STAFF AWARD REPORT                                               

To:

John Livey, Chief Administrative Officer

Re: 

319-T-09 Maintenance of Traffic Control Devices

Date: 

December 17, 2009

Prepared by:

Michael Larbi, Technical Coordinator Ext. 2475

Patti Malone, Senior Buyer Ext. 2239

 

PURPOSE

To obtain approval to award the maintenance, modifications and general repairs of the traffic signal devices throughout the Town.

 

RECOMMENDATION

Recommended Supplier

Beacon Utility Contractors Limited (Lowest Priced Supplier)

Current Budget Available 

$   135,000.00

700-505-5308 See Financial Consideration section  (see below)

Less cost of award

$   130,359.00

$   130,359.00

$   130,359.00

$   391,077.00

Exclusive of GST for 2010

Exclusive of GST for 2011*

Exclusive of GST for 2012*

Total

Budget Remaining after this award*

$       4,641.00

*

* Subject to Council approval of the annual operating budget.  The remaining funds will be used for emergency traffic control requirements.

Note: The financial considerations include PST (8%), any maintenance monies expended after July 2010 will be subject to the implementation of the HST.

 

BACKGROUND

The contractor will oversee maintenance, modifications and general repairs of the Town’s signal devices to provide safe, reliable and efficient operation for roadway users.

 

Large part of the maintenance work will be inspecting or replacing of traffic control equipment before it fails, including: semi-annual inspections and testing of control equipment, intersection hardware, vehicle detector loops, pedestrian pushbutton, signs and signal heads.

 

BID INFORMATION

Advertised

ETN

Bids closed on

October 28, 2009

Number picking up bid documents

15

Number responding to bid

3

 

PRICING SUMMARY

Supplier

Price, Exclusive of GST*

Beacon Utility Contractor Limited

$  172,714.27

Guild Electric Limited

$  186,483.53

Stacey Electric Company Limited

$  216,392.68

*The tender document included 580 items within the price summary sheets which may or may not be used dependent on requirements through out the year.  The quantities within this tender document are estimates and as such, the recommended award amount ($130,359) is within the specified 2010 budget amount identified within the financial section. 

 

Note: The tendered scope of work includes goods and services of varying quantities that may or may not be required over the duration of the contract.  Actual usage is dependent on field conditions and the performance of the traffic control system over time (65 signalized intersections).  For the purpose of this award, the quantities/estimates of services are aligned with the approved operating budget.  Additionally, Staff is guaranteed fixed pricing for the items which may or may not be used for the duration of this contract. 

 

FINANCIAL CONSIDERATION

 

 

                                                                  STAFF AWARD REPORT                                              Page 1 of 2                                               

To:

John Livey, Chief Administrative Officer

Re: 

322-Q-09 Markham Village Library Lighting Improvements

Date: 

December 17, 2009

Prepared by:

Robert Sacoransky, Senior Project Manager, ext. 2845

Patti Malone, Senior Buyer, ext. 2239

 

PURPOSE:

The purpose of this report is to obtain approval to award the contract for lighting improvements at the Markham Village Library.

 

RECOMMENDATION

Recommended Supplier

ALJ Electrical Contracting Ltd. (Lowest Priced Supplier)

Current Budget Available

$      83,282.90

750-101-5399-9202 Library Facility Improvements

Less cost of award

$    113,842.58

$      11,384.26

$    125,226.84

Exclusive of GST

Contingency of 10%

Total Award

Budget Remaining after this award*

($      41,943.94)

 

*Budget shortfall to be funded from account 076-5350-8526-005 Markham Village Building Upgrades, which has funds remaining in the amount of $166,576.  The purpose of the Markham Village Building Upgrades project is to carry out various building upgrades which were not originally part of the initial Markham Village Library building renovation project.  Outstanding projects to be completed include exterior and interior signage, way finding and landscaping.  Based on current estimates for outstanding work remaining to be completed, this budget has sufficient funds to cover the shortfall for the lighting project in the amount of $41,943.94.

Note: The financial considerations do not include HST as works are targeted to be completed prior to the July 2010 implementation of the HST.

 

BACKGROUND:

The Markham Village Library staff has requested some lighting improvements to several areas of the library.  The scope of work includes revising and adding lighting in selected areas of the building.  Areas to be upgraded are the Information Centre, Children’s Area, Audio/Visual Media Centre and the washrooms at the front entrance.  Staff at the library has requested that this work be completed as soon as possible as the lighting is poor in these locations.

