STAFF AWARD REPORT                                                                Page 1 of 2

To:

Michael Shatil, Acting Director of Asset Management

Re: 

250-Q-09  Markham Village Library Improvements

Date: 

October 08, 2009

Prepared by:

Robert Sacoransky, Asset Management  Ext. 2845

Rosemarie Patano, Senior Buyer Ext. 2990

 

RECOMMENDATION

Recommended Supplier

Dontex Construction Ltd.  (Lowest Priced Supplier)

Budget Allocated to this Award

$      95,000.00

076-5350-8326-005  Markham Village Building Upgrades

Less cost of award

$      67,090.00

Price inclusive of PST and exclusive of GST

Budget Remaining after this award

$      27,910.00

*

*Funds to remain in budget for other library improvements as budgeted for within this account.

 

PURPOSE

To obtain approval to award the contract of the Markham Village building upgrades (drainage improvements, heat tracing for gutters, additional sidewalks and some interior alterations).

 

BACKGROUND

The budget was approved to allow for some interior and exterior improvements to the Markham Village Library. These improvements were requested by Markham Village Library staff as a result of issues that came up after the addition and renovation project was completed.

 

Project 250-Q-09 encompasses the connection of the north/south walkway on the east side of the library to the north/south walkway on the west side as well as a sidewalk connecting the Markham Village Arena parking lot to the sidewalk on the south side of the library. Heat tracing wires and eaves troughs will be added to the roof eaves at the north side of the building above the library entrance and at the rotunda roof. This will prevent ice build up in the eaves trough and at the roof edge and water from overflowing and running onto the bricks during a thaw period. The water run off has been staining the brick walls in these locations. The downspouts in the shade garden area will be connected underground to the existing catch basins instead of allowing water to flow over the sidewalks in this area and freeze in the winter. The ice on the sidewalks created a safety issue for pedestrians using the walkway. The sodded area around the rotunda will also be re-graded to help prevent ice from forming just north of the shade garden. In addition to the exterior work, the carpet in the lower level kitchen area will be changed to ceramics which can be cleaned more easily and therefore will be more practical for a kitchen floor. A partition and door will be installed at the lower level reception separating the waiting area from the offices.  This will allow for a quieter work environment in the offices.

The tender for the above-mentioned work was sent to a select list of contractors who have proven their reliability on similar types of Town projects in the past.

 

BID INFORMATION

Advertised

By Invitation only*

Bids closed on

October 01, 2009

Number picking up bid documents

6

Number responding to bid

4**

*The work at the Markham Village Library calls for a contractor that has experience with exterior servicing (connecting

the rain water leaders to catch basins) as well as heat tracing and building envelope experience.

 

**From the invitation list, two suppliers did not participate due to the inability to coordinate with existing work schedules.


 

250-Q-09 Markham Village Library Improvements                                                                            Page 2 of 2

 

 

PRICE SUMMARY

Supplier

Price, inclusive of PST and exclusive of GST

Dontex Construction Ltd.

$  67,090.00

Rutherford Contracting Ltd.

$  68,796.00

Roof Tile Management Inc.

$  85,100.00

P&C General Contracting

$  91,337.00

 

 


 

                                                 

                STAFF AWARD REPORT                                              

To:

Peter Loukes, Director of Operations

Re: 

272-Q-09  Two Four Wheel Drive Agricultural Tractors, 65HP

Date: 

October 16, 2009

Prepared by:

Laurie Canning, Manager of Fleet and Supplies Ext. 4896

Rosemarie Patano, Senior Buyer Ext. 2990

 

RECOMMENDATION

Recommended Supplier

B.E. Larkin Equipment Ltd.  (Lowest Priced Supplier)

Budget Allocated to this Award

$      90,000.00

057-5399-9246-005 Enhanced Cultural Practices Year 3

Less cost of award

$      85,363.20

Price inclusive of PST and exclusive of GST

Budget Remaining after this award

$      14,636.80

*

*Funds will be returned to original funding source after the award of the aerator purchase which is funded from this same account.

 

PURPOSE

To obtain approval to award the contract of two four wheel drive agricultural tractors 65 HP.

 

BACKGROUND

The two (2) tractors have been identified and approved in 2009 Enhanced Cultural Practices program. This program will be fully implemented over 5 years. Year 3 (2009) identified two (2) tractors and one (1) Aerator. These additional fleet units will allow the Operations /Parks area to continue to meet the service levels identified in the program.  The specifications called for the newest possible technology in respect to fuel efficiency and emission reduction technology.

 

BID INFORMATION

Advertised

ETN

Bids closed on

September 30, 2009

Number picking up bid documents

14

Number responding to bid

7

 

PRICE SUMMARY

Supplier

Price, inclusive of PST and exclusive of GST

B.E. Larkin Equipment Ltd

$  85,363.20 (Proposal 1)

Hutchinson Farm Supply

$  89,722.08

Hub International Equipment

$  95,472.00

W.J. Lambert & Sons Ltd.

$  96,120.00

B.E. Larkin Equipment Ltd.

$  97,03800 (Proposal 2)

Tractorland Inc.

$  100,491.84

Markdale Tractor

$  102,816.00

 

OPTIONS / DISCUSSIONS

The selected lowest priced supplier, B.E Larking Equipment Ltd. (Proposal 1) New Holland T4030 tractor is a 2009 Model Year.  It is a modern up to date unit that meets tier III emissions standards, and is turbocharged and inter-cooled for increased fuel efficiency, torque response and decreased emissions. Its low 2300 rpm further reduces noise, vibration and engine wear.  It offers heavy three point hitch lift capacity, low profile and ease of mount and dismount, meeting all of the specifications called out in the Town’s bid document.


          STAFF AWARD REPORT                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

226-T-09 Tomlinson and Roxbury Parks & Playground Retrofit

Date: 

October 5, 2009

Prepared by:

Doug Henderson, West District Parks Supervisor, ext. 7997

Patti Malone, Senior Buyer, ext. 2239

 

RECOMMENDATION

Recommended Supplier

Henderson Recreation Equipment Limited (Lowest Priced Supplier)

Current Budget Available 

 

 

Total Current Budget Available

$    211,376.00

$      13,007.11

$    110,410.53

$    334,793.64 

059-6150-9185-005 (2009 Playstructure and Safety Resurfacing)

059-6150-8269-005 (2008 Playstructure and Safety Resurfacing)

059-6150-9200-005 (2009 Town Park Furniture and Amenities

Less cost of award

$    231,627.60

Price inclusive of PST, exclusive of  GST

Budget Remaining after this award

$                    0

$                    0

$    103,166.04 

$    103,166.04

059-6150-9185-005

059-6150-8269-005

059-6150-9200-005

*

* Amount remaining from Project 9200 to be used for the supply and installation of recycling moloks, undercarriage frames/picnic tables and benches as budgeted for within this account.

 

PURPOSE

To obtain approval to award the contract for the Tomlinson and Roxbury Parks & playground retrofit. 

 

BACKGROUND

The capital budget request form done in 2008 for the 2009 budget year listed a number of playgrounds that required replacement based on the best information available at that time.  Tomlinson and Roxbury were not included in the proposed 2009 playground/safety surface replacement program.  However, in late 2008 the inventory was updated and in spring 2009 equipment was assessed, and at that time is was determined that a number of the playgrounds listed in the 2009 program were in better condition than anticipated, while Tomlinson and Roxbury had deteriorated.  The 2010 capital budget submission lists the update replacements, which will be verified each spring and re-prioritized as required.

