 


 

 

STAFF AWARD REPORT     

                              To:

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

223-T-09 Winter Screened Sand (York Co-op CT-09-03)

Date: 

July 24, 2009

Prepared by:

Morgan Jones, District Manager (East), ext. 2285

Patti Malone, Senior Buyer, ext. 2239

 

RECOMMENDATION

Recommended Supplier

Floyd Preston Ltd.  (Lowest Priced Supplier)

Original Budget and Account #

$           46,612.00

700-504-4520 Sand (2009)

Current Budget Available 

$           16,774.53

700-504-4520 Sand (2009)

Less cost of award                              

$           16,774.53

$           46,612.00

$           46,612.00

$           29,837.47

$         139,836.00

Aug – Dec 2009

Jan -  Dec 2010 *

Jan – Dec 2011 *

Jan – July 2012 *

Total Award

Budget remaining after this award

$                    0.00          

 

* Subject to council approval of the 2010, 2011 and 2012 operating budget.

Staff be authorized to issue purchase orders in 2010, 2011 and 2012 for the approved budget amount.

 

PURPOSE:

To obtain approval to award the contract for the supply, purchasing and delivery of screened winter sand, mixing of screened winter sand on site and stockpiling.

 

BACKGROUND:

The Town of Richmond Hill on behalf of the York Public Buyers Association (Including the Town of Markham, Town of Whitchurch, Town of Stouffville, Town of Newmarket, Town of Richmond Hill, Town of Aurora, City of Vaughan and King Township) issued a tender for the supply and delivery of winter screened sand.  The tender was issued in compliance with Markham’s purchasing guidelines.

The term of the contract is for three (3) years.

BID INFORMATION:

Advertised

ETN

Bids closed on

July 7, 2009

Number picking up bid documents

2

Number of companies responding to bid

2

 

DETAILED PRICE SUMMARY:

Supplier

Unit Price per Tonne

Total Unit Price
per Tonne excluding GST

Sand plus PST (A)

Delivery, Mixing and Stockpiling (B)

A + B = Total Price 

Floyd Preston Ltd.

$6.48

$10.25

$16.73

John Eek & Son

$5.78

$11.05

$16.83

As compared to the previous contract, this contract represents an increase of 20% or $2.82 per tonne.  This contract now includes environmental Fee $0.25/tonne and TOARC Licence fee for $0.115 accounting for 2% of the increase.  The remaining 18% can be accredited to the following increases:   fuel, CPI, and insurance.  (Note:  pricing is firm fixed for the three (3) year term)


                            

                                                 

STAFF AWARD REPORT                                                Page 1 of 2

To:

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

227-Q-09 Centennial Community Centre Complete Pool Heat Recovery System

Date: 

August 14th, 2009

Prepared by:

Max Stanford, Project Manager Facilities Maintenance, Asset Management  Ext. 2710

Rosemarie Patano, Senior Buyer Ext. 2990

 

RECOMMENDATION

Recommended Supplier

BEN-AIR SYSTEMS INC.  (Lowest Priced Supplier)

Original Budget and Account #

$956,250.00

070-5350-9521-005 Centennial Expansion Additions (Council Report June 3/09)

Current Budget Available 

$943,868.00

 

Budget Allocated to this Award

$    50,000.00

 

Less cost of award

$    61,000.00

Price, exclusive of PST and exclusive of GST

Budget Remaining after this award

($11,000.00)

*

*Funding shortfall will be covered through the contingency component within budget ($183,250 available).

 

PURPOSE

To obtain approval to award the contract of the complete pool heat recovery system, per Council Report June 03rd 2009: Centennial Expansion Additions. The completion of contract work and repair deficiencies at the Centennial Community Centre includes mechanical work (completion of installation, and correcting deficiencies).  

 

BACKGROUND

Various projects resulting from the Centennial Expansion Additions need to be completed in order to maintain current service levels.  This work includes mechanical system upgrades which construction contractors failed to complete with their work started in 2008 at the Centennial Community Centre.  Project #227-Q-09 requires the removal of existing piping and equipment and the supply and installation of new piping and equipment, allowing for the connection of the mechanical systems into the existing building automation (BAS) to achieve efficiencies. 

 

Delaying the pool heat recovery coil system project poses a risk management issue and may cause problems with mechanical and building assets and related increased operational costs.

 

 

BID INFORMATION

Advertised

By Invitation

Bids closed on

August 12, 2009

Number picking up bid documents

4

Number responding to bid

2*

* Combination of factors resulted in the lack of bid responses:  one supplier cannot meet delivery/completion requirements;               the second supplier cannot handle the project due to present work load and did attend the mandatory site visit (which was an automatic disqualification from bidding).                          

 

PRICE SUMMARY

Supplier

Price, exclusive of PST and exclusive of GST

BEN-AIR SYSTEMS INC.

$  61,000.00

Lenar Mechanical Systems Ltd.

$  69,000.00

 

 

 


 

                                    STAFF AWARD REPORT              Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

099-R-09 Consulting Engineering Services related to Victoria Square Community Sanitary Sewer and Watermain System

Date: 

June 04, 2009

Prepared by:

Prathapan Kumar, Senior Project Engineer, ext. 2989

Patti Malone, Senior Buyer, ext. 2239

 

RECOMMENDATION

Recommended Supplier

SCS Consulting Group Ltd.  (highest ranked / lowest priced bidder)

Original Budget and Account #

(a) $  90,000.00 

058-5350-9500-005 Victoria Squ. Sewer/Watermain               

Less: Cost of Award

$  46,665.59

$    6,999.83

(b) $  53,665.42

 

$  65,959.50

 

$112,625.09

Design,  Inclusive of disbursements, exclusive of GST

Contingency (15%)

Sub-total Design award (2009)

 

Sub-total Contract Adm. and Construction Inspection**

 

Total Award

Budget Remaining after this award

(c) $  36,334.58

*(a - b) = c

*If two-thirds of resident support is received and approved by Council, then the balance amount will be used for contract administration in 2010, however if it is not approved by Council then the balance will be returned to the original funding source.   

**The approval for the contract administration and construction inspection shall be contingent on two-thirds of resident support and approval from Council.

 

PURPOSE

The purpose of this report is to obtain approval to award the Part 1 - Design Services portion for RFP 099-R-09 Consulting Engineering Services related to Victoria Square Community Sanitary Sewer and Watermain System.

 

BACKGROUND

Victoria Square Community is located on the north-west and north-east corners of Elgin Mills and Woodbine Avenue (Attachment “A”).  These houses are currently served by individual septic system and wells. A petition dated December 01, 2008 was received by the Town requesting sanitary sewer and water hook-up and was signed by fourteen (14) out of nineteen (19) residents.

 

On March 10, 2009, Council authorized Asset Management Department to retain in accordance with the purchasing by law an engineering consulting company to undertake the detailed design and construction tendering of the Victoria Square Community Sanitary Sewer and Water System Installation to an upset limit of $90,000.

 

BID INFORMATION

Advertised

ETN (Electronic Tendering Network)

Bids closed on

April 08, 2009

Number picking up bid documents

20

Number responding to bid

11

 

PROPOSAL EVALUATION

The evaluation team was comprised of staff from the Asset Management Department with purchasing acting as the facilitator.  The evaluation was based on pre-established evaluation criteria as listed in the Request for Proposal: 20% for past experience of consulting firm, 20% for qualifications and experience of the project manager and project team, 30% for project delivery and 30% for price, totaling 100%, with resulting scores as follows:

 


 

Consulting Firm

Score (out of 100)

Rank Results

SCS Group Consulting Ltd.

87.0

1

Stantec

86.4

2

Schaeffers

86.1

3

Wardrop Engineering Inc.

84.0

4

SRM Associates

81.5

5

AECOM

81.4

6

Masongsong

80.3

7

Chisholm Fleming & Associates

79.5

8

Genivar Ontario Inc.

78.0

9

Municipal Engineering Solutions

75.8

10

Conestoga-Rovers

70.9

11

Note: The evaluation was based on a price ranges from $119,179.98 (Lowest bidder) to $205,290.00 (Highest bidder) for both design and contract administration services.  Purchasing negotiated a cost reduction of $6,554.89 with the lowest priced bidder ($119,179.98 - $6,554.89 = $112,625.09).

 

The RFP was divided into two (2) parts: Part 1 for design services, Part 2 for contract administration and construction inspection during construction in 2010.

 

Staff is confident that SCS Group Consulting Ltd will provide satisfactory services to the Town for this project. 

 

FINANCIAL CONSIDERATIONS

SCS Group Consulting Ltd will be awarded for the Part 1 - Design portion only in the amount of $46,665.59 inclusive of disbursement and exclusive of GST.  A contingency allowance of $6,999.83 will be allocated for any unforeseen costs during the design stage.  The release of a purchase order for the 2010 Construction Administration costs to be contingent on the consultant’s successful design and council approval of the construction budget for this project.

 

If two-thirds of support is received from the area residents to proceed with the construction then staff will seek budget approval and award at a later date for the contract administration and construction inspection.  SCS Group Consulting Ltd confirmed that the fees quoted for contract administration and construction inspection are to provide full time inspection for a 90 working day construction period. 

 

If the Victoria Square Community Sanitary Sewer and Water System is to proceed, the total project cost will be front-ended by the Town and recovered by imposing an equal fee against the benefiting property owners abutting the works in accordance with Section 391 of the Municipal Act. 

 

If the Victoria Square Community Sanitary Sewer and Water System does not proceed with the construction, the cost of design component ($ 53,665.42) will not be recovered from the property owners.

 

 


 

                                                                      

 

                                    

     STAFF AWARD REPORT                                           Page 1 of 2           

To:

Brenda Librecz Commissioner, Community & Fire Services

Re: 

222-Q-09 Project Management Services for Varley Art Gallery Expansion

Date: 

August 19, 2009

Prepared by:

Phoebe Fu, Manager, Capital ROW, Ext, 3010

Tony Casale, Senior Buyer, Ext, 3190

 

RECOMMENDATION

Recommended Supplier

 Sims Moelich Associates Ltd. (Highest ranked and lowest priced Supplier)

Current Budget Available

$2,330,389.00

075 5350 9098 005 (Varley Art Gallery Expansion Project)

Less cost of award

$     78,000.00      

Total cost of award exclusive of GST

Budget Remaining after this award

$2,252,389.00        

*

* The remaining budget is to be used for the completion of the detail design and construction award of the Varley Art Gallery Expansion.

 

PURPOSE

To obtain approval to award the contract for Project Management Services for the Varley Art Gallery Expansion.

 

BACKGROUND

The Town released a quotation to four (4) pre-qualified consultants to plan, coordinate, manage and control all aspects of the Varley Art Gallery Expansion project under the direction of the Town’s Project Manager by providing all of the necessary personnel and resources to complete the project.

 

The Project Manager will be reporting to the Manager of Facility Assets.  Major stakeholders of this project include: Varley McKay Art Foundation, Mr. Wallace Joyce (a major donor for this project); Culture Dept; Regulatory Departments and Council.  The project manager will oversee the Varley Art Gallery expansion project which includes the following major components:

 

·         Addition of 3,000 to 3,500 square foot area to the existing facility.  The expansion will house a new 1,500 square-foot gallery for exhibition in the first floor and a new staff office on the second floor.

·         Retrofitting the foundation at north-west corner of the adjacent Church

·         Landscaping and post construction restoration.

·         Replacement of existing boiler.

·         Due to relatively small size of the expansion, LEED designation will not be pursued, however some components of LEED have been incorporated in the design.

 

PRE-QUALIFICATION INFORMATION (180-P-09)

The Town released a pre-qualification to the market soliciting responses from qualified consultants to provide the Town of Markham with project management services for various facility construction and addition and renovation projects that are to be undertaken by the Town within the next three years. Due to the scope of the project, contractors were pre-qualified to ensure that all bidders would have the necessary qualifications, experience and resources to complete the works in accordance with Town of Markham requirements within the specified timelines, The prequalification was issued in accordance with the Purchasing By-Law 2004-341.