 

The lighting improvements at the Markham Village Library are the result of new issues that were discovered after construction of the addition and renovation.  The lighting improvements are due to the need to improve the poor lighting in several areas of the library and this work was tendered separately from the rest of the improvements as it only involves electrical work.

 

During the mandatory site visit, it was determined that the work in the Children’s area is to be completed after hours in order to reduce the effect on library patrons and for safety reasons.  Another unknown at the time of tender was the access to the ceiling space above the information area.

 

BID INFORMATION:

Advertised

N/A

Bids closed on

November 5, 2009

Number picking up bid documents

7

Number responding to bid

3*

*One submission was disqualified as it was submitted after the bid closing time.  Under the Town’s General Terms and Conditions section 13,”Late Bids will not be accepted”.

 

Note:  Purchasing contacted other bidders who did not submit a quotation.   One bidder accidentally missed the mandatory site meeting and one bidder stated that their current work load and commitments would not allow them to bid on this project.

 

PRICE SUMMARY:

Supplier

Price, Exclusive of GST

ALJ Electrical Contracting Ltd.

$  113,842.58

Kudlak-Baird (1982) Limited

$  239,180.00


 

322-Q-09 Markham Village Library Lighting Improvements                                                             Page 2 of 2

 

Note:  The original estimate of $85,000 was based on four areas in the library. The scope of work increased as the fixture installation in the Information area became more difficult than originally anticipated. The installation involved working in the attic space as well as attaching guide wires to the spines in the ceiling.  In addition, during the tender site meeting, the library staff advised that work in the Children’s area would have to take place after hours for safety reasons.  This work was originally contemplated in the bid document to be done during the day and as such, an increase in cost can be associated with this as the Children’s Area represents a large portion of the work in this project.

 

Staff reviewed the price submission with the supplier who has confirmed the price submitted is a good price for this scope of work.

 

 


 

                                                

 

STAFF AWARD REPORT

 

To:

Brenda Librecz, Commissioner, Community & Fire Services

Re: 

334-T-09 Traffic Control Signal Installations

Date: 

January 8, 2010

Prepared by:

Monday Iyamu, Traffic Co-ordinator Ext. 4020

Patti Malone, Senior Buyer Ext. 2239

 

PURPOSE

To obtain approval to award the contract for the installation of traffic control signals at three Town Intersections (Bur Oak Avenue and Brunswick Avenue, Bur Oak Avenue and Berczy Community Park and Brimley Road and Wilclay Avenue).

 

RECOMMENDATION

Recommended Supplier

Beacon Utility Contractors Limited (Lowest Priced Supplier)

Current Budget Available 

$    319,850.00   

083-5399-9289-005 Traffic Control Signals

Less cost of award

$    289,278.00

Price inclusive of PST, exclusive of  GST

Budget Remaining after this award

$      30,572.00

 

*

*Remaining budget in the amount of $30,572 will be returned to the original funding source upon completion of the project.

 

Note: The financial considerations do not include HST as works are targeted to be completed prior to the July 2010 implementation of the HST.

 

BACKGROUND

The project involves installation of traffic control signals at three Town intersections (Bur Oak Avenue and Brunswick Avenue, Bur Oak Avenue and Berczy Community Park and Brimley Road and Wilclay Avenue).  Three intersections have met the necessary technical warrants for traffic control signals.

 

BID INFORMATION

Advertised

ETN

Bids closed on

December 2, 2009

Number picking up bid documents

5

Number responding to bid

3

 

PRICING SUMMARY

Supplier

Price Including Provisional Items, Exclusive of GST*

Beacon Utility Contractor Limited

$  289,278.00*

Black and McDonald Ltd.

$  402,482.00

Fellmore Electrical

$  428,723.07

*Staff have analyzed low bidder’s price to previous intersections awards of similar size and scope and confirm the pricing supplied within this tender is comparable.  The low bidder’s price is also comparable to budgetary estimate.

 

References were satisfactory and Staff is confident that the low bidder has the experience to do a satisfactory job for the Town.