 

The existing playgrounds and rubberized safety surfaces at Tomlinson and Roxbury Parks were installed prior to the development of the CAN/CSA-Z614 “Children’s Playspaces and Equipment” guidelines in 1998, and an inspection this spring revealed several safety concerns and issues that were not in compliance with the Canadian Standards Association (CSA) and CAN/CSA-Z614-07 “Children’s Playspaces and Equipment”.    This contract is to supply and install new play equipment and new rubber surfacing at Tomlinson Park and Roxbury Park

 

The Tomlinson Park Playground site is located on Boxwood Cres., between Ninth Line and Markham Rd., on the south side of Fourteenth Ave. There is an existing playground consisting of one pit with a junior unit, a senior unit, two spring toys, and a double swing. There is existing rubber safety surfacing. The new playground and surfacing will be located within the existing playground pit.

 

The Roxbury Park Playground site is located at the corner of Roxbury St. and Fourteenth Ave. between Ninth Line and Markham Rd. There is an existing playground consisting of four pits; two with sand surfacing and two with rubber safety surfacing. The playground pits with sand surfacing are to remain untouched.  For the contract works, the equipment and surfacing within the two pits with existing rubber surfacing are to be replaced. One pit contains an existing senior unit and the second one contains an existing junior unit. The new playground and surfacing will be located within these existing two playground pits.


 

226-T-09 Tomlinson and Roxbury Parks & Playground Retrofit                                                             Page 2 of 2

 

BID INFORMATION

Advertised

ETN

Bids closed on

August 19, 2009

Number picking up bid documents

41

Number responding to bid

5

 

PRICE SUMMARY

SUPPLIER

PRICE, EXCLUSIVE OF GST

Henderson Recreation Equipment Limited

$231,627.60

Colpac Construction Inc.

$253,913.00

Crozier Enterprises Ltd.

$296,563.50

Pine Valley Enterprises Inc.

$310,407.00

Griffith Property Services Ltd.

$339,250.00

 

FINANCIAL CONSIDERATION

The following table is a summary of the financial considerations for this report:

 

 

The cost to replace these units has exceeded the available budget due to the cost of the rubberized safety surface.  These units currently have rubberized safety surface, which was installed as designed when the park was new.  To accommodate the additional cost, staff recommend the use of surplus funds remaining in the 2008 Playground Replacement capital account ($13,007.11) with the remaining amount charged to the 2009 Parks Furniture and Amenities capital account ($7,244.49).  The number of new picnic table frames ordered in 2009 from Parks Furniture and Amenities will be reduced to accommodate the use of these funds for the playgrounds.  The current inventory of picnic tables is sufficient to accommodate this one year reduction. 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

                        STAFF AWARD REPORT                                               

To:

Brenda Librecz, Commissioner, Community and Fire Services

Re: 

273-Q-09 Video Projector for Markham Theatre

Date: 

September 28, 2009

Prepared by:

Scott Hill, Rental Business Manager – Markham Theatre, Ext. 7545

Rosemarie Patano, Senior Buyer Ext. 2990

 

RECOMMENDATION

Recommended Supplier

RP Dynamics (Lowest Priced Supplier)

Current Budget Available 

$         60,000.00

074 5350 9530 005 Theatre Endowment Fund

Less cost of award

$          59,999.40

Total award *

Budget Remaining after this award

$                   0.60

 

*The purchase price of $59,999.40 is within the budget allocated ($60,000.00) for this purchase from the theater’s endowment fund 087 280 0110

 

PURPOSE

To obtain approval to award the purchase of a video projection system for the Markham Theatre.

 

BACKGROUND

The project will allow the theatre the ability to provide video equipment to not only our rental customers but also allow the theatre to utilize the space for the showing of movies.  It will support corporate rentals, town events and staff training and most significantly will increase the opportunity for community engagement through participation in film festivals, movie nights, mini film festivals, foreign films.

 

The costs of this project are funded from the Theatre’s Endowment Fund.

 

BID INFORMATION

Advertised

By invitation

Bids closed on

September 18, 2009

Number picking up bid documents

4

Number responding to bid

3

*One supplier quoted a projector other then the one specified in the RFQ (The RFQ specified the make and model).  The alternate unit quoted did not match our needs (the unit was tested & reviewed at the theatre during the demonstration time prior to sending out the RFQ).  The alternate projector unit had poor quality (picture, contrast ratio, and ease of use) in comparison to the projector specified in the bid submission.

 

 

PRICE SUMMARY

Supplier

Price, Inclusive of PST and Exclusive of GST

RP Dynamics Inc.

$59,999.40

Corporate Visual

$89,824.68

 

 

 

 

 

 


                                                                                       STAFF AWARD REPORT                                             Page 1 of 2

To:

Brenda Librecz, Commissioner Community and Fire Services

Re:

313-Q-09 Mitigation of the Markham Pottery Site (A1Gt-538)

Date:

October 19, 2009

Prepared by:

Michael Shatil, Manager Asset Management. Ext: 2379

Robert Slater, Senior Construction Buyer. Ext: 3189

 

RECOMMENDATION:

Recommended Consultant

Archaeological Services Inc.  (Sole Bidder)

Current Budget Available 

  $100,695.00

073-6150-7424-005 (Markham Collections BuildingMis)

Less cost of award

$  60,425.00

Exclusive of GST

Budget Remaining after this award

$  40,270.00

 

* The remaining budget within this account will be used for further work required to complete the Markham Collections Building construction.

 

PURPOSE:

The purpose of this report is to obtain approval to award Stage 4 Archaeological Mitigation of the Markham Pottery Site (A1Gt-538) at the Markham Museum.

 

BACKGROUND:

Prior to beginning construction of the new Collections Building, in accordance with Ontario Regulations under the Ministry of Culture, any site which may have been previously developed or, registered as an archaeological site, or near a watercourse must be subjected to Archaeological Assessment Stage 1 (research of historical records) minimum. In February 18, 2009 Archeoworks were engaged to undertake Stage 1. Its report, issued May 2009, and recommendations were subsequently accepted by the Ministry of Culture on July 7, 2009, which concurred that sufficient archaeological interest existed to proceed to Stage 2.

 

Following the completion of Stage 1 Archeoworks were engaged to provide the Archaeological Assessment (field investigation) for Stage 2. Its report was issued in July, 2009 following which the Ministry cleared the footprint of the new building for construction, required monitoring of all grading and trenching on the site by a licensed archaeologist, and, the required Stage 3 exploration of the former pottery site discovered along the north edge of the property.

 

Following a formal tendering process the Archaeological Assessment Stage 3 (monitoring and investigation of the registered site) was awarded to ASI (Archaeological Services Inc). Its report, dated September 2009 recommending complete salvage excavation (referred to as mitigation) of the registered site (AlGt-538) (which was deemed the only viable option) was accepted by The Ministry of Culture on September 8, 2009.