 

PRE-QUALIFICATION INFORMATION (180-P-09)

Advertised

ETN

Prequalification closed on

June 26th, 2009

Number of contractors picking up bid documents

52

Number of contractors responding to bid

7

Number of contractors pre-qualified

4

 


222-Q-09 Project Management Services for Varley Art Gallery Expansion                                                           Page 2 of 2

 

BID INFORMATION (222-Q-09)

Quote release to pre-qualified bidders

July 24, 2009

Bid closed on

August 12, 2009

Number of pre qualified bidders

4

Number responding to the bid

4

 

PROPOSAL EVALUATION

The evaluation team was comprised of staff from Asset Management with purchasing staff acting as the facilitator.  The evaluation was evaluated based on pre-established evaluation criteria as identified in the Request for Quotation:  20% qualifications and past experience of the project manager and 80% price totaling 100% with the resulting scores as follows. 

 

   Consultants

Total Score

Out of 100

Rank

Sims Moelich Associates Ltd.

99

1

O.P. McCarthy & Associates Inc.

58.64

2

Genivar

30.24

3

MHPM Project Managers Inc.

   0.00 *

4

*The bid document identified that project managers for the project must have a PMP designation.  The recommended project manager identified by MHPM Project Managers Inc. did not have such a designation and received no marks for the technical portion of the evaluation.  Further, their proposed price was more than double the price provided by the low bidder.

 

Prices received from the four bidders ranged from $78,000.00 - $180,000.00 respectively.

 


                                                          

 

STAFF AWARD REPORT                                                   Page 1 of 2           

                                                                                               

To:

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

173-Q-09 Engineering Services for Rehabilitation of Green Lane Bridge (B30), W of Leslie Street.

Date: 

July 27, 2009

Prepared by:

Hossein Sharif, Senior Capital Engineer ext. 2382

Patti Malone, Senior Buyer, Purchasing ext. 2239

 

RECOMMENDATION

Recommended Supplier(s)

G. D. Jewell Engineering Inc. (Highest Ranked / 2nd lowest Priced Supplier

Current Budget Available

$             89,839.73

058-6150-7485-005 Bridges 08 Design

Less cost of award

$             77,579.00

$              7,757.90

$            85,336.90

Inclusive of PST, exclusive of GST

Contingency (10%)

Budget Remaining after this award

$              4,502.83         

*

* The balance remaining will be used for TRCA permit application and other investigations cost as required (i.e. geotechnical investigation, hydraulic analysis).

 

PURPOSE

To obtain approval to award the Engineering Services for Rehabilitation of Green Lane Bridge (B30).

 

BACKGROUND

In compliance with the requirement of Public Transportation and Highway Improvement Act, Ontario Regulation 104/97, Asset Management Department retained G.D. Jewell Engineering in summer of 2008 to carry out a Detail Condition Survey (DCS) for the subject bridge to evaluate the structural conditions and rehabilitation requirements of the bridge. Green Lane Bridge was constructed in 1982 and carries two lanes of traffic over the Rouge River.

 

As a result of the DCS, a report submitted to the Town by G.D. Jewell, dated August 19, 2008. The report recommended rehabilitation works for this structure to be conducted within 1 year. Asset Management Department plans to retain a consulting engineer to prepare a detail design and contract documents for rehabilitation of this bridge in 2009/2010.

 

BID INFORMATION

Advertised

ETN (Electronic Tendering Network)

Bids closed on

June 22, 2009

Number picking up bid documents / sent electronically

20

Number responding to bid

4

 

PROPOSAL EVALUATION

The evaluation team was comprised of staff from the Asset Management Department with purchasing acting as the facilitator.  The evaluation was based on pre-established evaluation criteria as listed in the Request for Quotation: 20% for past experience of consulting firm, 20% for qualifications and experience of the project manager and project team, 30% for project delivery and 30% for price, totaling 100%, with resulting scores as follows:

 

Consulting Firm

Score (out of 100)

Rank Results

G.D. Jewell Engineering Inc.

66

1

SNC Lavalin Inc.

64.52

2

MMM Group

61.81

3

Carvajal Structural Engineering Inc. (CSE)

54.00

4

 

 


173-R-09 Engineering Services for Rehabilitation of Green Land Bridge (B30)                      Page 2 of 2

____________________________________________________________________________________________

 

 

The prices ranged from $13,800.00 - $126,138.000, the low bidder (CSE) did not provide a clear proposal, no mention of a project manager, and had only one similar bridge experience.  The proposed price was not relative to the amount of work involved in this process and as such Staff is recommending G.D Jewel Engineering Inc., the highest ranked and 2nd lowest priced bidder, who provided 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 AWARD REPORT                  

To:

John Livey, Chief Administrative Officer

Re: 

085-Q-09 Supply and delivery of Cast Aluminum Sign Post Caps and Sign Brackets

Date: 

June 2, 2009

Prepared by:

Mike Brady, Supervisor, Contract Administration ext. 2316

Patti Malone, Senior Buyer ext. 2239

 

RECOMMENDATION

Recommended Supplier

Maximum Signs  (Preferred Supplier)

Current Budget Available 

$        181,936.26

Various, see Financial Attachment

Less cost of award

$          63,512.10

$          63,512.10

$          63,512.10

$        190,536.30

Exclusive of GST for 2009

Exclusive of GST for 2010*

Exclusive of GST for 2011*

Total Cost of Award (3 Year Term)

Budget Remaining after this award

$        118,421.16

**

*Pending Council approval of the annual budget.

**The remaining balance to be used for other operating projects as budgeted for within each respective accounts.

 

Staff further recommends: THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (f) which states “ where, for any reason, a call for Tenders does not result in the successful award of a Tender”;

 

PURPOSE

To obtain approval to award the contract for the Supply and Delivery of Cast Aluminum Sign Post Caps and Sign Brackets.

 

BACKGROUND

Operations Department over the years been ordering cast aluminium sign post caps and brackets from Maximum Signs (formerly Scugog Signs) on an as required basis.    Due to the quantity and to ensure compliance with the Town’s purchasing by-law, the 2009 – 2011 requirements were issued to the marketplace. There were seven (7) bidders who downloaded the document, however only one response was received which was from the previous supplier.  Through contacting the bidders it was discovered that a casting tool (approx. $40,000 to mfg.) was required for the manufacturing of the items and this tooling is owned by the current supplier. 

Purchasing staff subsequently contacted a local machine shop that had the expertise to build these parts and the required tooling.  The price received from the local machine shop was 29% higher cost and required an additional (one –time) tooling and set-up cost of $19,100.  Therefore, Staff recommends awarding the contract to Maximum Signs for a three (3) year period subject to annual budget approval.

 

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

700-505-4580 - Safety Devices – Traffic Signs and Supplies

$36,560.00

$22,768.90

$10,000.00

$12,768.90

700-507-4510 - Drainage – Steel Products

$12,000.00

$12,000.00

$7,000.00

$5,000.00

700-505-5399 - Safety Devices – Other Contracted Services

$120,000.00

$108,966.54

$30,000.00

$78,966.54

700-605-4580 - Manufactured Signs – Traffic Signs and Supplies

$45,000.00

$38,200.82

$16,512.10

$21,688.72

Totals

$213,560.00

$181,936.26

$63,512.10

$118,424.16


 

 

                                               STAFF AWARD REPORT                                                 Page 1 of 2           

To:

John Livey, Chief Administrative Officer

Re: 

172-S-09 Contract Extension for Building Operations and Maintenance 

Date: 

June 9, 2009

Prepared by:

Brian Millar, Civic Centre Coordinator, ext. 6190

Patti Malone, Senior Buyer, ext. 2239

 

RECOMMENDATION

Recommended Supplier

Angus Consulting Management Limited (Contract Extension - Preferred Supplier)

Current Budget Available 

$ 143,495.61

Various Accounts (see Financial Attachment)

Less cost of award

$    74,003.60    

$    74,003.60  

$    74,003.60

$      6,116.96        

$  225,124.76

Exclusive of GST for 2009

Exclusive of GST for 2010**

Exclusive of GST for 2011**

Exclusive of GST for 2012 (January only)**

Total Award

Budget Remaining after this award

$   69,492.01   

*

*Budget remaining to be used for other equipment maintenance operating expenses as required within the identified budgets.

**Pending budget approval. 

Note:  The contract 160-R-09 has a 3% escalation or CPI whichever is less, however ACML has waived this escalation for 8100 Warden Avenue only.

 

Staff further recommends that the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (1) (c) “when the extension of an existing contract would prove more cost-effective or beneficial.”

 

PURPOSE

To obtain approval to add 8100 Warden Ave and Markham Village Library to the existing Building Operations and Maintenance contract (160-R-06).

 

BACKGROUND

In January 2007, staff approved and awarded contract 160-R-06 to Angus Consulting Management Limited (ACML) for a five (5) year term commencing on February 1, 2007 through January 31, 2012.  At the time of bid release, staff indicated two (2) sites the Markham Civic Centre and the Varley Art Gallery that required this service.     

 

This contract is for Building Operations and Maintenance at 8100 Warden Ave. and Markham Village Library.  The work will consist of, but is not limited to, planned preventive maintenance, demand maintenance and emergency service of heating, ventilating, air conditioning (HVAC), life safety systems and 7 day-24 hour remote monitoring of BAS systems which is similar to the scope of work that is provided at the Civic Centre and the Fred Varley Art Gallery.  8100 Warden Ave. was not maintained at a very high level by Power Stream.  The operation of the HVAC systems was not efficient when Asset Management staff assumed responsibility of the facility.  Power Stream had in-house staff maintain and operate the facility.

 

Since 1996, ACML has been performing the Building Operations and Maintenance for the Varley Art Gallery.  Staff released bids to the market in 2001 and 2006 with ACML being the successful proponent on both proposals (Highest Ranked / Lowest Priced).

 


 

172-S-09 Contract Extension for Building Operations and Maintenance                                         Page 2 of 2

___________________________________________________________________________________________

 

 

The ACML pricing is approximately $32/hr, in comparison to our electrical maintenance contract $61/hr (Includes vehicle) and our mechanical maintenance contract $84/hr (Includes Vehicle).  

 

This contract extension is for adding two (2) facilities to the current maintenance agreement for Building Operations and Maintenance.  ACML contract performance has been very positive, they have provided excellent service to the Town of Markham since 1990 (at Civic Centre) and for continuity of service it would be beneficial for the above two locations to be added to the contract.

 

 

 

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

750-757-5310 8100W S/A - Building Mtce.

$  67,160.00

$  67,160.00

$   39,018.00

$  28,142.00

998-300-5310 MLMCB S/A - Building Mtce.

$  77,000.00

$  76,335.61    

$   34,985.60

$  41,350.01 

Total

$  144,160.00

$143,495.61

$  74,003.60

$ 69,492.01

 

 


 

                                                          STAFF AWARD REPORT                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

Extension of Contract 092-S-04 for Supply, Installation and Maintenance of Water Meters

Date: 

July 6, 2009

Prepared by:

Patti Malone, Senior Buyer, Purchasing ext. 2239

David Huynh, Infrastructure, Waterworks ext. 2400

 

RECOMMENDATION

 

THAT Contract 092-S-04 for supply, installation and maintenance of water meters with Neptune Technology Group Canada Ltd. be extended for 90 days at the same terms and conditions, from August 1, 2009 to October 31, 2009, and to an upset limits of $325,417.00, exclusive of applicable taxes;

 

AND THAT funds for the extension period be provided for from the approved 2009 Waterworks operating budgets and the 2009 Waterworks capital budget for water meters replacement and upgrade program;

Recommended Supplier

Neptune Technology Group Canada Ltd. (Preferred Supplier)

2009 Original Budget and Account #

$1,400,292

Various Accounts (see Financial Attachment)

2009 Budget Available 

$1,104,040  

 

Less cost of extension award

$    325,417

August 1, 2009 to October 31, 2009

2009 Budget remaining after this award

$    778,623  

*

*The 2009 budget remaining after this extension award will be applied for water meter requirements from November 1, 2009 to December 31, 2009, and the remaining balance afterward will be returned to the original funding sources.

