STAFF
AWARD REPORT
Page 1 of 2
To: |
|
Re: |
080-T-09 Supply and Delivery of Various
Fleet Vehicles |
Date: |
|
Prepared
by: |
Laurie Canning, Manager, Fleet and
Supplies ext. 4896 Patti Malone, Senior Buyer, |
Recommended Supplier(s) |
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.
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
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
BID INFORMATION
Advertised |
ETN
(Electronic Tendering Network) |
Bids closed on |
|
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 |
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 |
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: |
|
Re: |
118-T-09
Bridge Improvements - and |
Date: |
|
Prepared
by: |
Hossein Sharif, Senior Project Engineer,
Asset Management Patti Malone, Senior Buyer, |
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 re
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
Advertised |
ETN (Electronic Tendering Network) – |
Bids
closed on |
|
Number
picking up bid documents |
12 |
Number
responding to bid |
4 |
118-T-09 Bridge Improvements -
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
|
$154,000.00 |
$153,700.00 |
$61,136.00 |
$10,000.00 |
$82,564.00 |
058-6150-8463-005
|
$ 33,000.00 |
$ 32,700.00 |
$62,076.00 |
$10,000.00 |
-$39,376.00 |
058-6150-8465-005
|
$ 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: |
|
Prepared
by: |
Diogo Oliviera, Waterworks Supervisor,
ext. 2485 Patti Malone, Senior Buyer, ext. 2239 |
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.
The
CCTV inspection program helps to develop a sanitary and storm sewer mains inventory including size,
type, age and condition of the system.
This
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.
Advertised |
ETN (Electronic Tendering Network) |
Bids
closed on |
|
Number
picking up bid documents |
11 |
Number
responding to bid |
3 |
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: |
|
Re: |
|
Date: |
|
Prepared
by: |
Prathapan Kumar, Senior Project Engineer,
ext. 2989 Patti Malone, Senior Buyer, ext. 2239 |
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
** 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.
Advertised |
ETN (Electronic Tendering Network) |
Bids
closed on |
|
Number
picking up bid documents |
21 |
Number
responding to bid |
11 |
110-T-
_________________________________________________________________________________________________
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 |
|
$
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 |
STAFF AWARD REPORT
To: |
Peter Loukes, Director,
Operations |
Re:
|
136-Q-09 Supply and Delivery of 16’ Rotary Mower
with Cab |
Date: |
|
Prepared by: |
Laurie Canning, Manager, Fleet & Supplies, ext.
4896 Patti Malone, Senior Buyer, ext. 2239 |
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.
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
Advertised |
ETN |
Bids closed on |
|
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: |
|
Re: |
175-T-09
Centennial Community Centre –
Pool Ultra Violet (UV) System |
Date: |
|
Prepared
by: |
Dennis Riggs, Facility Coordinator Ext. 294 Tony Casale, Senior Buyer Ext. 3190 |
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
Advertised |
ETN |
Bids closed on |
|
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: |
|
Prepared
by: |
Laurie Canning, Manager, Fleet and
Supplies ext. 4896 Patti Malone, Senior Buyer, |
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.
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
BID INFORMATION
Advertised |
ETN
(Electronic Tendering Network) |
Bids closed on |
|
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 |
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: |
|
Prepared by: |
Alan Laver, Manager, Utilities and Contracts, ext. 3400 Patti Malone,
Senior Buyer, ext. 2239 |
Recommended Consultant |
|
|
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”.
In 2008 the
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.
Advertised |
ETN |
Bids closed on |
|
Number picking
up bid documents |
12 |
Number
responding to bid |
4 |
PRICE SUMMARY
Supplier |
Price, Exclusive of GST * |
|
$ 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: |
|
Prepared
by: |
Prathapan Kumar, Senior Project Engineer,
ext. 2989 Patti Malone, Senior Buyer, ext. 2239 |
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.
·
Royal
·
Advertised |
ETN (Electronic Tendering Network) |
Bids
closed on |
|
Number
picking up bid documents |
12 |
Number
responding to bid |
6 |
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
________________________________________________________________________________________________
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 |
Project 9278 Sanitary Sewer Const/Replacement included $100,000 for
sanitary sewer redirection from
The scope of the project was modified to due to site constraints to
include the sewer alignment and the inclusion of
STAFF AWARD
REPORT
To: |
Brenda
Librecz, Commissioner, Community & Fire Services |
Re: |
223-T-09 Winter Screened Sand (York
Co-op CT-09-03) |
Date: |
|
Prepared
by: |
Morgan Jones, District Manager (East),
ext. 2285 Patti Malone, Senior Buyer, ext. 2239 |
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.
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.
The
Town of
The term of the contract is for
three (3) years.