 

FINANCIAL ATTACHMENT

 


                                      

                                                                         STAFF AWARD REPORT                                            Page 1 of 2                                                          

To:

John Livey, Chief Administrative Officer

Re: 

358-S-09 Purchase of  Eight (8) Cross Trainers  for the Town’s Fitness Centres

Date: 

December 17, 2009

Prepared by:

Warren Watson, Fitness Coordinator

 

PURPOSE

To obtain approval to award the purchase of eight (8) PRECOR AMT Cross Trainers from Vo2 Fitness (distributor), for the Centennial CC (4) and Thornhill CC (4) fitness centres.

 

RECOMMENDATION

Recommended Supplier

Vo2 Fitness (Preferred Supplier)

Current Budget Available 

 

$    51,423.02

$    96,000.00

$  147,423.02

070-6150-9126-005 Fitness Equipment Replacement (2009)

070-6150-10133-005 Annual Recreation Fitness Equipment (2010)

Less cost of award

$    79,814.16

Inclusive of PST , exclusive of GST

Budget Remaining after this award

$    66,852.86

*

*All funds remaining in account 070-6150-9126-005 (2009) shall be fully drawn and the remaining budget in account 070-6150-10133-005 (2010) in the amount of $66,852.86 will be used for other fitness equipment replacement requirements as budgeted for in this account.

 

Note: The financial considerations do not include HST as delivery of products is prior to the July 2010 implementation of the HST.

 

Staff further recommends:

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

 

BACKGROUND

Annually Fitness equipment is reviewed and if required, is replaced and updated with newer equipment to meet the increasing demands of our users. Currently, the Town has fifteen (15) Elliptical Trainers (7 in Centennial / 8 in Thornhill) that average approximately 10 years old and have outdated technology.  7 out of the 15 are showing signs of wear and tear in the form of rust, de-lamination of the consoles, and varying degrees of wear on moving parts.  It is proposed that 8 units be replaced and staff is requesting an additional unit at Centennial CC (currently 3) to deal with the growth in our membership and increased user demand for this particular equipment.

 

 

 

 

 

 


 

 

358-S-09 Purchase of Eight (8) Cross Trainers for the Town’s Fitness Centres                                      Page 2 of 2

 

 

OPTIONS/DISCUSSIONS

On an annual basis staff research the market for the latest fitness equipment with the fitness staff actively participating in demonstrations on a variety of Cross trainers.  The Town’s fitness centres currently have only Life and Precor types of Cardio units, which have proven to perform exceptionally well.  Staff has been consistent in staying away from the introduction of too many brands in our facilities to try and maintain ease of use, and decreased confusion for our user population.  When investigating the addition of a Cross Trainer to our current compliment of equipment, Staff only entertained those from lines that we currently have in our facilities.  For this reason, only the Precor AMT and Life Summit Trainer were considered in the replacement process.  Concurrently, staff solicited information from three (3) municipalities on the Precor brand of Cross trainer in their facilities. 

 

Staff reviewed the following Cross trainers:

 

· Precor - AMT

· Life Fitness Summit Trainer

 

 

Both these units were brought into the facilities to use as demos for the Town’s client base to try-out. 

 

RATIONALE

Members are requesting more options to their training regime.  This is one of the ways to do this, by varying the model/type of equipment from the current models that we have in our elliptical line.  We already have Precor Elliptical units in our facilities and this Precor “AMT” Cross trainer model would simply be in addition to the current ones we have.

 

Key Product Features:

 

§ User defined range of motion; this is a unique feature to this unit.  Other similar units have a track system which do not allow the user to define their own range of motion

§ No impact training

§ Arm motion for added calorie expenditure (cross training feature)

§ Variety of user programs

r  Manual

r  Interval

r  Heart Rate

r  Fat Burner

 

In order to maintain current level of service for our users, purchasing the same brand to maintain consistency was an important part of the decision making process. 

 

The cost of Precor “AMT” Elliptical Trainers including installation & shipping is $11,523 (before discount) and $9,630 (after discount) vs. the other noted Elliptical Trainers with unit cost of $8,981 (before discount) and $7,659 (after discount). This represents a price difference of $2,542 (28% higher) before discount and $1,971 (25% higher) after discount. However, given the feedback from the Towns fitness staff, the solicited opinions from the Towns clients based on the in-house demos for their use and the other local municipalities, it is deemed to be one of the most robust, solidly built and most forgiving (less strain on the joints).  The machines are smaller and the workout is superior to cross trainers, which is important for the demographics of the user. 