 

PURPOSE

To obtain approval for a 90-day extension of contract 092-S-04 for supply, installations and maintenance of water meters, to allow further review of the contract and determine the most competitive and open process of contract award that would be most suited and beneficial to the Town.

 

BACKGROUND

Contract 092-S-04 is for the supply, installation and maintenance of water meters for Markham residential and industrial, commercial and institutional (ICI) applications. Neptune Technology Group Canada Ltd. (“Neptune”) had been the preferred supplier of water meters for the Town of Markham. As a meter manufacturer, supplier and services provider, Neptune was awarded a 3-year contract in 2002 for the integrated supply and services of water meters.

 

Based on the operational and financial benefits derived from that contract, the Town awarded contract 092-S-04 for supply, installation and maintenance of water meters to Neptune, in accordance with the Purchasing By-law 143-2000. Upset limit of contract is $7,024,655.20 inclusive applicable taxes.  Contract term is 5 years from August 1, 2004 to July 31, 2009. The prices in this contract were locked in for 5 years.

 

The 90 day extension from August 1, 2009 to October 31, 2009 to extend contract 92-S-04 to Neptune Technology Group Canada will allow more time for staff to analyze and define the changes and additional services required for water metering. The extension will also provide staff the time to conduct a full analysis and arrived at the best solution and recommendation to manage the provision, installations and maintenance of residential and ICI water meters. Staff will conduct the necessary research and surveys from suppliers and municipal users to determine the most advantageous and beneficial solution for this contract. Staff will ensure that a competitive, best value for money and transparent process are taken and adhered to and meets the Town Purchasing By-Law. If necessary, staff will also meet with the Auditor General to ensure an open and acceptable process in recommending and awarding this contract.


 

Extension of 092-S-04 Supply, Delivery, Installation and Maintenance of Water Meters                   Page 2 of 2

_________________________________________________________________________________________

  

 

FINANCIAL CONSIDERATIONS

Staff recommend that Contract 092-S-04 of supply, installation and maintenance of water meters with Neptune Canada to be extended for an additional 90 days period, and to an upset limits of $325,417.00 exclusive of applicable taxes.

 

Account Name

Account #

Original Budget Amount

 

Spent to Date

Budget Available

Committed

Cost of Award

Budget Remaining

New Development – Residential

760-120-4530

$137,709

$24,670

$42,372

$70,667

$42,372

        -

New Development - ICI

760-121-4530

$150,050

$1,823

$148,227

       -

$25,200

$123,027

Meter Maintenance – Residential

760-130-4530

$85,871

$6,428

$65,402

$14,041

$9,780

$55,622

Meter Maintenance – ICI

760-131-4530

$28,825

     -

$28,825

       -

$1,000

$27,825

New Development – Residential

760-120-5300

$78,650

$13,877

$25,023

$39,750

$25,023

        -

Meter Maintenance – Residential

760-130-5300

$151,122

$11,427

$128,061

$11,634

$15,494

$112,567

Meter Maintenance - ICI

760-131-5300

$33,084

     -

$33,084

       -

$1,000

$32,084

2008 Capital Meter Replacement

053-6150-8246-005

$284,981

$65,417

$197,489

$22,075

$197,489

        -

2009 Capital Meter Replacement

053-6150-9284-005

$450,000

     -

$435,557

$14,443

$8,059

$427,498

Total

 

 $1,400,292

$123,642

$1,104,040

$172,610

$325,417

$778,623


                                       STAFF AWARD REPORT                              Page 1 of 2      

To:

John Livey, Chief Administrative Officer

Re: 

087-T-09 Re-Surfacing of Two (2) Tennis Courts and Re-building of Four (4) Tennis Courts 

Date: 

June 25, 2009

Prepared by:

Doug Henderson, Supervisor, ext. 7997

Patti Malone, Senior Buyer, ext. 2239

 

RECOMMENDATION

Recommended Consultant

Court Contractors Ltd. (Preferred Supplier)

Current Budget Available

$    448,800.00

059-6150-9194-005 Court Resurf. /Reconst. *

Current Budget Allocated

$    244,800.00

Budget allocated for this purchase (Town’s portion)

Less Cost of Award

$      66,800.00

$      67,600.00

$      23,800.00

$    158,200.00

Grandview Park  - Grandview Court 1 & 2 (Public)

Simonston Court - German Mills Park 3 & 4 (Club)

Carlton ParkUnionville Court 3 & 4 (Club)

Total award inclusive of PST, exclusive of GST

Budget Remaining after this Award

$      86,600.00

See Financial Considerations

* The $448,800 budget for Court re-surfacing is split as follows:  $244,800 for Town/Tennis Club Courts and $204,000 for Public Courts.

 

Town/Tennis Club Courts ($244,800)

Based on condition assessments $81,600 of work is being deferred and the tender for the remaining balance came in at $91,400 compared to a budget of $163,200 resulting in a favourable variance of $71,800. 

 

Based on the fact that the Tennis Clubs pay 50% of the cost of any repairs, a total of $76,700 will be returned to the original funding source ($81,600*50% + $71,800*50% = $76,700).

 

Public Courts ($204,000)

Based on condition assessments $122,400 of work is being deferred and the tender for the remaining balance came in at $66,800 compared to a budget of $81,600 resulting in a favourable variance of $14,800.  $137,200 will be returned to the original funding source ($122,400 + $14,800 = $137,200).

 

In total, $213,900 ($76,700 + $137,200) will be returned to the original funding source based on work being deferred and favourable tender pricing.

 

Staff further recommends: THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (f) which states “ where, for any reason, a call for Tenders does not result in the successful award of a Tender”.

 

PURPOSE

The purpose of this report is to obtain approval to award the “Re-Surfacing of Two (2) Tennis Courts and Re-building of Four (4) Tennis Courts”.

BACKGROUND

Under the Town’s approved Tennis Court Development and Maintenance Policy, where Tennis Clubs operate on Town owned courts, as is the case at both German Mills and Unionville, the club is responsible for 50% of the re-surfacing cost, and the Town pays the other 50%.  The courts are reviewed to determine eligibility for re-surfacing once every 5 years.  Once staff received the request from these clubs, they inspected the courts and concurred with the clubs that the courts did require the works specified in this tender. 

 

 


 

087-T-09  Re-Surfacing of Two (2) Tennis Courts & Re-building of Four (4) Tennis Courts     Page 2 of 2

_________________________________________________________________________________________

 

OPTIONS/DISCUSSIONS

In May 2009, RFT 087-T-09 was issued publicly to the Marketplace through the electronic tendering network with nine (9) bidders downloading the document, however, only Court Contractors responding with a bid submission

The court base material called for in our specification is called penetration lift and it is the court material preferred by our partnering Tennis Clubs who use these facilities and pay 50% of the cost.  Although this material can be used by any contractors, due to the limited market for this product only one contractor applies it in our area.  The alternative material for this application is hot mix asphalt.

Penetration lift courts are built in layers or lifts, starting with peagravel and working up to finer stone and then sand, with acrylic surfacer applied between lifts.  The court is then covered in fiberglass cloth and acrylic surfacer, and then coloured.    The penetration lift courts will move and flex much more without cracking, and can be rolled to reduce heaving that may occur.  Based on our previous experience when asphalt courts were installed, a typical asphalt/fiberglass court will only last 5 years before it must be torn up and rebuilt due to excessive heaving and cracking, at a similar cost to a penetration lift court.  However, once a penetration lift court is built, it will last for many years, and may only require resurfacing every 7 to 9 years at approx. half the cost of rebuilding a court, which is far more economical and meets the needs of our partnering Tennis Clubs.

 

Lifecycle costing identified 11 courts for rebuilding in 2009 and through the condition assessment it was determined that Simonston Tennis #1 & 2 would be deferred to 2011 and Thornlea S.S. Tennis #1, 2 & 3  would be deferred to 2012.

 

FINANCIAL CONSIDERATIONS

Court Locations

Original Budget

Cost of Award

Balance Remaining

Tennis Clubs

 

 

 

Simonston - Tennis #3

 $         40,800.00

 $     33,800.00

 $                7,000.00

Simonston - Tennis #4

 $         40,800.00

 $     33,800.00

 $                7,000.00

Carlton Park - Tennis #3

 $         40,800.00

 $     11,900.00

 $              28,900.00

Carlton Park - Tennis #4

 $         40,800.00

 $     11,900.00

 $              28,900.00

Subtotal Tennis Clubs

 $       163,200.00

 $     91,400.00

 $              71,800.00

Town´s 50% contribution

 $         81,600.00

 $     45,700.00

 $              35,900.00

Club´s 50% contribution **

 $         81,600.00

 $     45,700.00

 $              35,900.00

 

 

 

 

Public

 

 

 

Grandview - Tennis #1

 $         40,800.00

 $     33,400.00

 $                7,400.00

Grandview - Tennis #2

 $         40,800.00

 $     33,400.00

 $                7,400.00

Subtotal Public

 $         81,600.00

 $     66,800.00

 $              14,800.00

 

 

 

 

Grand Total

 $       244,800.00

 $   158,200.00

 $              86,600.00

 

 

 

 

Total Town's portion

 $       163,200.00

 $   112,500.00

 $              50,700.00

Note:  Purchasing staff negotiated a reduction of the original price submission of $163,200 to the recommended award amount of $158,200.00 (Reduction of $5,000) with the supplier after bid closing.

 

** 50% of the award amount for the club locations will be received from the Tennis Clubs (German Mills Tennis Club & Unionville Tennis Club) in accordance with the Town’s approved tennis court development and maintenance policy.  The Town will upfront the clubs $45,700.00 and deposit repayments into account 059-9399-9194-009.  The club’s portions of the re-surfacing costs are to be paid back to the Town over a 5 year period. 


                                                                            

                                                       

  STAFF AWARD REPORT                                            

 

To:

John Livey, Chief Administrative Officer

Re: 

Contract Extension - 108-T-08 Median and Boulevard Hard Surfaces Maintenance

Date: 

July 23, 2009

Prepared by:

Steve Matunin, Supervisor, ext. 4560

Patti Malone, Senior Buyer, ext. 2239

 

RECOMMENDATION

Recommended Supplier

Griffith Property Services (Preferred Supplier)

Current Budget Available 

$    83,021.00

730-7305399 Other Contracted Services

Less cost of award

$    73,100.00

Excluding GST

Budget Remaining after this award

$      9,921.00

*

* The remaining balance of $9,921.00 will used for other contracted services as required within this budget.

 

Staff recommends:

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 Non Competitive Procurement, item 1 (c) when the extension of an existing contract would prove more cost-effective or beneficial;

 

PURPOSE

To obtain approval to extend the contract for Median and Boulevard Hard Surfaces Maintenance for an additional year (2009) at the same 2008 itemized pricing as per original quotation and quote document.

 

BACKGROUND

The removal of weeds on medians three times per year by contracted services was approved by Council as part of the Operations Department’s Enhanced Cultural Practices program.   In July 2008, contract 108-T-08 was approved and awarded for a one (1) year term to the low bidder Griffith Property Services.  The original submission and bid document included a 2nd year option which was not included in the 2008 award report.

 

The extension of this contract will allow work to proceed as required in 2009 and utilize the 2008 pricing submission. Staff has been satisfied with the performance of Griffith Property Services over the past year and is confident that they will continue to provide service that meets and/or exceeds the Town’s requirements.

 

Griffith Property Services, the low bidder on contract 108-T-08 was 45% lower than the 2nd lowest priced proponent.  Staff recommends utilizing the 2008 pricing for one additional year under the same contractual terms.

 


                             

                                                 STAFF AWARD REPORT                              Page 1 of 2                             

To:

John Livey, Chief Administrative Officer

Re: 

171-S-09 Thornhill C.C. Zamboni Replacement

Date: 

July 13, 2009

Prepared by:

Rob Bell, Facility Coordinator Ext. 3788

Tony Casale, Senior Buyer Ext. 3190

 

RECOMMENDATION

Recommended Supplier

Frank J. Zamboni & Co. Ltd.  (Preferred Supplier)

Current Budget Allocated 

  $     101,118.00

057 6150 9244 005 Corp Fleet Replacement

Less cost of award

  $       91,402.20

Inclusive of PST & Transportation , Exclusive of GST

Budget Remaining after this award

  $         9,715.80

 

*The remaining balance of $9,715.80 in account 057-6150-9244-005 will be returned to the 2009 fleet replacement program account to complete outstanding purchases approved for 2009.