 

Archaeological Assessment Stage 4 (salvage excavation) is the final step in the Assessment hierarchy and will result in a fully cleared site.  The work was formally tendered, (by invitation, as this is a very specialized area), to 6 recognized archaeological consulting firms.  Five of the firms declined citing a full order book for the foreseeable future leaving a single quotation from ASI.

 


 

313-Q-09 Mitigation of the Markham Pottery Site (A1Gt-538)                                            Page 2 of 2

 

BID INFORMATION:

Advertised

By Invitation

Bids Closed on

October 16, 2009

Number invited to pick up tender documents

6

Number of bidders that picked up tender documents

6

Number responding to tender

1

 

Detailed Pricing Information

Contractors

Prices (exclusive of GST)

Archaeological Services Inc. (ASI)

60,425.00

 


                                               

       STAFF AWARD REPORT                                      Page 1 of 2         

To:

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

199-R-09 Consulting Services for Field Survey and Condition Assessment of Existing, Watermain Cathodic Protection

Date: 

September 9, 2009

Prepared by:

Daniel Liu, Infrastructure Analyst Engineer, ext. 6210

Patti Malone, Senior Buyer, ext. 2239

 

RECOMMENDATION

Recommended Supplier

Corrosion Service Company Limited (Highest Ranked & Lowest Priced Supplier)

Current Budget Available 

$    150,000.00   

See Financial Consideration section below

Less cost of award

$      61,053.00

Price inclusive of PST, exclusive of  GST

Budget Remaining after this award

$      88,947.00

 

*

*The remaining balance of $88,947.00 will be used on condition rating of other water infrastructure components such physical condition testing of water mains as budgeted for within accounts noted in Financial Considerations.

 

PURPOSE

To obtain approval to award the contract for the consulting services for field survey and condition assessment of existing watermain cathodic protection. 

 

 BACKGROUND

The Town’s watermain infrastructure consists of several material types. The oldest watermains are the metallic pipes of which 75 km are cast iron and 232 km are ductile iron materials.  Other materials are concrete, PVC and copper.  The metallic watermains are subject to external corrosion which is the leading cause of watermain breaks.  Ductile iron watermains are more affected by external corrosion than cast iron.

 

Significant increase of watermain breaks was noted in the 80’s. It was found that external corrosion is the leading factor of the watermain breaks. The cathodic protection program for iron watermains was implemented in 1992 to control external corrosion. The benefits of this program were the reduction of the number of watermain breaks and extension of  the life expectancy of the iron watermains.  The program benefits in reduction of annual watermain breaks became evident soon after the initiation of the program and continue to this date.  The watermain breaks were reduced from 173 breaks in 1988 to an average of 31 the last five years. This low break rate should continue as long as the cathodic protection program is maintained.

 

The cathodic protection method employs installation of sacrificial anodes that absorb corrosion.  It was employed mainly for ductile iron pipes as it was found that the sacrificial anode method is less effective for cast iron watermains.  Cast iron mains are intended to be replaced in a 20 year program starting in 2012.  The anodes have an estimated life expectancy of 20 years depending on various environmental factors.  Monitoring of performance of cathodically protected watermains recently shows occurrence of breaks in some locations.  To manage risks and maintain the iron pipe structural and service integrity, an analysis of the remaining effectiveness of the installed cathodic protection is required.

 

A total of 194 km of iron ductile iron watermains have been cathodically protected since 1992.  It is recommended that 100 km of watermains with cathodic protection be surveyed and assessed to determine the remaining life of the anodes.  These assessment will be performed on cathodic protection (CP) installed between 1992 to 2001. 

 


 

199-R-09 Consulting Service for Field Survey and Condition Assessment of Existing

Watermain Cathodic Protection System                                                                                        Page 2 of 2

 

 

BACKGROUND (Continued)

Findings from this undertaking will assist Waterworks staff in i) clearly understanding the remaining life of CP systems installed from 1992-2001, ii) planning future maintenance and  field survey programs, iii) planning of CP system renewal, iv) and providing useful input for the survey planning for the remaining CP systems installed after 2001.

 

BID INFORMATION

Advertised

ETN

Bids closed on

July 22nd, 2009

Number picking up bid documents

6

Number responding to bid

2

Purchasing contacted the bidders who picked up the document and who did not submit a bid.  Their current workload was not conducive of taking on more work at this time was the rational provided by other bidders.

 

PROPOSAL EVALUATION

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

 

Consultant

Score  (out of 100)

Rank

Corrosion Service Company Limited

77.5

1

C.P. Systems

48.0

2

 

 

 

 

The recommended consultant Corrosion Service Company Limited was the lowest priced bidder who demonstrated a clear understanding of the scope of work and illustrated a strong experience base for condition assessment of existing watermain cathodic protection system. 

 

FINANCIAL CONSIDERATION

The following table is a summary of the financial considerations for this report:

 

Project #

Account #

Original Budget

 Budget Available

Less:  Cost of Award

 Budget Remaining after Award

7675 - Water System Condition Rating System

760-101-4299-7675, 760-101-5399-7675, 760-101-5699-7675, 760-101-7960-7675

 $ 50,000

 $ 50,000

$50,000 

$0

8431 - Water System Infrastructure Condition Rating System

760-101-4299-8431, 760-101-5399-8431, 760-101-5699-8431, 760-101-7960-8431

 $100,000

 $100,000

$11,053 

 $88,947

Total

 

 $150,000

 $150,000

 $ 61,053

 $88,947

 


                                

 

                                             

                     STAFF AWARD REPORT                                           Page 1 of 2      

To:

John Livey, Chief Administrative Officer

Re: 

265-Q-09 Project Management Services for the Civic Centre Artificial Ice Rink

Date: 

September 29, 2009

Prepared by:

Phoebe Fu, Manager, Capital ROW, Ext, 3010

Tony Casale, Senior Buyer, Ext, 3190

 

RECOMMENDATION

Recommended Supplier

O.P. McCarthy & Associates Inc. (Highest ranked and lowest priced Supplier)         

Current Budget Available

$     50,000.00

70-5350-9528-005 Markham Civic Centre Outdoor Skating Rink Dollars available for Project Management/ Consultants based on project charter budget breakdown (see financial details)

Less cost of award

$  133,350.00

$    10,000.00

$  143,350.00    

Total award exclusive of GST

Contingency @ 7.5 %

Total cost of award inclusive of contingency and exclusive of GST

Budget Remaining after this award

($    93,350.00)

*

* $93,350 transferred from the “contingency” component reducing the contingency component from $500,000 to $406,650 (see financial details below).

 

PURPOSE

To obtain approval to award the contract for Project Management Services for the Civic Centre Artificial Ice Rink.

 

BACKGROUND

The Town released a quotation to three (3) pre-qualified consultants to plan, coordinate, manage and control all aspects of the Artificial Ice Rink project at the Town of Markham Civic Centre under the direction of the Town’s Project Manager by providing all of the necessary personnel and resources to complete the project.

 

  The project management firm will oversee the Town of Markham Civic Centre Ice Rink as part of the Federal Stimulus package to construct an artificial ice rink at the Markham Civic Centre including the following components:

 

· Skating area – approximately 20,000 sq. ft.

· Building to house the Zamboni – 40 ft. x 60 ft.