Advertised |
|
Bids closed on |
|
Number picking up bid
documents |
2 |
Number of companies
responding to bid |
2 |
DETAILED PRICE SUMMARY:
Supplier |
Unit Price per Tonne |
Total Unit Price |
|
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,
STAFF AWARD REPORT
Page 1 of 2
To: |
|
Re: |
227-Q-09 Centennial Community Centre
Complete Pool Heat Recovery System |
Date: |
|
Prepared
by: |
Max Stanford, Project Manager Facilities
Maintenance, Asset Management Ext.
2710 Rosemarie Patano, Senior Buyer Ext. 2990 |
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).
To obtain approval
to award the contract of the complete pool heat recovery system, per Council
Report
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.
Advertised |
By Invitation |
Bids closed on |
|
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 |
|
|
To: |
|
Re: |
099-R-09 Consulting Engineering Services related to
Victoria Square Community Sanitary Sewer and Watermain System |
Date: |
|
Prepared
by: |
Prathapan Kumar, Senior Project Engineer,
ext. 2989 Patti Malone, Senior Buyer, ext. 2239 |
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 |
Contingency (15%) Sub-total
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.
Victoria Square
Community is located on the north-west and north-east corners of Elgin Mills
and
On
Advertised |
ETN (Electronic Tendering Network) |
Bids
closed on |
|
Number
picking up bid documents |
20 |
Number
responding to bid |
11 |
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
|
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 $205,290.00 (Highest bidder) for both design and contract
administration services.
The RFP was
divided into two (2) parts: Part 1 for design services, Part 2 for contract administration
and construction inspection during construction in 2010.
Staff is confident that SCS Group Consulting Ltd will provide
satisfactory services to the Town for this project.
SCS Group Consulting Ltd will be awarded for the Part 1 -
If two-thirds of support is received from the area residents to proceed
with the construction then staff will seek budget approval and award at a later
date for the contract administration and construction inspection. SCS Group Consulting Ltd confirmed that the
fees quoted for contract administration and construction inspection are to
provide full time inspection for a 90 working day construction period.
If the Victoria Square Community Sanitary Sewer and Water System is to
proceed, the total project cost will be front-ended by the Town and recovered
by imposing an equal fee against the benefiting property owners abutting the
works in accordance with Section 391 of the Municipal Act.
If the Victoria Square Community Sanitary Sewer and Water System does not
proceed with the construction, the cost of design component ($ 53,665.42) will not be recovered from the property owners.
STAFF AWARD REPORT Page
1 of 2
To: |
|
Re:
|
222-Q-09 Project Management Services for |
Date: |
|
Prepared by: |
Phoebe Fu, Manager, Capital ROW, Ext, 3010 Tony Casale, Senior Buyer, Ext, 3190 |
Recommended Supplier |
Sims Moelich Associates Ltd. (Highest ranked
and lowest priced Supplier) |
|
Current Budget Available |
$2,330,389.00 |
075 5350 9098 005 ( |
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.
·
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.
The Town released a
pre-qualification to the market soliciting responses from qualified
consultants to provide the Town of
Advertised |
|
Prequalification closed on |
|
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
BID INFORMATION (222-Q-09)
Quote release to pre-qualified bidders |
|
Bid closed on |
|
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 |
Date: |
|
Prepared
by: |
Hossein Sharif, Senior Capital Engineer
ext. 2382 Patti Malone, Senior Buyer, |
Recommended Supplier(s) |
G.
D. Jewell |
|
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).
BID INFORMATION
Advertised |
ETN
(Electronic Tendering Network) |
Bids closed on |
|
Number picking up bid documents / sent
electronically |
20 |
Number responding to bid |
4 |
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
____________________________________________________________________________________________
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
To: |
|
Re: |
085-Q-09 Supply and delivery of Cast
Aluminum Sign Post Caps and Sign Brackets |
Date: |
|
Prepared
by: |
Mike Brady, Supervisor, Contract
Administration ext. 2316 Patti Malone, Senior Buyer ext. 2239 |
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
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.
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: |
|
Re:
|
172-S-09 Contract Extension for Building Operations
and Maintenance |
Date: |
|
Prepared by: |
Brian Millar, Civic Centre Coordinator, ext. 6190 Patti Malone, Senior Buyer, ext. 2239 |
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
Staff further recommends that the tendering
process be waived in accordance with
PURPOSE
To
obtain approval to add
Since 1996, ACML
has been performing the Building Operations and Maintenance for the
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: |
|
Re: |
Extension of Contract 092-S-04 for Supply, Installation and Maintenance of Water Meters |
Date: |
|
Prepared by: |
Patti
Malone, Senior Buyer, David
Huynh, Infrastructure, |
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;
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 |
|
2009 Budget remaining after this award |
$ 778,623 |
* |
*The
2009 budget remaining after this extension award will be applied for water
meter requirements from
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
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
The 90 day extension from
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
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 - |
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 – |
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 - |
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: |
|
Re: |
087-T-09
Re-Surfacing of Two (2) Tennis Courts and Re-building of Four (4) Tennis
Courts |
Date: |
|
Prepared by: |
Doug Henderson, Supervisor, ext. 7997 Patti Malone,
Senior Buyer, ext. 2239 |
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 |
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
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”.