 

Staff recommends:

 

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 Non Competitive Procurement, item 1 (e) which states “Where the Town is acquiring specialized equipment, in which case the sources of supply may be identified based on technical specifications prepared by the User Department staff.  The Manager of Purchasing may negotiate purchases based on such specifications in consultation with the User Department;”

 

PURPOSE

To obtain approval to purchase one (1) Zamboni ice surfacing machine for the Thornhill Community Centre.

 

BACKGROUND

Council at its January 20, 2009 (Attached) meeting resolved that Frank J. Zamboni & Co. Ltd. be established as the Town’s sole source for Zamboni ice surfacing machines for the next five years (2009-2013).

 

Staff initially received a price increase of 5% for the 2009 purchase due to the following:

 

· Front axle / rear axle:                         Increase of 5% / 2% respectively

· Engine component                            Increase of  4%

· Transfer case (underbody)              Increase of 43%

· Chassis, Snow tank, Conditioner    Increase of 4.5%

· Labour                                                 Increase of 3%

 

The comparison is as follows:

2008 - $91,731.60

2009 - $95,952.20 - Submitted price

 

After review of the price proposal, Staff reviewed options and eliminated the advanced watering system valued at $4,550.00 as this is not a preferred option for the Thornhill Community Centre and to minimize any year over year price increase.  Therefore, the recommended award is $91,402.20 ($95,952.20 - $4,550.00) which is a 0.004% purchase price increase over 2008.

 

Additionally, Staff negotiated with Frank J. Zamboni & Co. Ltd. the inclusion of one pair of hockey nets valued at $350.00 and two pairs of back support pads valued at $300.00 at no additional charge to the Town.

 


 

 

171-S-09 Thornhill C.C. Zamboni Replacement                                                                                                          Page 2 of 2

________________________________________________________________________________________________

 

 

Ice resurfacing machines are evaluated on an hourly use basis.  It is an industry standard that one hour of use equates to 70 KM of driving.  When the hours of use exceed 5,000 hours, it is recommended that the ice resurfacing machine be traded in to avoid costly repairs and inconvenient breakdowns.

 

The current ice resurfacing machine at the Thornhill Community Centre was purchased in 1998 and has had numerous minor repairs.  Based on the tachometer reading, this unit has 5,435 hours which equates to 378,000 KM (243,000 miles).  Based on feedback from Frank Kellner, Regional Sales Manager at Frank J. Zamboni, machines that reach 4,000 hours experience higher maintenance costs and typically machines that exceed 5,000 hours have met their useful life.  Based on this feedback this ice resurfacing machine has surpassed the industry standard. 

 

The Recreation Department typically replaces one machine per year through the capital budget process.  Replacement is requested every ten years at the single pad arenas and every 5 years at the twin pad facilities.  Further, a condition assessment is completed annually to determine which machine is best suited for trade-in.

 

The ice resurfacing machine currently used by the Thornhill Community Centre, vehicle number 520-6134, will be sold in accordance with Purchasing By-law 2004-341, Part V Disposal of Personal Property and proceeds in the amount of $11,370.00 will be posted to account 890 890 9305 proceeds from the sale of other fixed assets.

 


     

 

                                                  

STAFF AWARD REPORT                                                Page 1 of 2

To:

Brenda Librecz, Acting Chief Administrative Officer

Re: 

188-Q-09  Ice Refrigeration Control System Modification

Date: 

July 29, 2009

Prepared by:

Rob Bell, Facility Coordinator – Thornhill Area Ext, 3788

Rosemarie Patano, Senior Buyer Ext. 2990

*Brenda Librecz, Acting Chief Administrative Officer from July 30th / 31st and Aug 4th

 

RECOMMENDATION

Recommended Supplier

CIMCO Refrigeration (Preferred Supplier)

Current Budget Available 

$      50,000.00   

See Financial Consideration section  (see below)

Less cost of award

$      51,790.00

Price inclusive of PST, exclusive of  GST

Budget Remaining after this award

($     1,790.00)

 

**

* Consulting Fees of $5,000 have been committed against this account for the Milliken CC and Clatworthy Arena projects.

** Shortfall of $1,790 to be funded from account 9123, which has a balance available of $20,190.45, due to favourable pricing received on quotation 204-Q-09 Milliken Mills C.C. - Refrigeration Compressors.

 

Staff recommends:  THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (f) which states “where, for any reason, a call for Tenders does not result in the successful award of a tender”.

 

PURPOSE

To obtain approval to award the contract for the required labour, equipment and materials needed to complete the refrigeration control system modifications at the Milliken Mills Community Centre and R.J. Clatworthy Arenas. 

 

 BACKGROUND

The control panels at both facilities have met the lifecycle requirements (20+ years) and are required to be upgraded to today’s standard which includes the safety devices and alarms.

 

OPTIONS/DISCUSSIONS

In July 2009, request for quotation 188-Q-09 was issued publicly to the Marketplace through the electronic tendering network with fifteen (15) bidders downloading the document and 2 bidders picking up the document at the Contact Centre.  From the total of seventeen (17) bid takers, only CIMCO Refrigeration responded with a bid submission. 

 

Combination of factors resulted in the lack of bid responses:  many of the bid takers work with ammonia systems only and this specific bid package (being control system / panel upgrades) did not pertain to them; for others, the requested work schedule (Arena Shut-Down) as highlighted in the bid package conflicted with tender workloads, and could not be committed to.

 

BID INFORMATION

Advertised

ETN

Bids closed on

July 17th, 2009

Number picking up bid documents

17

Number responding to bid

1

 

 

 

 


 

188-Q-09 Ice Refrigeration Control System Modifications                                                                                       Page 2 of 2

 

 

 

FINANCIAL CONSIDERATION

 

Shortfall of $1,790 to be funded from account 9123 (Project #204-Q-09 Milliken Mills C.C. - Refrigeration Compressors), which has a balance available of $20,190.45.  The balance available after adjusting the increase from this award is being returned to the original funding source.

 

The initial bid submitted from the recommended supplier (CIMCO Refrigeration) was $69,184.80 and after bid closing as allowed under the terms and conditions of the contract document, Purchasing worked with the User Department in mediating a change in scope of work which was needed to negate the budgetary constraints.  The changing from a breaker panel to a fuse panel, consistent with the other arenas in Markham allowed the Town to reduce the cost of this project by $17,394.80. 


 

                                                                                                                   

 

                     STAFF AWARD REPORT                                           Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

210-S-09 Supply and Delivery of Two Sanitary Pumps for the Calvert Road Lift Station

Date: 

July 23, 2009

Prepared by:

Eddy Wu, Acting Manager Operations & Maintenance (Waterworks)

Diogo Oliveira, Supervisor Water/Wastewater (Waterworks)

 

RECOMMENDATION

Recommended Supplier

ITT Flygt Water & Wastewater (Preferred Supplier)

Original Budget and Account #

$      200,000.00

053-6150-7240-005 Sewer Works Project

Current Budget Available 

$        99,999.99

*

Less cost of award

$        80,436.24

Total Cost of Award, Inclusive of PST, Exclusive of GST

Budget Remaining after this award

$        19,563.75

**

* The sewer works project is complete and the available funding was originally to be returned to the Waterworks reserve.  Originally, the sanitary pumps are scheduled to be replaced in 2010.  However, due to the urgent need to replace them now, the remaining funding from the Sewer Works Project is to be redirected to fund the cost of this replacement. 

 

** The remaining balance of $19,563.75 will be returned to the original funding source.

 

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (1) (b) “where the Town is acquiring specialized equipment, in which case the source of supply may be identified based on technical specifications prepared by the User Department staff.”

 

PURPOSE

To obtain approval to award the contract for the replacement and installation of a submersible sanitary sewage pumps compatible with the existing pump installation and controls at the Calvert Road sanitary sewage pumping station.

 

BACKGROUND

The Calvert Road sanitary sewage pumping station provides sewage lift for the Cachet Woods sub-division, utilizing four 66kW (88hp) submersible pumps.  This Calvert road pumping station has been in operation for over 14 years.  The expected lifecycle for the pumps is 20 to 25 years, therefore each pump has approximately 6 years of useful life remaining under normal usage.  The installed pumps are all supplied by ITT Flygt. 

 

The pumps in the station have had a history of becoming partially blocked from debris on the inlet side of the pump. This was due to the development of the subdivision where construction material along with stone and sand made its way into the sanitary sewer and the pumping station. Currently excessive amount of debris is still making its way to the pumping station. These blockages cause the pumps to run for unusually long periods (hours) at minimal efficiency while pumping very little sewage.  This excessive run time causes additional wear and tear on the pump and leads to pre-mature failure of the pump. Waterworks has been reviewing the causes of the blockage together with the sources of the debris, and have been looking into ways to minimize the impact to the pumps. 

 

Most recently Waterworks has tested a newer model of the pump with a different inlet design that is more resistant to clogging. During the one month trialing period, Waterworks monitored the pump operation on a weekly basis and no blockages were observed, thus came to the conclusion that this type of pump would improve the pumping station operation and maintenance. Therefore Waterworks are recommending this new model as the replacement, as it has been proven to be effective for our use. Another advantage of this new pump is the lower energy rating, which will reduce the energy usage in order to provide further support to the Town’s Green Initiatives.

 


 

OPTIONS/DISCUSSIONS

The Town has standardized the use of Flygt Submersible Pumps in all Town of Markham Sanitary and Storm Lift Stations. The principle of Pumping Station design is to select pump make and type and then design the piping and operating controls to match the pumps. Pumps are always the priority and because the rest of the pumping station configuration depends on them. It is important to select a reliable and proven manufacturer and distributor for reliable service.

 

ITT Flygt pumps are recognized benchmark for reliability and service ease by the water/wastewater industry and therefore their pumps are specified for the majority of pumping stations by the consultants and users. Changing of one or two pumps to different manufacturer among the four pumps in this pumping station would require total redesign of the pumping station because they would not be compatible with the other pumps and controls. Even if we would redesign the pumping station and replace all ITT Flygt pumps with different brand “X”, we would have to replace all piping and operating controls at a far greater cost and would eventually need to replace the Brand “X” over the years with these pumps, piping and controls again being proprietary to Brand “X”.

 


                                      

 

                                               STAFF AWARD REPORT                                                 Page 1 of 2           

To:

John Livey, Chief Administrative Officer

Re: 

225-S-09 Supply, Site Preparation, Delivery and Planting of  Trees and Shrubs for the Trees For Tomorrow Program

Date: 

July 28, 2009

Prepared by:

Mark Ingwersen, District Manager (West), ext. 3000

Patti Malone, Senior Buyer, ext. 2239

 

RECOMMENDATION

Recommended Supplier

Toronto and Region Conservation Authority (Preferred Supplier)

Current Budget Available

$       165,509

Budget remaining for projects 7836, 8510, 9201 & 9187 *

Less cost of award

$         85,646

Total Cost of Award, Inclusive of PST, Exclusive of GST

Budget Remaining after this award

$         79,863

**

* See Financial Considerations.

**Remaining amount of $79,863 to be spent on additional planting within the criteria of the Trees for Tomorrow Program.

 

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (2) (e)  - Tenders, Requests for Proposal and Requests for Quotation may not be required for goods and services to be provided by any of the following:  Toronto and Region Conservation Authority (TRCA)

 

PURPOSE

To obtain approval to award the contract for the supply, site preparation, delivery and planting of trees and shrubs for the Trees for Tomorrow Program.