· Change Room / Washroom facilities

· Landscaping and site furnishings

· Lighting

· Refrigeration Equipment

· Purchase of Zamboni

 

PRE-QUALIFICATION INFORMATION (180-P-09)

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


 

265-Q-09 Project Management Services for the Markham Civic Centre Artificial Ice Rink      Page 2 of 2

 

PRE-QUALIFICATION INFORMATION (180-P-09)

Advertised

ETN

Prequalification closed on

June 26th, 2009

Number of contractors picking up bid documents

52

Number of contractors responding to bid

7

Number of contractors pre-qualified

4

 

BID INFORMATION (265-Q-09)

Quote released to pre-qualified bidders

August 26, 2009

Bids closed on

September 11, 2009

Number of pre qualified bidders

4

Number responding to the bid

3

 

PROPOSAL EVALUATION

The Evaluation Team was comprised of staff from Asset Management with purchasing staff acting as the facilitator.  The proposals were evaluated based on pre-established evaluation criteria as identified in the Request for Quotation:  20% qualification 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

O.P. McCarthy & Associates Inc.

94

1

Genivar

91.33

2

MHPM Project Managers Inc.

73.01

3

 

Note:  All three (3) firms provided Project Managers that are qualified to complete the project.  Staff recommends awarding the contract to the highest ranked and lowest priced proponent O.P. McCarthy & Associates Inc.

 

Prices received from the three (3) bidders ranged from $133,350.00 – $165,000.00 respectively.

 

FINANCIAL DETAILS

Below is the budget allocation for the Markham Civic Centre Ice Rink:

 

Component

Budget Allocation as per Project Charter

Commitments

Budget Available

Award

 

Balance Remaining After Award

Reallocated Budget Remaining **

Construction

$ 2,500,000

 

$ 2,500,000

 

$ 2,500,000

$ 2,500,000

Contingencies

$    500,000

 

$    500,000

 

$    500,000

$    406,650

Consultant / External Project Management

$    500,000

$    450,000*

$      50,000

$  143,350

($    93,350)

$               0

Other (was not included in original project charter)

$      30,000

 

$      30,000

 

$      30,000

$      30,000

Total

$ 3,530,000

$    450,000

$ 3,080,000

$  143,350

$ 2,936,650

$ 2,936,650

 

* Upset limit for consultant costs as per Council Report presented on September 15, 2009 for Recreation Infrastructure              Canada Fund Update

** Re-allocated $93,350 from Contingencies component to Consultant/ External Project Management component


                                     

 

                                             

                     STAFF AWARD REPORT                                           Page 1 of 2

To:     

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

287-Q-09 Project Management Services - Construction of an EOC at

8100 Warden Ave.

Date: 

October 14, 2009

Prepared by:

Phoebe Fu, Manager, Capital ROW, Ext, 3010

Tony Casale, Senior Buyer, Ext, 3190

 

RECOMMENDATION

Recommended Supplier

Genivar  (Highest ranked and lowest priced Supplier)          

Current Budget Available

$     77,340.00

067-5350-9518-005 Emergency Operations Centre Retrofit Budget allocated for Project Management (see financial details)

Less cost of award

$    77,340.00 

Total cost of award exclusive of GST

Budget Remaining after this award

$             0.00

 

 

PURPOSE

To obtain approval to award the contract for Project Management Services for the construction of an EOC at 8100 Warden Avenue.

 

BACKGROUND

The Town released a quotation to two (2) pre-qualified consultants to plan, coordinate, manage and control all aspects of the project under the direction of the Town’s Project Manager by providing all of the necessary personnel and resources to complete the project.

 

   The project management firm will oversee the construction of the Emergency Operation Centre at 8100 Warden Ave as approved under the Federal Stimulus package including the following components:

 

·         Allow for the continuation of emergency response operations in the event of power interruptions in the form of current backup power supply (i.e., generator located at 8100 Warden Ave.)

·         Sufficient and appropriate resources would be incorporated in order to supply uninterrupted communications, decision-making capability, and administration and coordination capacity in order to manage the emergency event

·         Serve as a training area and meeting rooms that can be quickly converted into a functioning EOC.

·         Renovation expected to include (but limited to):  construction of space convertible to an EOC; renovation of kitchen; renovation of men/women’s showers and washrooms; other renovations as necessary to facilitate the construction of an EOC at 8100 Warden Ave; space planning (including  furniture, fixtures, and equipment requirements) to ensure a fully operational EOC at the completion of the project

 

PRE-QUALIFICATION INFORMATION (180-P-09)

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

 

 


 

287-Q-09 Project Management Services       - Construction of an EOC at 8100 Warden Ave               Page 2 of 2

 

PRE-QUALIFICATION INFORMATION (180-P-09)

Advertised

ETN

Prequalification closed on

June 26th, 2009

Number of contractors picking up bid documents

52

Number of contractors responding to bid

7

Number of contractors pre-qualified

4

 

BID INFORMATION (287-Q-09)

Quote released to pre-qualified bidders

September 22, 2009

Bids closed on

October 2, 2009

Number of pre qualified bidders

4

Number responding to the bid

2

 

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% qualification 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

Genivar

96

1

MHPM Project Managers Inc.

21

2

 

Prices received from the two (2) bidders ranged from $77,340.00- $135,000 respectively.

 

FINANCIAL DETAILS

Below is the estimated budget allocation for the Construction of an EOC at 8100 Warden Ave:

 

A) Construction                   $ 511,428.00

B) Contingencies                 $   94,700.00

C) Architect                          $ 150,000.00   

D) Project Management      $   77,340.00  

E) Fees                                   $   15,000.00   

F) FF&E                    $ 151,532.00

 

Total                                         $1,000,000.00

 

 


                                     

 

                                              

                     STAFF AWARD REPORT                  Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

232-Q-09 Project Management Services for Cathedral Fire Station # 93.

Date: 

October 14, 2009

Prepared by:

Michael Shatil, Manager,  Facilities Ext. 2379

 

RECOMMENDATION

Recommended Supplier

MHPM Project Managers Inc. (Highest ranked and lowest priced Supplier)         

Original Budget and Account #

$3,725,250.00      

067-5350-7710-005 Cathedral Fire station 93 (Federal Stimulus)

Current Budget Available

$   120,000.00

Budget allocated for Project Management

Less cost of award

$     99,000.00

$       9,900.00

$   108,900.00    

067-5350-7710-005 Cathedral Fire station 93 (Federal Stimulus)

Contingency (10%)

Total cost of award exclusive of GST

Budget Remaining after this award

$     11,100.00    

*

* The remaining budget in the amount of $11,100.00 allocated for project management costs will remain in the account for construction costs if required during the construction

 

PURPOSE

To obtain approval to award the contract for Project Management Services for the Cathedral Fire Station # 93.

 

BACKGROUND

Council authorized staff at the June 3rd, 2009 council meeting to retain project management services for the construction phase of the Cathedral fire Station No. 93. Subsequently, the Town released a quotation to the four (4) pre-qualified consultants to plan, coordinate, manage and control all aspects of the Cathedral Town Fire Station #93 under the direction of the Town’s Project Manager by providing all of the necessary personnel and resources to complete the project.

 

   The project management firm will oversee the additions and renovations at the Cathedral Fire Station as approved by the Town.