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 |
|
$ 40,800.00 |
$ 11,900.00 |
$ 28,900.00 |
|
$ 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 |
|
|
|
|
$ 40,800.00 |
$ 33,400.00 |
$ 7,400.00 |
|
$ 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 |
|
|
|
|
|
$ 163,200.00 |
$ 112,500.00 |
$ 50,700.00 |
Note:
** 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: |
|
Re: |
Contract Extension - 108-T-08 Median and
Boulevard Hard Surfaces Maintenance |
Date: |
|
Prepared
by: |
Steve Matunin, Supervisor, ext. 4560 Patti Malone, Senior Buyer, ext. 2239 |
Recommended 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
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: |
|
Re: |
171-S-09 Thornhill C.C. Zamboni
Replacement |
Date: |
|
Prepared
by: |
Rob Bell, Facility Coordinator Ext. 3788 Tony Casale, Senior Buyer Ext. 3190 |
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.
THAT
the tendering process be waived in accordance with
PURPOSE
To obtain approval to purchase one (1)
Zamboni ice surfacing machine for the Thornhill Community Centre.
Council at its
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,
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
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
STAFF AWARD REPORT
Page 1 of 2
To: |
Brenda Librecz,
Acting Chief Administrative Officer |
Re: |
188-Q-09
Ice Refrigeration Control System Modification |
Date: |
|
Prepared
by: |
Rob Bell, Facility Coordinator –
Thornhill Area Ext, 3788 Rosemarie Patano, Senior Buyer Ext. 2990 |
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
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 |
|
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,
STAFF
AWARD REPORT Page
1 of 2
To: |
|
Re:
|
210-S-09 Supply and Delivery of Two Sanitary Pumps
for the |
Date: |
|
Prepared by: |
Eddy Wu, Acting Manager Operations & Maintenance
(Waterworks) Diogo Oliveira, Supervisor Water/Wastewater (Waterworks) |
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
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.
The
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
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
STAFF AWARD REPORT Page 1 of 2
To: |
|
Re:
|
225-S-09 Supply, Site Preparation, Delivery and Planting
of Trees and Shrubs for the Trees For
Tomorrow Program |
Date: |
|
Prepared by: |
Mark Ingwersen, District Manager (West), ext. 3000 Patti Malone, Senior Buyer, ext. 2239 |
Recommended 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
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.
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),
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
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 - |
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: |
|
Re: |
246-S-09 Centennial CC |
Date: |
|
Prepared
by: |
Michael Shatil, Manager, Facilities Rosemarie Patano, Senior Buyer |
Recommended
Supplier |
Diebold Company
of |
|
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
Staff
further recommends:
THAT
the tendering process be waived in accordance with
PURPOSE
To obtain approval to award the contract for
completion of the installation of a security system at Centennial CC.
The Town of
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
________________________________________________________________________________________
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: |
|
Prepared by: |
Morgan Jones, Manager
District East, Ext, 2285 Patti Malone, Senior Buyer,
Ext, 2239 Omer Ariburnu, Manager Client
Delivery, ITS, Ext, 4885 |
Recommended Consultant |
Strategic Mapping
(Preferred supplier) |
|
Budget allocated |
$ 22,515.00 |
700 504 5120 |
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
During the Council
workshop in the spring of 2008, the need for installing
Operations Staff
conducted five vendor demonstrations of
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
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
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
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
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
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
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
To: |
John Livey,
Chief Administrative Officer |
Re: |
Award # 1 131-T-09 Multi-Use-Path Construction, Award # 2 146-R-09 Construction Administration Services,
Multi-Use-Pathway (MUP), |
Date: |
|
Prepared
by: |
Kay Man Poon, Capital Works Engineer, Robert Slater, Senior Construction
Buyer, |
Recommended
Contractor Recommended
Consultant |
Brennan Paving
& Construction Ltd. (Lowest priced Supplier)
Award # 1 Cole |
|
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 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 |
** 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).
The Cycling Master Plan identified 18.5 km of
cycling and walking trails along
131-T-09
Multi-Use-Path Construction,
Award
# 1 - Met all criteria
Advertised |
|
Tender closed on |
|
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.