 

BACKGROUND

As part of the Trees for Tomorrow program of planting trees within parks and valleylands, this program includes  plantings with the public and some plantings of larger caliper trees by TRCA staff for environmental and aesthetic purposes.  The TRCA landscape architects work with Operations staff, environmental not for profit groups and community groups to conduct site assessments, develop planting plans, prepare planting beds, supply native trees and shrubs.  In areas where difficult terrain limits public access, TRCA staff can conduct plantings including the planting of larger trees for diversity and aesthetics.  Planting locations are MOEE Pond (248 trees), Highway 7 & Rodick Road (338 trees), Pomona Mills Park (135 trees), Grandview Park (200 trees), Wismer valleyland (546 trees) and Austin Drive Park (433 trees) for at total of 1,900 trees.

 

The principles of these types of plantings specifying appropriate plant species are in keeping with the TRCA mandate to protect and enhance greenspaces as well as environmental education and stewardship.  TRCA staff also inform Operations staff of other programs and initiatives that can be beneficial with other programs.  This is a valuable partnership which promotes sustainability.

 

As part of the TRCA 50/50 Community Project, TRCA contributes $20,000 towards this program.

 

If Town staff were to develop the plans in house, they would require an application and permit approval from the TRCA’s planning section, which would delay the project for many months through the review process.  Working directly with Restoration Services Centre staff, incorporates the principles of the formal TRCA review process while significantly reducing timelines and streamlining the process.  The estimated cost of consulting fees would exceed $8,000.  The cost of plant material is in keeping with nursery prices, as there are no mark ups or handling fees. 

 

TRCA staff are also familiar with working effectively in valleylands that are often difficult to access and follow environmental protocol that protects the natural resource.

 

Plant material is also either grown or sourced locally and are verified as native plant stock, which is a TRCA requirement in valleylands.

 


 

225-S-09 Supply, Site Preparation, Delivery and Planting of Trees and Shrubs for the             

Trees for Tomorrow Program                                                                                                                                          Page 2 of 2

 

 

 

 

The TRCA landscape architects also often are on site the day of the community plantings, assisting with plant material layout and providing planting guidance and education.

 

FINANCIAL CONSIDERATIONS

Project #

Account #

Original Budget

Spent

Committed

Budget Available

Less:  Cost of Award

Budget Remaining after Award

7836 - Tree Planting Initiative - Phase 1

700-101-4299-7836, 700-101-5399-7836, 700-101-5699-7836,

 $250,000

 $164,005

 $  82,432

 $    3,563

$    3,563

$     -

8510 - Trees for Tomorrow Donation

700-101-4299-8510, 700-101-5399-8510, 700-101-5699-8510,

 $  72,101

 $  46,870

 $    3,904

 $  21,327

 $  21,327

$     -

9201 - Markham Trees for Tomorrow - Year 3

700-101-4299-9201, 700-101-5399-9201, 700-101-5699-9201

 $250,000

 $    3,569

 $125,812

 $120,619

 $  40,756

$ 79,863 

9187 - TRCA 50/50 Community Project

700-101-4299-9187, 700-101-5399-9187, 700-101-5699-9187

 $  20,000

$         -      

       $      -

 $  20,000

 $  20,000

$     -

Total

 

 $592,101

 $214,444

 $212,148

 $165,509

 $  85,646 

 $ 79.863 

 


                                                                               

STAFF AWARD REPORT                                                Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

246-S-09 Centennial CC Security System

Date: 

August 20, 2009

Prepared by:

Michael Shatil, Manager, Facilities

Rosemarie Patano, Senior Buyer

 

RECOMMENDATION

Recommended Supplier

Diebold Company of Canada (Preferred Supplier)

Current Budget Available 

$ 219,200.00

**070-5350-9521-005 Centennial Additions*

Less cost of award

$ 177,542.80

Inclusive of Disbursement, Exclusive of GST

Budget Remaining after this award

$  41,657.20

***

*The budget of $225,000 is the amount identified to Council (June 2009) for the additional work on the security system at Centennial CC.

** $5,800 was used for a consultant to perform the peer review for the costs related to security work remaining at Centennial CC.

*** The remaining balance will remain in the account until completion of the work at the Centennial CC.   

 

Note: Reimbursements of Security System costs to be vetted through legal with the intention that the Town will pursue recovery of these funds paid to Canning but not dispensed to Diebold. 

 

Staff further recommends:

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (1) which states (g ) where it is in the Town’s best interest not to solicit a competitive bid.

 

PURPOSE

To obtain approval to award the contract for completion of the installation of a security system at Centennial CC.

 

BACKGROUND

The Town of Markham entered into a contract with Canning Construction in 2005 for the renovation of the Centennial CC.   Canning Construction sub-contracted and executed a contract with Diebold Company of Canada (Diebold) through a competitive bidding process for installation of the security system in the amount of $141,780.00.  Since this date, Diebold has completed approximately 70% of the security system installation and has yet to be paid through Canning Construction even though the Town has paid 95% of the electrical component which included the security system to Canning Construction.  The Town will pursue recovery of monies paid to Canning that were not paid to its subcontractor for work done. 

 

In order to finalize the completion of Centennial CC renovations and ensure the safety of employees, residents (users) and minimize any incidents of theft at Centennial CC, Staff is recommending commencing with completion of security system installation with Diebold.  Additionally, Staff is requesting approval for change order # 1 in the amount of $19,247.80 for fourteen (14) electronic access control doors and change order # 2 in the amount of $16,515.00 for various construction changes for a total award amount of $177,542.80. 

 


 

246-S-09 Centennial CC Security System                                                                                    Page 2 of 2

________________________________________________________________________________________

 

 

 

OPTIONS/DISCUSSIONS

Diebold has been certified by Hoffman and Companies to have completed 70% of the scope of work and is aware of the requirements required to complete the project.  Hiring of a new contractor through a quotation process would further delay and impact the completion of this project.  Diebold pricing proposal other than the change orders is in 2006 pricing, and as such is considered competitive in current market conditions.   

 

The Town hired Hoffman and Companies, a security consultant, to perform a peer review on Diebold’s cost submission. Hoffman and Companies reviewed financial details involved to supply, install and complete the base contract along with the necessary security project installation revisions, project documentation, specifications and drawings.  Subsequently, Hoffman and Companies have reported that Diebold’s quotes are reasonable and in accordance with market rates for this scope of work.  

 

 


 

 

    STAFF AWARD REPORT                                          Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re:

Contract Extension

214-S-08 Airtime for Automatic Vehicle Locators (AVLs)

Date:

July 28, 2009

Prepared by:

Morgan Jones, Manager District East, Ext, 2285

Patti Malone, Senior Buyer, Ext, 2239

Omer Ariburnu, Manager Client Delivery, ITS, Ext, 4885

 

RECOMMENDATION

Recommended Consultant

Strategic Mapping (Preferred supplier)

Budget allocated

$  22,515.00

700 504 5120 AVL Software Hosted Solution

Less cost of award

$    8,149.80

$105,947.40

$114,097.20

3.0 months - 2009 Software Hosted Solution Fee

39 months, 2010 - 2016 Software Hosted Solution Fee–* Total award for 42 months (2009-2016) – Excl GST

Budget Remaining after this award

$  14,365.20

 

*Subject to Council approval of operating Budget

Note:  The Software application is hosted, in other words does not reside on Town’s Network

 

Staff recommends:

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7: (1) (c) when the extension of an existing contract would prove more cost-effective or beneficial.

 

PURPOSE

To obtain approval on an appropriate contract for Automatic Vehicle Locators (AVL) Software Services for a seven (7) year term with an out-clause after year three (3).

 

BACKGROUND

During the Council workshop in the spring of 2008, the need for installing AVL’s on Town and contractor’s equipment was identified.  Installing AVL’s would enable the Town access to a detailed road routing to better mange risk relating to claims during winter. Further data collected from the AVL’s will provide the necessary backup documentation to make payments to contractors for hours utilized.

 

Operations Staff conducted five vendor demonstrations of AVL equipment, performance and compatibility and as a result Strategic Mapping (SM) was selected as the preferred vendor to supply Hardware (AVL Units) and Software solutions (monthly airtime).  The requirement for AVL’s was included in the tenders in 2008 for the Tandem and Single Axle Combination Plows and the Sidewalk Winter Maintenance. 

 

Therefore, pricing was requested from SM for both hardware and software support costs for a 7 year term, since this aligned with the duration of the Tandem and Sidewalk contracts awarded in 2008.

 

Since 2008, Staff (15 AVL units) and Winter Maintenance Contractors (53 AVL units) have procured the necessary units to be installed within the vehicles from SM.  However, the required Software solution (monthly airtime) and contractual agreement has yet to be finalized through the Town and SM.

 

Based on the rational that the Town’s ITS department will be able to provide an alternative solution in the coming years through the wireless data and voice communication network which will include an AVL solution operating

 

on the Town’s network.  Additionally, since SM price for a three (3) term contract is considerable higher for monthly costs ($100/month) compared with ($39.95/month) than that of a seven (7) year term. 


 

Contract Extension - 214-S-08 Airtime for Automatic Vehicle Locators (AVLs) Page 2 of 2

 

 

Staff is recommending a mutually agreeable solution with SM to execute the Software solution (monthly airtime) for a seven (7) year term with an option to exit after the 3rd year of the contract (spring of 2012).

 

This flexibility allows the Town to maintain the lower monthly costs and lower overall cost commitment whilst having the opportunity to extend at the same monthly costs or terminate dependant on timing of internal AVL solution.

The options are identified below:

 

Option A. 3 year term – Minimum of 6 months / year

 

Monthly Airtime                   $100 / mth x 6 months / year x 68 units = $40,800 / year or $122,400 (3 years)

Hardware                                $1,099 x 68 units = $74,732

 

Total commitment                 $197, 132   (3 year term)

 

This cost does not include monthly cellular data with Bell or Rogers.

 

Option B. 7 Year term - Minimum of 6 months / year with an out-clause after year 3 with a penalty clause

 

Monthly Airtime                  $39.95 / mth x 6 mths / year x 68 units = $16,299.60/year or $48,898.80 (3 years)

Hardware                             $1,099 x 68 units = $74,732

 

Total commitment                $123,630.80 (3 year term)

This cost does not include monthly cellular data with Bell or Rogers.

 

Note: Option B has the following termination penalties after year three (3)

·         Termination after completion of year three              (3)           $ 91,217.00

·         Termination after completion of year four               (4)           $ 68,405.00

·         Termination after completion of year five                (5)           $ 47,341.00

·         Termination after completion of year six                  (6)           $ 23,670.00

 

OPTIONS/DISCUSSIONS

The cost savings associated with using the Town’s own wireless data and voice communication network based AVL system are significant.  Therefore, a joint recommendation is being made by ITS and Operations staff and endorsed by Purchasing to pursue option B with SM so that the cost savings of using the Town’s Network for AVL could be realized sooner.

 

The benefits of the Town’s own wireless data and voice communication network are the elimination of 3rd party monthly Software fees ($39.95/month/unit) along with the elimination of cellular air time (Bell or Rogers). 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


                                                                                STAFF AWARD REPORT                               Page 1 of 2                                                   

To:

John Livey, Chief Administrative Officer

Re: 

Award  # 1

131-T-09 Multi-Use-Path Construction, Major Mackenzie Drive (Highway 48 to Donald Cousens Parkway) and Donald Cousens Parkway (Major Mackenzie Drive to Highway 407)

Award  # 2

146-R-09 Construction Administration Services, Multi-Use-Pathway (MUP), Major Mackenzie Drive and Donald Cousens Parkway

Date: 

June 29, 2009

Prepared by:

Kay Man Poon, Capital Works Engineer, Engineering Ext. 2897

Robert Slater, Senior Construction Buyer, Purchasing Ext. 3189

 

RECOMMENDATION

 

Recommended Contractor

Recommended Consultant

Brennan Paving & Construction Ltd. (Lowest priced Supplier) Award # 1

Cole Engineering (Highest ranked / Lowest priced Supplier) Award # 2

Current Budget Available 

$ 3,944,343.60

$ 1,245,789.00

083-5350-8502-005 Multi-Use-Path Construction

083-5350-8114-005 Cycling / Pathways

$ 5,190,132.60

Less cost of award

 

$ 1,484,822.23

$    148,482.22

$ 1,633,304.45

 

$      70,600.00

$      10,590.00

$      20,000.00

$    101,190.00

 

$ 1,734,494.45

$    130,087.08

$ 1,864,581.53

Award # 1

Construction (lowest priced Bidder)

Construction Contingency (10%)

Total inclusive of PST and exclusive of GST

Award # 2

Contract Administration

Contract Administration Contingency (15%)

Allowance - extend Contract Administration to 2010*

Total award (Excluding GST)

 

Total award # 1 & 2

Engineering Dept Project Management Fees (7.5%)

Total Project Cost

Budget remaining after this award

$ 2,311,039.15

$ 1,014,511.92

083-5350-8502-005 Multi-Use-Path Construction**

083-5350-8114-005 Cycling / Pathways

*Should the construction of the Multi-Use-Path be extended into 2010, an allowance is requested for $20,000.00 to cover the Construction Administration cost in 2010.