 

PRE-QUALIFICATION INFORMATION (180-P-09)

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

 

PRE-QUALIFICATION INFORMATION (180-P-09)

Advertised

ETN

Prequalification closed on

June 26th, 2009

Number of contractors picking up bid documents

52

Number of contractors responding to bid

7

Number of contractors pre-qualified

4

 


 

232-Q-09 Project Management Services for the Cathedral Fire Station # 93                      Page 2 of 2

 

BID INFORMATION (232-Q-09)

Quote released to pre-qualified bidders

August 10, 2009

Bids closed on

August 21, 2009

Number of pre qualified bidders

4

Number responding to the bid

4

 

PROPOSAL EVALUATION (232-Q-09)

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% qualification and past experience of the project manager and 80% price totaling 100%.

 

After bid closing, staff evaluated the bid submissions of the four pre-qualified bidders, and verbally advised Sims Moelich Associates Ltd. (SMA) that they were the highest ranked / lowest priced bidder (with a bid price of $67,340.00).  However, staff subsequently confirmed with SMA that the project manager identified by SMA in its bid submission had resigned, and SMA could not identify a replacement project manager who had been approved under the Pre-qualification Process (as only two project managers had been approved under the Pre-qualification Process, and both had resigned from SMA).  Since the Request for Quotation required bidders to identify key personnel (including the Project Manager) who were approved under the Pre-qualification Process, and this information was material to staff’s evaluation of the bids, SMA’s bid submission was disqualified as non-compliant after consulting with legal.

 

In response to any concerns that may be raised by SMA regarding the verbal confirmation by staff that SMA was the highest ranked / lowest priced bidder, the Town will rely on Section 35 of the Town’s General Terms and Conditions, which provides as follows: “The acceptance of a Bid shall be notice in writing signed by a duly authorized representative of the Town, and no other act of the Town shall constitute the acceptance of a Bid.”

 

The three remaining pre-qualified bidders were re-evaluated based on the evaluation criteria, with the resulting scores as follows:

 

   Consultants

Total Score

Out of 100

Rank*

MHPM Project Managers Inc.

92

1

O.P. McCarthy & Associates Inc.

53.52

2

Genivar

53.35

3

 

As recommended by Asset Management, Staff is requesting approval to award the contract for project management services to MHPM Project Managers Inc. 

Prices received from the three bidders with an approved PMP designation range from $99,000.00 – $131,980.00 respectively.

 

 


                                                 

                    STAFF AWARD REPORT                                                            Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

185-S-09  Co-op Contract CT-06-01 Extension Gasoline, Diesel and Bio Diesel Fuel

Date: 

October 2, 2009

Prepared by:

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

Patti Malone, Senior Buyer Ext. 2239

 

RECOMMENDATION

Recommended Supplier

Suncor (Preferred Supplier)

2009 Current Budget Available  

$    273,621.00

750-752-4300 Gasoline

Less cost of award for 2009*

$      32,000.00

$      68,000.00

2009  - Price inclusive of PST, exclusive of  GST *

2010 - Price inclusive of PST, exclusive of  GST **

2009 Budget Remaining after this award

$    241,621.00

 

 

Recommended Supplier

Fiba (Preferred Supplier) – Diesel Fuel

2009 Current Budget Available  

$    345,041.00

750-752-4302 Diesel Fuel

Less cost of award for 2009*

$      55,000.00

$      95,000.00

2009 - Price inclusive of PST, exclusive of  GST *

2010 - Price inclusive of PST, exclusive of  GST **

Budget Remaining after this award

$    250,041.00 

 

* Estimated value based on current fuel pricing and prior year volume

** Pending Council Approval / Estimated value based on current fuel pricing and prior year volume

 

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

 

PURPOSE

To obtain approval to award a three month contract extension (December 1, 2009  to February 28, 2010) for the Co-op Contract CT-06-01/185-T-06 Gasoline, Diesel and Bio Diesel Fuel.

 

BACKGROUND

On October 17, 2006 Council approved the award of contract 185-T-06 Supply & Delivery of Gasoline, diesel Fuel and Furnace Oil through the York Region Buyers co-operative contract number CT-06-01 for a period of three years expiring November 30, 2009.  The other participating agencies were:

 

The Regional Municipality of York                   York Regional Police Department

City of Vaughan                                                   Town of Aurora

Town of East Gwillimbury                                  Town of Georgina

Town of Newmarket                                                            Town of Richmond Hill

Town of Whitchurch-Stouffville                                       Township of King

                                                               

The tender was comprised of the following two parts:

Part A, Items 1, 2 & 3 – Gasoline and Diesel Fuel F.O.B. delivered in bulk to storage tanks at participants’ locations.  This section included various alternative fuel types as a result of direct initiatives from the GT “Clean Air” Council.

 

Part B, Items 1 & 2 – Gasoline and Diesel Fuel purchased on credit cards dispensed into participants’ vehicles by area service stations.

 

The tender was issued in compliance with the Town’s Purchasing By-Law and was advertised in the local newspapers.


 

185-S-09 Co-op Contract CT-06-01 Extension Gasoline, Diesel and Bio Diesel Fuel                                    Page 2 of 2

 

 

OPTIONS/DISCUSSIONS

The Co-op anticipates they will have the new bid out to market later this year. To bridge the new contract Staff is seeking approval to extend the current agreements from December 1 to February 28, 2010.  This contract will be under the same terms and conditions as the previous contract.

 

FINANCIAL CONSIDERATION

As of October 2, 2009, the Gasoline and Diesel Fuel accounts have favourable variances. These variances are due to lower fuel costs for 2009 and lower fuel usage volumes than originally budgeted for in 2009.

 

* Pending Council Approval

 

 


   

 

                                                                                                STAFF AWARD REPORT                                              Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

209-Q-09 Construction Audit Services

Date: 

July 10, 2009

Prepared by:

Ingrid Kutter, Auditor General, x4858

 

RECOMMENDATION

Recommended Supplier

Protiviti Co.(Highest ranked and second lowest priced supplier)

Current Budget Available 

$487,406

840 841 7849 Corporate contingency account

Less cost of award

$57,181

Inclusive of disbursements , exclusive of GST

Budget Remaining after this award

$430,225

 

 

 

PURPOSE

To obtain approval to award the contract for construction audit services. 

 

BACKGROUND

In 2005, the Town tendered the construction of a $9M renovation and expansion of an existing Town facility.  The project was to be completed by December 18, 2006.  Notwithstanding a pre-qualification process, the general contractor who was awarded the tender failed to construct the project in accordance with the construction schedule and in addition, failed to construct according to specifications in some cases, and in a good workmanlike manner in others.    The outcome of this engagement will include a description of the situation and what went wrong focusing on root causes.   The review will provide a report with recommendations to improve town oversight and management processes for construction projects.

 

This Request for Quotation is being issued to select a suitable vendor to provide an independent objective review under the direction of the Office of the Auditor General.   The review will focus on contract compliance and project management for the Centennial construction project. 