Award # 2 - Since this is a RFP, it falls
outside criteria
Advertised |
By invitation |
Tender closed on |
|
Number of Consultants invited |
8 |
Number of Consultants responded |
4 |
PROPOSAL EVALUATION
The proposals were evaluated by staffs from the Town of Markham
Consultants |
Score (out of 100) |
Ranking |
Cole |
85.2% |
1 |
Municipal |
84.4% |
2 |
AECOM |
83.3% |
3 |
Urbantech |
80.3% |
4 |
Note: The recommend proponent (Highest ranked /
Lowest priced supplier), Cole
STAFF
AWARD REPORT
To: |
Alan
Brown, Director |
Re: |
030-T-09
Mount Joy Creek at |
Date: |
|
Prepared
by: |
Nehal Azmy, Senior Capital Works Engineer, Ext. 2197 Robert Slater, Senior Construction Buyer, Ext. 3189 |
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.
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
Advertised |
|
Bids
closed on |
|
Number
picking up bid documents |
17 |
Number
responding to bid |
4 |
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 |
|
$147,
321.35 |
STAFF
AWARD REPORT
To: |
Jim
Baird, Commissioner of Development
Services |
Re: |
174-T-09
East Don Tributary (at |
Date: |
|
Prepared
by: |
Nehal Azmy, Senior Capital Works
Engineer Ext. 2197 Rosemarie Patano, Senior Buyer Ext. 2990 |
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
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
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.
Advertised |
|
Bids closed on |
|
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, |
Re: |
207-T-09 9th Line Illumination
(Between Cul-de-sacs South of |
Date: |
|
Prepared
by: |
Kay Man Poon, Capital Works Engineer, Robert Slater, Senior Construction
Buyer. Ext: 3189 |
Recommended Supplier |
Stacey Electric
Company Limited (lowest priced Supplier) |
|
Current Budget
Available |
$ 466,699.22 |
|
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) Total Project Cost |
Budget Remaining after this award |
$ 375,984.18 |
* |
* The balance will
be applied to the installation of illumination on
Advertised on |
|
Tender closed at
|
|
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 |
|
$120,695.60 |
The
bids have been verified for accuracy and compliance with the tender terms and
conditions.
STAFF
AWARD REPORT
To: |
John
Livey, Chief Administrative Officer |
Re: |
129-T-09 German Mills Tributary at German Mills Creek at |
Date: |
|
Prepared
by: |
Nehal Azmy, Senior Capital Works
Engineer, Ext. 2197 Robert Slater, Senior Buyer, Ext. 3189 |
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
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.
Advertised |
|
Bids closed on |
|
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.
STAFF AWARD REPORT
Page 1 of 2
To: |
Alan
Brown, Director, |
Re: |
214-T-09 Markham Creeks Erosion
Restoration and |
Date: |
|
Prepared
by: |
Nehal Azmy, Senior Capital Works
Engineer, Ext. 2197 Robert Slater, Senior Buyer, Ext. 3189 |
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
PURPOSE
To obtain approval to award the contract
for the construction of the Markham Creeks Erosion Restoration along
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
Advertised |
|
Bids closed on |
|
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.
To: |
Brenda Librecz,
Acting |
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:
|
|
Prepared by: |
Dereje Tafesse, Capital Works Engineer, Robert Slater, Senior Construction Buyer,
|
Recommended
Consultant |
Municipal |
|
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) 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.
Advertised |
|
Tender closed on |
|
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
Consultants |
Score (out of 100) |
Ranking |
Municipal |
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.
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 |
Date: |
|
Prepared by: |
Soran Sito, Environmental Engineer Ext: 2521 |
Recommended Consultant |
AECOM (Preferred Supplier) |
|
Current Budget Available |
$ 224,000.00 |
83-5399-8376-005 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
PURPOSE
The award for approval of consulting services
contract relating to preparation of a FERP manual, “Flood Emergency Response
Plan – Phase
In February 2009, RFP 034-R-09,
was issued publicly through the
Biddingo
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
The Town of
124-R-09 Flood Emergency Response Plan -
Phase
Phase
Staff recommends that Phase
·
AECOM is the only engineering firm that
responded to the Town’s second Request for Proposal (RFP 124-R-09) on this
project;
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
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, Robert Slater, Senior Construction
Buyer, |
Recommended
Supplier |
Masongsong
Associates |
|
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
.
PURPOSE
To issue a purchase order to Masongsong Associates
The Woodbine Bypass design has been completed by the
Town, but requires revision to the design at the north tie-in to existing
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
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 |
Date: |
September 30, 2009 |
Prepared by: |
Dale MacKenzie, Senior Capital Works
Engineer, |
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% 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
Staff further recommends: THAT
the Request For Quotation process be waived in accordance with
.
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
The Region of York (ROY) is in
the process of completing the widening and reconstruction of 9th Line from
Highway 407 to
It is the Town of
185-S-09 - 9th Line Phase II
(Hwy 407 to
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
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
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
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
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