 

** The remaining balance of funds will be used for construction of the section of the Multi-Use-Paths within Milne Conservation Area as detailed in the Municipal Infrastructure Investment Initiation Program grant application (Appendix A).

 

PURPOSE:

To obtain approval to award the contract for construction of a Multi-Use-Path on Major Mackenzie Drive (Highway 48 to Donald Cousens Parkway) and on Donald Cousens Parkway (Major Mackenzie Drive to Highway 407).  Additionally, to obtain approval to award the contract for the Construction Administration Services, Multi-Use-Pathway, Major Mackenzie Drive and Donald Cousens Parkway.

 

BACKGROUND:                                                                                                                                                                

The Cycling Master Plan identified 18.5 km of cycling and walking trails along Major Mackenzie Drive from Woodbine Avenue to Donald Cousens Parkway, along Donald Cousens Parkway from Major Mackenzie Drive to Highway 407 and within Milne Conservation Area.  There was 4.0 kilometers of Multi-Use-Path on Major Mackenzie Drive between Woodbine Avenue and Kennedy Road completed by the Region of York on behalf of


131-T-09 Multi-Use-Path Construction, Major Mackenzie Drive (Highway 48 to Donald Cousens Parkway) and Donald Cousens Parkway (Major Mackenzie Drive to Highway 407)                                     Page 2 of 2

 

the Town in 2008.  Another 4.0 kilometers of Multi-Use-Path on Major Mackenzie Drive between Kennedy Road and Highway 48 will be completed before summer of 2009 by the Town’s under Contract 103-T-08.

 

The proposed award of tender 131-T-09 is for the Multi-Use-Path construction on Major Mackenzie Drive (Highway 48 to Donald Cousens Parkway) and on Donald Cousens Parkway (Major Mackenzie Drive to Highway 407). Through this award approximately 8.0 km of Multi-Use-Path will be constructed. Funding for this project is from the Municipal Infrastructure Investment Initiative offered by Infrastructure Ontario.  The remaining 2.5 kilometers of Multi-Use-Path is to be designed and constructed within the Milne Conservation Area.

 

The award of request for proposal (RFP) 146-R-09 is for the Construction Administration Service of the Multi-Use-Path, Major Mackenzie Drive and Donald Cousens Parkway. The RFP 146-R-09 covers the Construction Administration cost in 2009 and includes $20,000.00 allowance should the construction of the Multi-Use-Path be extended into 2010. 

 

Award # 1 - Met all criteria

 

BID INFORMATION: 131-T-09 Multi-Use-Path Construction

Advertised

ETN (Biddingo)

Tender closed on

May 6, 2009

Number picking up tender documents

9

Number responding to tender

5

 

Detailed Pricing Information                                                                                                               

Contractors

Prices (exclusive of GST)

Brennan Paving & Construction

$1,484,822.23

Aloia Bros. Concrete Contractors

$1,737,274.82

Loc Pave Construction Ltd.

$1,793,000.00

Serve Construction

$1,814,094.30

Curbside Construction

$1,862,975.50

The bids have been verified for accuracy and compliance with the tender terms and conditions. Purchasing has reviewed the references of the lowest bidder and is satisfied with these recommendations of references.

 

Award # 2 - Since this is a RFP, it falls outside criteria

 

BID INFORMATION: 146-R-09 Construction Administration Services, Multi-Use-Pathway

Advertised

By invitation

Tender closed on

May 27, 2009

Number of Consultants invited

8

Number of Consultants responded

4

 

PROPOSAL EVALUATION                                                                                                                            

The proposals were evaluated by staffs from the Town of Markham Engineering Department and Purchasing Department. The proposals were verified for accuracy and compliance with the Terms and Conditions of the RFP: Experience & Related Projects 15%, Understanding of Project 5%, Qualification & Quality Management 20%, Qualification –Geotechnical Service 15%, Qualification –Electrical Service 5%, Scheduling Methodology 5%, Price 30%, Health & Safety Policy 5%, totaling 100%.

 

The ranking results are as follow:

Consultants

Score (out of 100)

Ranking

Cole Engineering

85.2%

1

Municipal Engineering Solutions

84.4%

2

AECOM

83.3%

3

Urbantech

80.3%

4

Note:  The recommend proponent (Highest ranked / Lowest priced supplier), Cole Engineering was 18% lower in price than the second lowest priced proponent.


 

        

                                                                   STAFF AWARD REPORT                                               

To:

Alan Brown, Director Engineering

Re: 

030-T-09 Mount Joy Creek at Tuclor Lane Erosion Remediation

Date: 

June 10, 2009

Prepared by:

Nehal Azmy,  Senior Capital Works Engineer, Ext. 2197

Robert Slater, Senior Construction  Buyer, Ext. 3189

 

RECOMMENDATION

Recommended Supplier

560789 Ontario Limited - R & M Construction  (Lowest Priced Bidder)

Original Budget and Accounts #

$ 1,045,448.00 

640-101-5699-7074  Downstream Improvements (2006)

Budget Available

$    260,232.00

640-101-5699-7074  Downstream Improvements (2006)

Less cost of award

$      81,757.00

$      12,264.00

$      94,022.00

 

$      14,103.00

$    108,125.00

Excluding GST

Contingency (15%)

Total Award

 

Internal Management Fees (15%)

Total Project Costs

Budget Remaining after this award

$    140,137.00

*

* The remaining balance in the amount of $140,137.00 shall be used for the second phase of the construction for the restoration of erosion sites as budgeted for within account 083-5350-7074-005.

 

PURPOSE
To obtain approval for awarding a construction contract for erosion restoration Mount Joy Creek at Tuclor lane.

 

BACKGROUND
A study for Markham Watercourse Erosion Restoration Implementation Plan has been undertaken in conformity with the Municipal Class Environmental Assessment process to establish existing and potential future erosion conditions in the Town’s watercourses and to identify potential restoration strategies. The study prioritized a list of sites with specific erosion problems deemed to require remedial works.  This erosion site area occurs along approximately 70 m of Mount Joy Creek, upstream and downstream of Tuclor Lane.

 

BID INFORMATION

Advertised

ETN

Bids closed on

June 5, 2009

Number picking up bid documents

17

Number responding to bid

4

 

PRICE SUMMARY

Supplier

Price (exclusive of GST)

560789 Ontario Limited - R & M Construction 

$  81,757.00

Dontex Construction Ltd.

$117,665.00

Maram Building Corp.

  $124,195.39

Cambridge Landscaping Inc.

  $147, 321.35

 


                                                                                                                  

STAFF AWARD REPORT                                      

To:

Jim Baird, Commissioner of  Development Services

Re: 

174-T-09  East Don Tributary (at Steele Valley Road) Erosion Remediation

Date: 

July 28, 2009

Prepared by:

Nehal Azmy, Senior Capital Works Engineer Ext. 2197

Rosemarie Patano, Senior Buyer Ext. 2990

 

RECOMMENDATION

Recommended Supplier

R&M Construction. (Lowest Priced Supplier)

Current Budget Available 

  $    1,757,194.00   

64010156998377 Erosion Sites (2008)

Less cost of award

  $       221,255.50

  $         33,188.33

  $       254,443.83

 

  $         30,533.26

  $       284,977.00

Price inclusive of PST, exclusive of  GST

Contingency (15%)

Total Award

 

Internal Management Fees (12%)

Total Project Costs

Budget Remaining after this award

  $    1,472,216.92

*

* The remaining balance in the amount of $1,472,216.92 shall be used for the second phase of the construction for the restoration of erosion sites such as German Mills & Mount Joy as budgeted for within account 640-101-5699-8377

 

PURPOSE

To obtain approval to award the contract for the construction of the Markham Creeks Erosion Restoration at East Don Tributary at Steele Valley Road.

 

BACKGROUND

A study for Markham Watercourse Erosion Restoration Implementation Plan was undertaken along with the Municipal Class Environmental Assessment process to establish existing and potential future erosion conditions in the Town’s watercourses and to identify potential restoration strategies. This project area occurs along the East Don River Tributary, in the vicinity of property # 53 and 54 Steele Valley Road and extends northward into Proctor Park.

 

The selected Vendor has done similar work for the Town with a proven track record, and understands the Town’s policies which could be beneficial.  The completed reference checks on file were all positive.

 

BID INFORMATION

Advertised

ETN

Bids closed on

July 17th, 2009

Number picking up bid documents

8

Number responding to bid

4

 

PRICE SUMMARY

Supplier

Price inclusive of PST, exclusive of  GST

R&M Construction

$  221,255.50

Cedar Springs landscape Group Ltd.

$  278,974.42

Dynex Construction Ltd.

$  319,430.00

Pine Valley Enterprises Inc.

$  345,445.00

 

 

                                                                                      


                                                            STAFF AWARD REPORT                           Page 1 of 2

To:

Alan Brown, Director, Engineering

Re: 

207-T-09 9th Line Illumination (Between Cul-de-sacs South of Ridgevale Drive and Rough Bank Drive)

Date: 

August 18, 2009

Prepared by:

Kay Man Poon, Capital Works Engineer, Engineering. Ext: 2897

Robert Slater, Senior Construction Buyer. Ext: 3189

 

RECOMMENDATION

Recommended Supplier

Stacey Electric Company Limited (lowest priced Supplier)

Current Budget Available 

$   466,699.22

083-5350-8400-005 Town Wide Street Illumination

Less cost of award

$     68,593.60

$     10,289.04

$     78,882.64

 

$     11,832.40

$     90,715.04

Construction (Excluding GST)

Construction Contingency (15%)

Total award (Excluding GST)

 

Engineering Dept Project Management Fees (15%)

Total Project Cost

Budget Remaining after this award

$   375,984.18

*

* The balance will be applied to the installation of illumination on Major Mackenzie Drive between Woodbine Avenue and Prospector’s Drive as budgeted for within account 083-5353-8400-005.

 

PURPOSE:

To obtain approval to award the contract for the installation of illumination on 9th Line between the Cul-de-sacs South of Ridgevale Drive and Rough Bank Drive.

 

BACKGROUND:

The lack of street lighting on the existing 9th Line between the Cul-de-sac South of Ridgevale Drive and Rough Bank Drive has become crucial as the increase in pedestrian and vehicular traffic to and from the new subdivision located in the vicinity of the existing 9th Line.

 

In 2009 the Town retained Moon-Matz Ltd. to prepare the illumination design for the existing 9th Line between the Cul-de-sacs South of Ridgevale Drive and Rough Bank Drive.

 

This contract is to supply and install street lighting to the existing 9th Line between the Cul-de-sacs South of Ridgevale Drive and Rough Bank Drive. The Town is responsible for illumination on Local roads except at Regional intersections. It is expected the construction will start in September 2009 and be completed by November 2009. The total cost of this project is within the approved budget and any remaining funds will be used to fund the illumination project on Major Mackenzie Drive.

 

BID INFORMATION:

Advertised on

ETN (Biddingo)

Tender closed at 10:00 am on

August 7, 2009

Number picking up tender documents

5

Number responding to tender

4

 


 

207-T-09 9th Line Illumination -Between Cul-de-sacs South of Ridgevale Drive & Rouge Bank Dr

  Page 2 of 2

 

 

Detailed Pricing Information:

 

Contractors

Prices (exclusive of GST)

Stacey Electric Company Limited

$68,593.60

Fellmore Electrical Contractors Ltd.