 

 BID INFORMATION

Advertised

By invitation

Bids closed on

June 26, 2009

Number picking up bid documents

4

Number responding to bid

4

 

PROPOSAL EVALUATION

The evaluation team was comprised of staff from legal service and the Auditor General.   The evaluation was based on pre-established evaluation criteria as listed in the Request for Quotation:  20% past experience, 20% qualifications of the proposed manager and project team, 30% project delivery, 30% price, totaling 100%, with resulting scores as follows:

 

RANKING SUMMARY

Consultants

Total Score

Rank Results

Protiviti Co. *

83

1

Procept Associates Ltd *

73

2

Ernst & Young

70

3

Lancefield INC

69

4

*The two (2) highest ranked proponents were invited for interviews to provide further clarification on their submissions.

 


 

209-Q-09 Construction Audit Services                                                                                                          Page 2 of 2

 

 

RANKING SUMMARY (Continued)

Based on the pre-established evaluation criteria with resulting scores as shown in the above table, Protiviti Co. was the highest ranked and second lowest priced proponent.   Bids received from the four (4) bidders ranged from approximately $33,250 - $99,500 inclusive of disbursements and exclusive of GST.  Protiviti Co. has submitted an excellent proposal with very good understanding of the scope of the project. The project team has strong experience in similar work, and a good understanding of the audit.  Staff is confident that their project team will provide the expected services that meet the requirements as outlined in the RFP and is therefore recommended to be awarded the contract. 

 


                                                 

                   STAFF AWARD REPORT                                                             Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

133-R-09 Supply and Delivery of Photocopy Paper, York Public Buyers’ Co-Operative No. CFRP 09-01

Date: 

October 08, 2009

Prepared by:

Rosemarie Patano, Senior Buyer Ext. 3190

 

RECOMMENDATION

Recommended Supplier

Buntin Reid, Div. of Domtar Inc. (Highest Ranked / Lowest Priced Bidder)

Current Budget Available 

As approved

User Departments’ Annual Office Supplies Operating Account # 4002

Less estimated cost of award

 

                  $       64,000

                  $       64,000

                  $       64,000

                  $     192,000

Year 1 (2009/10) Estimate

Year 2 (2010/11) Estimate

Year 3 (2011/12) Estimate

Estimated 3 Year Total, Exclusive of GST

 

PURPOSE

To obtain approval to award the contract for the supply and delivery of photocopy paper for a three (3) year period.

 

BACKGROUND

The Region of York, on behalf of the York Region Public Buyers Co-Operative, issued a request for proposal for the Supply and Delivery of Photocopy Paper under bid number CFRP 09-01.

 

Apart from all municipalities in the York Region, the following agencies participated in bid number CFRP 090-01:

 

·                     York Region District School Board

·                     Community Care Access Centre

·                     York Catholic District School Board

·                     York Region

·                     York Regional Police

 

The tender included a requirement to price 32 types of paper, including 30%, 50% and 100% post consumer recycled.  Historical data indicates that the Town utilizes 11 types of paper, including 30%, and 100% post consumer recycled paper.

 

BID INFORMATION

Advertised

 Electronic Tendering Network

Number picking up bid documents

11

Number responding to bid

2

 

EVALUATION SUMMARY

The Evaluation Team was comprised of staff from Region of York with the Regions purchasing staff acting as the facilitator.  The evaluation was evaluated based on pre-established evaluation criteria as identified in the Request for Proposal: 20% (33 pts) Experience of Firm and related projects, 15% (25 pts) Environmental commitment, 10% (17 pts) Fiscal strength of organization, 15% (25 pts) 10 % (15pts) Paper Quality, Compliance (specifications, deliverables, and methodology) and 30% (50 pts) price totaling 100% (165 pts) with the resulting scores as follows.

 


 

133-R-09 Supply and Delivery of Photocopy Paper, York Public Buyers’ Co-Operative                                Page 2 of 2

 

 

Consultant

Score

(out of 165 points)

Rank Results

Buntin Reid

129

1

Xerox

97

2

 

Note:  The two (2) bid submissions prices differed by 2% with the recommended bidder Buntin Reid providing the lowest price submission.  They provided a proposal that emphasized environmental commitment, offered various products to meet the York Co-op requirements.

 

ENVIRONMENTAL CONSIDERATIONS

The paper will be EcoLogo which is recognized by Environment Canada and is displayed on products that meet or exceed established criteria for greenhouse gas emissions, water and energy consumption and use recycled fiber. 

 

The paper purchased through the recommended bidder is Forest Stewardship Council (FSC) and either 30% or 100% recyclable paper dependant on department ordering requirements.   The Purchasing Department initiated a pilot project over the past year by only procuring 100% post consumer recyclable paper in lieu of 30% post consumer recycled paper.  The intention of this pilot was to monitor results in relation to print quality, paper jamming of MFD machines and costs estimated at $7,000 / year Townwide will be absorbed through the existing benefits through better print management

 

User departments will be mandated to transfer completely to 100% post consumer recycled paper by January 01st 2010 for their printing requirements.  Purchasing will ensure restrictions are in place with the successful proponent to eliminate ordering of any non post-consumerable recyclable paper.

 

Forest Stewardship Council (FSC)

 

FSC is an independent, non-governmental, not-for-profit organization established to promote the responsible management of the world’s forests. The FSC label provides a credible link between responsible production and consumption of forest products, enabling consumers and businesses to make purchasing decisions that benefit people and the environment as well as providing ongoing business value.


                                             STAFF AWARD REPORT                          Page 1 of 2     

To:

Andy Taylor, Commissioner, Corporate Services

Re: 

213-Q-09 Wireless Data & Voice Communication Strategy Implementation

Date: 

September 23, 2009

Prepared by:

Omer Ariburnu, Manager, Client Delivery, Ext. 4885

Rosemarie Patano, Senior Buyer, Ext. 2990

 

RECOMMENDATION

Recommended Supplier

IBI Group (Highest Rank, Third Lowest Priced  Supplier)

Current Budget Available

$    480,000.00

49-5350-9340-005 Wireless Communications Implementation

Less cost of award

$      72,640.00

Exclusive of PST and GST

Budget Remaining after this award

$    407,360.00

*

** The remaining budget will be used for the Wireless Data & Voice Communication Strategy Implementation under Account 49-5350-9340-005.

 

PURPOSE:

To obtain approval to award the contract for preparation of an RFP, and to provide technical oversight and project management services for the Wireless Radio and Data Communication project.

 

BACKGROUND:

Markham’s existing two-way voice radio system is antiquated and does not provide the productivity and personal safety benefits users require.  Users on the system run the risk of a call for assistance being unheard or overridden by another user’s. By 2008 standards, the existing Town radio system is not a reliable means for day to day business use for the 200+ daily users, and needs replacement.

As the two-way radio system does not meet user needs, over the last five years, users have migrated onto public networks for one-to-one and cellular communications.  Markham’s overall communications has improved but user needs are still not being met. Group level communications and inter-department communications are poor. Furthermore, Markham is paying premium public network costs which are identified to be 3-9 times more than private systems.

Markham is also planning to implement Automatic Vehicle Location service and other applications which will require a low bandwidth data network.  In the absence of private network, this system will be reliant on the public network that will have significant operational cost impact to the Town.

In 2008, Markham completed a feasibility study to establish a strategy for wireless communication in order to address increasing voice and mobile data needs.  A number of possible alternative solutions were investigated and compared with the Town’s current and future needs. Different analog and digital technologies, voice-only, combined voice and wireless data, and broadband wireless data solutions were considered.  All options, costs and functionality were provided to IT Council Sub Committee in late 2008 and subsequently to the General Committee in March 2009.