$72,451.32

Guild Electric Limited

$75,296.30

AGI Traffic Technology Inc.

$120,695.60

 

The bids have been verified for accuracy and compliance with the tender terms and conditions. Purchasing has reviewed the references of the lowest bidder and is satisfied with these recommendations of references.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


 

                                                 

STAFF AWARD REPORT      

To:

John Livey, Chief Administrative Officer

Re: 

129-T-09 German Mills Tributary at Leslie/14th Lane Erosion Restoration  (Site 1)

German Mills Creek at 7015 Leslie Street Erosion Restoration  (Site 2)

Date: 

August 17, 2009

Prepared by:

Nehal Azmy, Senior Capital Works Engineer, Ext. 2197

Robert Slater, Senior Buyer, Ext. 3189

 

RECOMMENDATION

Recommended Supplier

Dynex Construction Ltd. (Lowest Priced Supplier)

Current Budget Available 

$ 1,956,638.69

64010156998377 Erosion Sites (2008)

Less cost of award

$    411,496.50

$      61,724.48

$   473,220.98

$      56,787.52

$   530,007.49

Price inclusive of PST, exclusive of  GST

Contingency (15%)

Total Award

Internal Management Fees (12%)

Total Project Costs

Budget Remaining after this award

$ 1,426,631.20

*

* The remaining balance in the amount of $1,426,631.20 will be used for the second phase of the construction for the restoration of erosion sites such as Mount Joy and the Rouge River as budgeted for within account 640-101-5699-8377

 

PURPOSE

To obtain approval to award the contract for the construction of the Markham Creeks Erosion Restoration of the German Mills Tributary at Leslie and 14th Lane and German Mills Creek at 7015 Leslie.

 

BACKGROUND

A study for Markham Watercourse Erosion Restoration Implementation Plan was undertaken along with the Municipal Class Environmental Assessment process to establish existing and potential future erosion conditions in the Town’s watercourses and to identify potential restoration strategies. This project area occurs along German Mills Tributary at Leslie/14th lane Erosion Restoration (site 1) and German Mills Creek at 7015 Leslie Street Erosion Restoration  (site 2).

 

The selected Vendor has done similar work for the Town with a proven track record, and understands the Town’s policies which could be beneficial.  The completed reference checks on file were all positive.

 

BID INFORMATION

Advertised

ETN

Bids closed on

August 5, 2009

Number picking up bid documents

14

Number responding to bid

3

 

PRICE SUMMARY

Supplier

 

Price, exclusive of  GST

Dynex Construction Ltd.

$  411,496.50

Cambridge Landscape Inc.

$  436,542.75

R&M Construction

$  494,214.50

 

The bids have been verified for accuracy and compliance with the tender terms and conditions. Purchasing has reviewed the references of the lowest bidder and is satisfied with these recommendations of references

 


 

                                                 

STAFF AWARD REPORT                                                Page 1 of 2   

To:

Alan Brown, Director, Engineering

Re: 

214-T-09 Markham Creeks Erosion Restoration and Planting Mount Joy Creek at Carman Lewis Park

Date: 

August 17, 2009

Prepared by:

Nehal Azmy, Senior Capital Works Engineer, Ext. 2197

Robert Slater, Senior Buyer, Ext. 3189

 

RECOMMENDATION

Recommended Supplier

R & M Construction. (Lowest Priced Supplier)

Original Budget and Account #

$2,009,400.00 

64010156998377 Erosion Sites (2008)               

Current Budget Available 

$1,426,631.20

 

Less cost of award

$     84,726.50

$     12,708.98

$     97,435.48

$     14,615.32

$   112,050.80

Price inclusive of PST, exclusive of  GST

Contingency (15%)

Total Award

Internal Management Fees (15%)

Total Project Costs

Budget Remaining after this award

$1,314,580.40

*

*The remaining balance in the amount of $1,314,580.40 shall be used for the second phase of the construction for the restoration of erosion sites such as Rouge River as budgeted for within account 640-101-5699-8377.

 

PURPOSE

To obtain approval to award the contract for the construction of the Markham Creeks Erosion Restoration along Mount Joy Creek at Carman Lewis Park.

 

BACKGROUND

A study for Markham Watercourse Erosion Restoration Implementation Plan was undertaken along with the Municipal Class Environmental Assessment process to establish existing and potential future erosion conditions in the Town’s watercourses and to identify potential restoration strategies. This project area occurs along Mount Joy Creek at Carman Lewis Park.

 

BID INFORMATION

Advertised

ETN

Bids closed on

August 7, 2009

Number picking up bid documents

12

Number responding to bid

3

 

PRICE SUMMARY

Supplier

Price, exclusive of  GST

R&M Construction

$ 84,726.50

Cambridge Landscape Inc.

$121,848.80

MTM Landscaping

$152,430.60

 

The bids have been verified for accuracy and compliance with the tender terms and conditions. Purchasing has reviewed the references of the lowest bidder and is satisfied with these recommendations of references.

 


 

 

                                                 

 

                                                                    STAFF AWARD REPORT                Page 1 of 2        

To:

Brenda Librecz, Acting CAO

Re: 

147-R-09 2009 Sidewalk Program, 9th Line, 16th Ave, Kennedy Road, Woodbine Ave, Don Mills Rd, Hwy 7 & Esna Park Drive & Courtfield Crescent.

Date: 

July 11, 2009

Prepared by:

Dereje Tafesse, Capital Works Engineer, Engineering. Ext: 2034

Robert Slater, Senior Construction Buyer, Purchasing. Ext: 3189

 

 

RECOMMENDATION

Recommended Consultant

Municipal Engineering Services (Highest Ranked / 2nd lowest Priced Supplier)

Current Budget Available 

$       1,999,923.00

083-5350-9302-005 Sidewalk Requests

Less cost of award

$          188,430.00

$            28,264.50

$              5,652.90

$          222,347.40

 

$            26,681.69

$          249,029.09

Design & Contract Administration

Design & Contract Admin Contingency (15%)

Field and Laboratory Testing Allowance (3%)

Total award (Excluding GST)

 

Engineering Dept Project Management Fees 12 %)

Total Project Cost

Budget remaining after this award

$       1,750,893.91       

 

* The remaining balance of funds will be used for the design and construction of the 2009 sidewalk program.

 

PURPOSE:

To obtain approval to award the contract for the detail design and construction administration of the 2009 Sidewalk Program.

 

BACKGROUND:                                                                                                                                                                  

The Engineering department administers sidewalk construction with funding from the Development Charges (DC) program. These funds are used to provide sidewalk along Regional roads and on local collector roads.  Staff has developed a five year sidewalk Capital program to schedule the design, approvals and construction in a timely manner. The proposed award is part of the 2009 Sidewalk Program and includes 9th Line, 16th Avenue, Kennedy Road, Woodbine Avenue, Don Mills Road, Highway 7, Esna Park Drive and Courtfield Crescent. Through this award approximately 7.5 km of sidewalk will be designed and the construction work will be administered in 2009/2010.

 

The current 2009 Sidewalk Program includes approximately 19.2 kilometres of sidewalk to be constructed for the year. To date, approximately 3.0 kilometers of sidewalk has been awarded (i.e. Woodbine By-Pass & Birchmount Road) as a part of the Town contracts and is scheduled to be completed in 2009. Another 3.0 kilometres of sidewalk will be tendered (i.e. Woodbine, McCowan and Yonge Street) by August 2009 and is anticipated to be completed by the end of the year. The Region of York currently has 1.0 kilometre of sidewalk that has been awarded as a part of their works (i.e. 9th Line) for 2009. Engineering Department earlier in the year, forwarded a list of sidewalk locations (approximately 4.7 kilometres) to the Operatons Group to be included as a part of their 2009 Town wide sidewalk program, but due to unforeseen events, Operations Department has advised Engineering (June 2009) that they can no longer accommodate Engineering’s sidewalk list. Engineering department will have to issue an RFP to initiate the design for these sidewalk locations.

 

BID INFORMATION:

Advertised

ETN & Invitation

Tender closed on

June 10, 2009

Number picking up tender documents

9

Number responding to RFP

3

   


 

147-R-09 2009 Sidewalk Program, 9th Line, 16th Ave, Kennedy Road, Woodbine Ave, Don Mills Rd, Hwy 7 & Esna Park Drive & Courtfield Crescent                                                                                            Page 2 of 2

 

PROPOSAL EVALUATION                                                                                                                            

The evaluation team was comprised of staff from the Engineering Department with purchasing acting as the facilitator.  The evaluation was based on pre-established evaluation criteria as listed in the Request for Proposal: 20% for past experience of consulting firm, 20% for qualifications and experience of the project manager and project team, 30% for project delivery and 30% for price, totaling 100%, with resulting scores as follows:

                                                                                                                                               

                                                                                                                                                               

Consultants

Score (out of 100)

Ranking

Municipal Engineering Services (MES)

88.61%

1

Urbantech Consulting

85.33%

2

Trow Associates

63.07%

3

 

MES was the most technically proficient proposal highlighting the detail design constraints of each proposed sidewalk location. In addition, MES has completed multiple projects of similar size and value in the past.    The bids have been verified for accuracy and compliance with the RFP terms and conditions. Purchasing has reviewed the references of the Municipal Engineering Services and is satisfied with these recommendations of references.

 

Prices ranged from $143,700.0 - $302,160.00 for these submissions.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


 

 

 

 

STAFF AWARD REPORT                                     Page 1 of 2

 

To:

John Livey, Chief Administrative Officer

Re: 

124-R-09 Flood Emergency Response Plan - Phase III 

Date: 

May 27, 2009

Prepared by:

Soran Sito, Environmental Engineer Ext: 2521

Robert Slater, Senior Construction Buyer Ext: 3189

RECOMMENDATION

Recommended Consultant

AECOM (Preferred Supplier)

Current Budget Available 

$ 224,000.00

83-5399-8376-005 SWM Strategy #1 – Flood Control – Town

Wide Emergency

Less cost of award

$ 140,503.68 

$   10,000.00  

$ 150,503.68

Inclusive of PST , exclusive of GST

Contingency **

Total award

Budget Remaining after this award

$   73,496.32    

*

* The remaining balance in the amount of $73,946.32 will be returned to the original funding source.

** Staff is requesting approval of a contingency amount of $10,000 to cover any unanticipated changes to the scope of work.

 

Staff further recommends: THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (f) which states “ where, for any reason, a call for Tenders does not result in the successful award of a Tender”;

PURPOSE

The award for approval of consulting services contract relating to preparation of a FERP manual, “Flood Emergency Response Plan – Phase III”.

BACKGROUND

In February 2009, RFP 034-R-09, was issued publicly through the Biddingo ETN with twenty (20) bidders downloading the document, however, no responses were received from any proponent.  Subsequently, staff re-issued the RFP (124-R-09) in April, with only Aecom responding with a bid submission.

The area of Flood Emergency Response is a very new and specialized area which became prominent following the flooding situation experienced in 2005. Few companies have the knowledge and expertise to provide consulting services in this area.

A “follow-up” with several of the companies who downloaded the document indicated that it was either not their area of expertise as outlined above or, that they were to unable to bid due to current work commitments. 

OPTIONS/DISCUSSIONS

The storm event of August 19, 2005 caused major damage to properties and structures within certain areas of the Town.  In February 2006, Council requested that the Engineering Department retain a consultant to prepare a Flood Emergency Response Plan for the Town which would detail the action plan to address flood events.

The Town of Markham is currently in the process of preparing a Flood Emergency Response Plan (FERP) to address potential flooding events that may occur in the future.  The FERP is a three-phase, multi-year project (see Attachment A).  The main objectives of the Plan are:

  • To identify flood vulnerable sites and structures within the Town that will be at risk of flooding during significant storm events (10 years storm to Regional storm), (Phase 1);

 

124-R-09 Flood Emergency Response Plan - Phase III                                                                Page 2 of 2

  • To establish prioritization lists for sites and structures based on the vulnerability of the site and the severity of the flooding (Phase 2); and
  • Provide the Town’s Fire and Emergency Services and Operations Departments with a comprehensive FERP manual outlining detailed roles, responsibilities and required actions to be taken prior, during and after a storm flood event for different storm events (Phase 3).