The above mentioned study recommended that in order to improve voice communications and fulfill the short and long term requirements for Automatic Vehicle Location, SCADA and other similar low speed data services within the Town in a cost effective manner, it is important that Markham purchase a new corporate radio system.  It is anticipated that a new corporate radio system will dramatically decrease the reliance on public network radio service such as that offered by Telus Mike Product line.                                                                              


 

213-Q-09 Wireless Data & Voice Communication Strategy Implementation                                        Page 2 of 2

 

 

BACKGROUND (Continued)

In order to proceed with the implementation of the above mentioned corporate radio system, Markham recently solicited submissions from consultants with strong Wireless Radio technical knowledge, and experience, who could refine users’ requirements, assist in the critical design process, ,and provide assistance in writing and managing the Request for Proposal creation.  The consultant is also expected to provide project management support and quality assurance during the implementation.  The RFQ resulted in 6 responses, details of which are described in the following section.

 

BID INFORMATION

Advertised

ETN

RFP issued on

July 21st 2009

RFP closed on

August 04th 2009

Number of consultants picking up bid documents

55

Number of consultants responding to bid

6

 

PROPOSAL EVALUATION

The Evaluation Team was comprised of staff from Information Technology Services (ITS) department with purchasing staff acting as the facilitator.  The evaluation was evaluated based on pre-established evaluation criteria as identified in the Request for Quotation:  12% past experience, 14% Qualifications of Lead Consultant and Project Team, 9% demonstrated understanding of project, 30% project delivery and accountability and 35% price, totaling 100% with the resulting scores as follows:

 

   Consultants

Total Score

Out of 100

Rank

IBI Group

76.50

1

KVA Communications

71.50

2

Lapp-Hancock Association

71.00

3

Cytel Solutions Inc.

58.00

4

Nexus Communications

43.00

5

Red Mobile Inc.

40.00

6

 

Prices ranged from $61, 400.00 - $184,771.65 for these submissions.

 

The staff elected to invite the top three ranked vendors to an interview Question & Answer Session, as allowed for in the bid document.  The interview panel was comprised of staff from Information Technology Services (ITS) and Waterworks department with purchasing staff acting as the facilitator.  The interview was evaluated on pre-established questions and scoring criteria, with an additional 30 marks provided for the proponents.

 

   Consultants

Overall Score (Criteria and Interview)

Out of 130

Rank

IBI Group

99.64

1

Lapp-Hancock Association

96.55

3

KVA Communications

83.82

2

 

IBI Group, the third lowest priced qualified bidder, scored higher on its technical submission as well as in the Question & Answer Session, demonstrating a thorough understanding of the project and its requirements.

 


                                                                          STAFF AWARD REPORT        

To:

Jim Baird, Commissioner, Development Services

Re: 

196-T-09 Boxgrove Northern Woodlot Parkette

Date: 

October 7, 2009

Prepared by:

Linda A. Irvine, Manager, Parks and Open Space Development  Ext. 2120

Tony Casale, Senior Buyer Ext. 3190

 

 RECOMMENDATION

Recommended Supplier

Bruce Wilson Landscaping Ltd. (lowest priced supplier)

Current Budget Available 

$   295,257.80

081 5350 8051 005 (Boxgrove N. Wood Parkette)

Less cost of award

   $    240,098.35

$     24,009.84

   $    264,108.19

 

$     21,608.85 

$   285,717.04

Total Award exclusive of GST

Contingency @ 10%

Sub Total

 

Internal Management Fee @ 9%

Total Project cost

Budget Remaining after this award

$       9,540.76

*

*The remaining balance of $9,540.76 will be used for other park requirements as budgeted for in this account.

 

PURPOSE

To obtain approval to award the contract for the Boxgrove Northern Woodlot Parkette.

 

BACKGROUND

This neighborhood parkette and woodlot is located between Stonechurch Crescent and Oakborough Drive in the Box Grove Community. This project involves the installation of a small children’s playground, walkways, seating areas, entry fencing and tree planting, as well as some required woodlot management works. At the community meeting, residents opposed the installation of a woodlot trail and therefore the woodlot will remain primarily in its natural state.

 

BID INFORMATION

Advertised

ETN

Bids closed on

September 25, 2009

Number picking up bid document

39

Number responding to bid

3

 

 

PRICE SUMMARY (Exclusive of GST)

Supplier

Price excl. of GST

Bruce Wilson Landscaping Ltd.

$240,098.35

Lomco Limited

$251,352.00

Royalcrest Paving & Contracting Ltd.

$334,474.75

 

 


 

                                                        STAFF AWARD REPORT                                                Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

245-T-09 Clegg Road Extension – Between South Town Centre Boulevard and Warden Avenue

Date: 

September 24, 2009

Prepared by:

Alberto S. Lim, Capital Works Engineer. Ext: 2860

Robert Slater, Senior Construction Buyer. Ext: 3189

 

RECOMMENDATION

Recommended Supplier

Brennan Paving and Construction - (Lowest Priced Supplier)

Current Budget Available 

$      465,886.69

083-5350-6740-005 Clegg Road Extension

 

Less cost of award

$       349,329.06

$         41,648.58   

$       390,977.64  

$        46,917.32

$       437,894.96

Construction Cost (Excluding GST)

Provision Section

Total this award (Excluding GST)

Engineering Dept Project Management Fees (12%)

Total Project Cost

Amount Remaining after this award

$         27,991.73*

 

*Remaining balance in the account is to be used for the legal fees for the project as per May 19, 2009 report.

 

PURPOSE:

To obtain approval to award the contract for the completion of the Clegg Road between South Town Centre Boulevard and Warden Avenue including rectification of deficiencies and refurbishment of all previously completed works.

 

BACKGROUND:

As approved by Council on May 19, 2009, staff negotiated the completion of Contract 104-T-06 under the Performance Bond provided by Federation Insurance Company of Canada (i.e. Bonding Company). Council authorized Purchasing staff to pre-qualify a minimum of three (3) contractors for the tendering process as per Purchasing By-Law 2004-341. However, Federation Insurance Company of Canada informed the Town that they will re-tender the project and recommend a contractor for the Town to enter into a contract to complete the outstanding works and deficiencies.

 

Under the terms and conditions of the performance bond, Federation had four (4) options to address the default contract. The selection of the “preferred” option is at the sole discretion of Federation Insurance Company of Canada. On March 23, 2009, Federation Insurance Company of Canada advised the Town that it will exercise “Option 3” of the terms and conditions of the performance bond which stipulated that Federation obtain a bid or bids for the completion of the outstanding works and deficiencies and request that the Town enter into a contract with the selected bidder and to make available sufficient funds to cover the Federation Insurance Company of Canada’s obligations in accordance with the terms and conditions of the original contract document and performance bond.

 

The Legal Department has been involved in the negotiations with Federation Insurance Company of Canada and is in agreement with the amended process.

 

The Town, on behalf of Federation Insurance Company of Canada, prepared the tender for completion of outstanding works and deficiencies and Federation Insurance Company of Canada, in turn, provided the Town with a list of bidders to be invited to pick up the tender. The bids have been reviewed, and Federation is now recommending that the Town enter into a contract directly with Brennan Paving and Construction to complete the outstanding works and deficiencies on the Birchmount Road Extension.