 

Clarifica completed Phase I of the plan in August 2006 and is expected to complete Phase II by June, 2009. A power-point presentation of the results and the budget required to complete Phase II ($85,000.00) were provided to CCC at its meeting of August 23, 2006. Fire and Emergency Services and Operations Departments will be provided with a comprehensive flood maps and related GIS database.

 

PHASE III WORK PLAN

Engineering, with the assistance of the Fire and Emergency Services, Operations, Asset Management and the recommended proponent, has established a comprehensive work plan for Phase III of this project (see attachment B).  The goal of Phase III is to develop a comprehensive FERP manual that can provide Town staff with appropriate guidance and prescribed procedures prior, during and after a flood emergency event. The manual will provide a chain of command/control to coordinate response efforts; identifies the roles and responsibilities of response team personal, municipal departments, emergency and community services, and regional and provincial agencies; describe the protocols for establishing an Emergency Operations Centre (EOC); and outlines various response plans and measures. The general tasks included in the phase III of the FERP are to:-

  • Establish a Response Team;
  • Develop a Threat Alert Level System;
  • Establish a Response Plan for each threat level;
  • Develop a Communication Plan;
  • Establish a Financing System;
  • Prepare an Evacuation Plan; and
  • Delineate a Recovery Plan;

Phase III can start immediately with estimated completion by February 2010.

 

RATIONALE FOR SELECTING A PREFERRED CONSULTANT

 

Staff recommends that Phase III FERP be awarded to AECOM for the following reasons:

·         AECOM is the only engineering firm that responded to the Town’s second Request for Proposal (RFP 124-R-09) on this project;

  • AECOM will be using the services of Clarifica Inc to complete this assignment. Clarifica Inc has recently completed the technical flood mapping analysis for this project (phases I and II) and can provide AECOM with an efficient and cost effective service/support to complete phase III;
  • AECOM has considerable experience with the development of flood emergency response plans for other municipalities and the Toronto Region Conservation Authority (TRCA);   

 

LEGAL IMPLICATIONS

The current flooding situation within certain areas of the Town (Re: August 19, 2005 storm event and related flooding in the Thornhill community and Don Mills channel areas) and some of the pending litigation from various stakeholders and property owners, necessitate that the Town proceed with Phase III of the project to prepare a comprehensive Flood Emergency Response Plan manual by February 2010. 

 

 


 

 

                                         STAFF AWARD REPORT                                   Page 1 of 2

To:

John Livey, Chief Administrative officer

Re: 

153-S-09 – Woodbine Bypass Design Revision Phase 3B

Date: 

September 30, 2009

Prepared by:

Gabor Szakter, Senior Capital Works Engineer, Engineering Department. Ext: 4040

Robert Slater, Senior Construction Buyer, Purchasing Department. Ext: 3189

 

RECOMMENDATION

Recommended Supplier

Masongsong Associates Engineering Limited (Preferred Supplier)

Current Budget Available

$      476,612.62

83-5350-8441-005 Woodbine By-pass

Less cost of award

$        54,170.00

$        10,000.00

$        64,170.00

$          2,566.80

$        66,736.80

Design Fee

Provisional Fee

Excluding GST (Total Award)

Internal department management fee @ 4.0%

Total project cost (all exclusive of GST)

Budget Remaining after this award

$      409,875.82

 

 

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 necessary or in the best interests of the Town to acquire Consulting Services from a preferred supplier who has a proven track record with the Town in terms of pricing, quality and service.

.

PURPOSE

To issue a purchase order to Masongsong Associates Engineering Ltd. (MAEL) to complete the design revision of Woodbine Avenue Phase 3B, from Honda Boulevard to the north tie-in, into existing Woodbine Avenue, and prepare tender documents so that Phase 3B can be tendered by July, 2009 and completed for constructed by Summer 2010.

 

BACKGROUND

 

The Woodbine Bypass design has been completed by the Town, but requires revision to the design at the north tie-in to existing Woodbine Avenue, as part of Phase 3B of the Woodbine Bypass.  Phase 3B is the portion of Woodbine Bypass from Honda Boulevard to the north tie-in to existing Woodbine Avenue.  Currently, the Town awarded, under contract 029-T-09, Phases 2A, 2B and 3A of the Woodbine Bypass, from Elgin Mills Road to Honda Boulevard.  The Phase 1 portion, from Major Mackenzie Drive to Elgin Mills Road has been in construction since August, 2008.

 

The design of Woodbine Bypass was originally undertaken by AECOM (formerly Earth Tech) in accordance with the Region of York approval process and the approved Region of York Class EA.   For Phases 2A, 2B, 3A and 3B portions of the Woodbine Bypass, AECOM (formerly Earthtech) had completed up to 60% of the design.  However, significant changes were required to this design to accommodate the proposed connecting roads for Rice and Vetmar Draft Plan of Subdivisions (OPA 149 lands).  The funding for these design changes were provided by the Rice Group.  AECOM could not commit to the completion of the remaining design of Phases 2A, 2B, 3A, and 3B and Masongsong Associates Engineering Ltd. (MAEL) was awarded to complete the design, while AECOM remained involved to carry out the peer review.  The fees for the design changes were approved following Staff Award Report #083-P-08.

 

As MAEL completed the design by January, 2009, it became evident that there became significant requirements for property, on the west side towards the north portion of Phase 3B, north of Victoria Square Boulevard.  In consultation with the Region, the Town is pursuing a revision to the design of Phase 3B to avoid property impacts.  By revising the roadway geometry and profile, these property requirements can be reduced and may be eliminated altogether, saving costs in land acquisition and time in property negotiations.  The design work will involve a preliminary design to confirm the property impacts, followed by a detailed design and obtaining all necessary approvals.

 


 

153-S-09 – Woodbine Bypass Design Revision Phase 3B                                                                              Page 2 of 2

 

To date staff and the Region has been satisfied with the work undertaken by MAEL.  In addition, MAEL is very familiar with the OPA 149 lands, having extensive assignments in design and contract administration for the OPA 149 Developers.

 

Given the project complexity and tight timelines, staff recommends that MAEL be retained as the preferred supplied at the upset limit of $64,170.00 ($54,170.00 (Design Fee) + $10,000.00 (Provisional Fee) exclusive of GST)) that is to be funded from the capital account 083-5350-8441-005 (developer funded).  The provisional fees are related to legal surveys for potential land acquisition and for the tie-in of hydro-electrical supply points.  The total construction cost of Phase 3B of the Woodbine Bypass is estimated to be $2.9M.  Therefore, the total design fees are 5.7% of the construction cost.  This is an acceptable percentage of the construction cost.  Typically, the design percentage falls within 5 – 8 % of the construction estimate, depending on the complexity of the design.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


 

                                                                       STAFF AWARD REPORT             Page 1 of 2                                                                                              

To:

John Livey, Chief Administrative Officer

Re: 

185-S-09 - 9th Line Phase II (Hwy 407 to Rose Way) Sidewalk, Illumination and Sanitary Sewer Diversion

Date: 

September 30, 2009

Prepared by:

Dale MacKenzie, Senior Capital Works Engineer, Engineering Department. Ext: 4055

Robert Slater, Senior Construction Buyer. Ext: 3189

 

RECOMMENDATION

Recommended Supplier

Region of York (Preferred Supplier)

Current Budget Available

$1,319,288.21

$   136,938.87

$   334,525.00

   $1,790,752.08

Account # 83-6150-7752-005 Sidewalk Requests

Account # 83-6150-7276-005 Illumination Requests

Account # 53-6150-8336-005 Sewer Works Projects

Total

Less cost of award

 

 

 

$    155,961.28

$      23,394.19

$      23,394.19

$        4,054.99

$    206,804.66

9th Line Phase II Sidewalk, Illumination and Sewer Estimate

15% Contingency

15% ROY Design, CA, Eng. Fee

2% Internal Department Fee (split over all three accounts)

Total project cost (all exclusive of GST)

Remaining Budget Amounts

 

 

$1,250,532.46

$     21,551.27

$   315,918.68

Account # 83-6150-7752-005 Sidewalk Requests*

Account # 83-6150-7276-005 Illumination Requests*

Account # 53-6150-8336-005 Sewer Works Projects*

* The remaining budgets within these accounts shall be used for further sidewalk, illumination and sewer works as budgeted for within each account. The commitments for the Warden Avenue sidewalk and illumination projects have been reflected on these accounts

 

Staff further recommends: THAT the Request For Quotation process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (1) - (h) where if 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 issue a purchase order to the Region of York to pay the construction costs associated with the installation of Sidewalks and Street Lights on 9th Line from Highway 407 to Rose Way and to also construct a Sanitary Sewer Diversion on 9th Line between Berczy Gate and Highway 7.

 

BACKGROUND

 

The Region of York (ROY) is in the process of completing the widening and reconstruction of 9th Line from Highway 407 to Bur Oak Avenue as part of their Capital Works Program.  This reconstruction project is divided into two Phases with Phase 1 (Rose Way to Bur Oak) having been previously completed in 2008 and Phase II (Highway 407 to Rose Way) currently underway. The Region tendered the project under their Purchasing By-law and awarded the project accordingly.

 

It is the Town of Markham’s responsibility to construct new sidewalks on Regional Roads within Markham and also to install street lights between intersections.  As such, Markham staff have previously requested the Region of York to incorporate the design and construction of sidewalks and street lights on 9th Line as a part of the Region’s overall road widening program. In addition to the road works, the Markham Operations Department has proposed a sanitary sewer

 


185-S-09 - 9th Line Phase II (Hwy 407 to Rose Way) Sidewalk, Illumination and Sanitary Sewer Diversion

 Page 2 of 3

 

diversion to release downstream surcharging.  It is proposed to divert sanitary sewage which currently drains westerly along Berczy Gate to be diverted south bound on Ninth Line.  This diversion will free up sewer capacity on Berczy Gate and will improve the overall operation of the system. The proposed works are being funded from by Operation Group’s Sewer Works Projects. 

 

The costs to install the new sidewalk, new street lights as well as the sanitary sewer diversion will be up-fronted by the Region of York who is to be reimbursed by the Town of Markham on a cost recoverable basis. 

 

A sidewalk account (083-6150-7752-005) with the amount of $2,381,945.00 was created in the 2007 Capital Budget to cover all costs associated with the construction of sidewalks that year.  This account is proposed to be used to fund the new sidewalks on the Ninth Line.  The Region of York has prepared a cost for the sidewalks using actual tendered prices.  The total cost for the Phase II Sidewalk works is $68,755.75 ($52,889.04 + ($15,866.71 Contingencies and ROY Engineering fees)).

 

In addition, an illumination account (083-6150-7276-005) in the amount of $2,064,700.00 was created in the 2006 Capital Budget to cover all costs associated with the provision of new street lights in 2006.  It is proposed to use this account to fund the new (Town of Markham) street lights on the Ninth Line.  The Region of York has prepared a cost for the new street lights using actual tendered prices.  The total cost for the Phase II Street Light works is to be $115,387.60 ($88,759.69 + ($26,627.91 Contingencies and ROY Engineering fees))

 

The Operations Department (Waterworks) requested the Region of York to complete the detailed design and construction of a sanitary sewer diversion on the Ninth Line between Berczy Gate and Highway #7.  An account (053-6150-8336-005) with an amount of $334,525.00 was created to finance sewer works throughout the Town of Markham and was approved to fund this work.  The Region of York has prepared a cost for this sanitary sewer diversion using actual tendered prices.  The total cost for the Phase II Sanitary Sewer Diversion works is to be $18,606.32 ($14,312.55 + (4,293.76 Contingency, and ROY Engineering fees))

 

Staff requests a Purchase Order in the amount of $202,749.67 ($206,804.66 - $4,054.99) be issued to the Region of York to cover the costs to install sidewalks and street lights on Ninth Line from Highway 407 to Rose Way.  In addition this Purchase Order will include the design and installation of a sanitary sewer diversion also on the Ninth Line between Berczy Gate and Highway #7.