 

245-T-09 Clegg Road Extension – Between South Town Centre Boulevard and Warden Avenue     Page 2 of 2

 

 

BID INFORMATION:

Advertised

By Invitation

Bids Closed on

September 14, 2009

Number invited to pick up tender documents

10

Number of bidders that picked up tender documents

9

Number of bidders that attended the mandatory site meeting

9

Number responding to tender

4

 

Detailed Pricing Information

Contractors

Prices (exclusive of GST)

Brennan Paving and Construction

$390,977.64

Dagmar Construction

$411,200.43

Kapp Construction

$457,992.70

Pilen Construction of Canada

$469,701.40

 

The bids have been verified for accuracy and compliance with the tender terms and conditions. Purchasing has reviewed the references of the recommended bidder and is satisfied with these references.  Both the Town and Federation Insurance Company of Canada were satisfied with the list of contractors included in this invitation. The Town has previously conducted a pre-qualification process for similar projects for which Brennan Paving and Construction was pre-qualified.

 

FINANCIAL CONSIDERATIONS:

As per the May 19, 2009 Council Report, staff has been authorized to proceed with the works with partial funding from  Account #83-5350-6740-005 with the shortfall being funded from ASDC 42B-2 Reserve Fund, ASDC 42B-4 Reserve Fund and Town Wide Hard Reserve Fund. The Town will claim against the bond any costs it incurs over and above the original contract price, including any costs related to the rectification of deficiencies and cost increases due to the re-tender of the works.

 

 

 

 


                                                 

             STAFF AWARD REPORT                                                Page 1 of 2

To:

Valerie Shuttleworth, Director, Planning and Urban Design

Re: 

280-Q-09  Warden Woods Woodlot Trail Construction

Date: 

October 21, 2009

Prepared by:

Linda Irvine, Manager, Parks & Open Space Development Ext. 2120

Tony Casale, Senior Buyer Ext. 3190

 

RECOMMENDATION

Recommended Supplier

Colpac Construction Inc. (Lowest Priced Supplier)

Current Budgeted Available 

$    84,200.00

081 5350 9086 005 (Warden Wood Woodlot Trail)

Less cost of award

$    54,720.00

$      5,472.00

$    60,192.00

 

$      4,924.80

$    65,116.80

Cost of Award exclusive of GST

Contingency (10%) *

Total Award exclusive of GST

 

Internal Management Fee @ 9%

Total Project cost

Budget Remaining after this award

$    19,083.20

**

*The Contingency in the amount of $5,472.00 shall be established to cover any additional Construction and Consultant /Design costs. 

**The remaining balance in the amount of $19,083.20 will be used for any authorized purposes as budgeted for in this account.

 

PURPOSE

To obtain approval to award the contract for the Warden Woods Woodlot Trail Construction.

 

BACKGROUND

Warden Woods Park is a woodlot that is bound by Warden Woods Court on the north edge and Danbury Court on the south edge.  When the subdivisions around Danbury Court and Warden Woods Court were being developed, the community’s desire was to preserve the woodlot and to provide a pedestrian connection through the woodlot.  The scope of work of this contract includes the implementation of a limestone screening pathway and clean up and improvement to the safety of the woodlot.  The project is to begin construction this fall and be completed before the summer of 2010.

 

BID INFORMATION

Advertised

ETN

Bids closed on

October 09, 2009

Number picking up bid documents

18

Number responding to bid

14

 


 

280-Q-09  Warden Woods Woodlot Trail Construction                                                                             Page 2 of 2

 

PRICE SUMMARY

Supplier

Price exclusive of GST

Colpac Construction Inc.

$  54,720.00

Bruce Wilson Landscaping Ltd.

$  62,280.00

Hank Deenen Landscaping Limited

$  62,599.00

Gobro Con Inc.

$  62,769.36

A-Frame Construction Management Corporation

$  63,872.00

Rutherford Contracting Ltd.

$  65,600.00

Griffith Property Services Ltd.

$  69,297.70

Lomco Limited

$  77,470.00

Cambium Site Contracting Inc.

$  78,790.00

Laycon Construction

$  80,825.00

Royal Crest Paving & Contracting Ltd.

$  84,400.00

Brennan Paving & Construction

$  87,124.80

MTM Landscaping Contractors Inc.

$  97,090.00

Mopal Construction Ltd.

$108,500.00


                                       STAFF AWARD REPORT                                             Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

233-T-09 Design and Contract Administration Services for the Saint Robert Catholic High School Soccer Field and Air Supported Structure

Date: 

October 19, 2009

Prepared by:

Linda Irvine, Manager, Parks and Open Space Development Ext. 2120

Tony Casale, Senior Buyer Ext. 3190

 

RECOMMENDATION

Recommended Supplier

Baker Turner Inc. (Lowest Priced Supplier)

Current Budget Available 

$   300,000.00

070 5350 9526 005 (Federal Stimulus)

Less cost of award

$   139,500.00

$     13,950.00

$   153,450.00

Design, Contract Administration and sub-consultants

Contingency (10%)

Total Award

Budget Remaining after this award

$   146,550.00

*

*The remaining balance in the amount of $146,550.00 will be used for the construction costs.

 

PURPOSE

To obtain approval to award the contract for the design and contract administration of the Saint Robert Catholic High School Soccer Field and Air Supported Structure.

 

BACKGROUND:

The Town of Markham received infrastructure funding to proceed with the upgrade and retrofit of an existing soccer field located at Saint Robert Catholic High School.  The renovation and reconstruction will convert an existing soccer field to a regulation size artificial turf field.  An air supported structure (bubble) including all associated services will be erected seasonally and designed to cover 1/3 of the field.  Existing school portables will be used as access buildings for the airlock bubble.  The Town has an overall budget of $3.2 million for the soccer field, lights, air supported structure and all costs associated with the design, construction (including contingencies) contract administration and internal fees.

 

BID INFORMATION

Advertised

By Invitation

Bids closed on

September 30, 2009

Number Invited to bid 

14

Number responding to bid

7 *

* Purchasing staff contacted proponents that were invited but did not submit and received the following feedback:  one bidder could not meet the delivery requirements, one bidder could not handle due to present workload and one other advised they would only be interested if the scope was for a construction project manager.

               

PRICE SUMMARY

Supplier

 

Price exclusive of GST

Baker Turner Inc.

$139,500.00

Salmona Tregunno Inc.

$144,000.00

Johnson Sustronk Weinstein + Associates

$162,680.00

Aecom Canada Architects Ltd.

$166,500.00

The MBTW Group

$182,200.00

MMM Group Limited

$192,712.50

Stantec Consulting Ltd.

$264,500.00


 

233-T-09 Design and Contract Administration Services for the Saint Robert Catholic High School Soccer Field

and Air Supported Structure                                                                                                                                            Page 2 of 2

 

 

 FINANCIAL DETAILS:

Below is a preliminary budget breakdown of the Saint Robert Catholic High School Soccer Field and Air Supported Structure Budget

Design/Engineering                                             $    300,000

Construction                                         $ 2,200,000

Project Management                                           $    300,000

Other      (not specified in charter)                     $    200,000

Contingency                                                         $    200,000

TOTAL                                                  $3,200,000