 

The recommended supplier has also provided the Town with a special discount rate from the list price for a cost reduction of approximately 17% or $1,893.00 per unit versus the list price.

 

The proceeds from the sale of the trade-in equipment (7 Cross Trainers) in the amount of $4,550.00 will be deposited into account # 890 890 9305 (Proceeds Sale of Other F/A). 

 

 

 

 


 

                                                                            STAFF AWARD REPORT                                      Page 1 of 2

 

To:

John Livey, Chief Administrative Officer

Re: 

278-T-09 Storm Water Collection System Trenchless Repair and Maintenance at various locations.

Date:  

December 10, 2009

Prepared by:

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

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

 

PURPOSE:

To obtain approval to award the contract for the storm sewer collection system trenchless repair and rehabilitation in various area of Thornhill.

 

RECOMMENDATION

Recommended Supplier

D.M. Robichaud Associates Ltd. (Lowest Priced Supplier)

Current Budget Available

$            188,700.00

$              71,400.00

$              51,000.00

$            311,000.00

058-6150-9237 005 Storm Water Sewer Rehabilitation (09)

050 6150 8228 005 – Storm Water Sewer Repairs (2008)

058-6150 9240-005 – Storm Water Management (2009)

Less cost of award

$            232,763.00

$              23,276.30

$            256,039.30

 

$              30,724.72

$            286,764.02

Storm Water Sewer Trenchless Rehab

Contingency (10%)

Total award (Excluding GST)

 

Engineering Dept Project Management Fees (12%)

Total Project Cost

Budget remaining after this award

$          24,335.98    

*

* The remaining amount on account 9240 is to be used for the Construction Administration portion of this project.

 

Note: The financial considerations do not include HST as works are targeted to be completed prior to the July 2010 implementation of the HST.

 

BACKGROUND:                                                                 

The Operations Department initiated annual storm water sewer video inspection program using Closed Circuit Television (CCTV) to determine the existing conditions of the storm water sewer line and to plan repair and rehabilitations schedules. The CCTV inspection revealed that some of the Town storm water sewer lines specifically in Thornhill area (137 locations) are in need of repair and cleaning. In addition, the accumulated debris within the storm pipe has clogged/restricted the flow. The defects identified by the CCTV inspection can be corrected by cleaning the clogged pipes and by repairing the severely damaged pipes through a trenchless technology method (without excavating and exposing the pipes). This way there will not be any disturbance/excavation to the Town’s road network. As part of the E3 initiative under Centres of Excellence, Engineering, Asset Management (Right-of-Way) and Operations jointly budgeted a total of $322,400.00 towards the cost of repairs and transferred the budget to Engineering Department. Engineering Department will administer the storm water sewer rehabilitation project.

 

OPTION/DISCUSSION:

On October 22nd, the Purchasing Department issued a two (2) stage Tender for the repair and rehabilitation of the storm water sewers.

 

BID INFORMATION:

Advertised

ETN

Tender issued on

October 22, 2009

Tender closed on

November 11, 2009

Number picking up tender documents

19

Number responding to Tender

4

 

STAGE ONE (1)

Bids submitted for this procurement opportunity were evaluated in accordance with a two (2) stage process as detailed within the bid document.

 


 

 

278-T-09 Storm Water Collection System Trenchless Repair and Maintenance @ various locations             Page 2 of 2

 

 

Stage one of the Evaluation Process was based on the evaluation of the Bidder’s submission in accordance with the criteria set out in bid document.  Stage one (1) was evaluated by the following: Company Experience and Qualifications (20%), Staff Experience and Qualifications (20%), Project Methodology, Materials and Customer Service (40%), Project Schedule and Work Plan (15%) and Health and Safety (5%).  A minimum of 80% was required in order to pass the first stage. Stage two (2) was evaluated based on pricing.

 

 

Supplier

Score (out of 100 Points)

Ranking

D. M. Robichaud Associates.

91.67

1

Veolia ES Canada Industrial

89.00

2

Liquiforce Services

75.33

2

Sewer Technologies Inc.

68.33

4

Stage one (1) Scoring

 

 

The evaluation confirmed D.M. Robichaud Associates & Veolia ES Canada Industrial to be the highest ranked bidders as both D.M. Robichaud and Veolia ES have well qualified trenchless rehab experience in terms of working with larger pipes specified in the RFP document. Based on the sample DVD provided by both companies, they have the latest state of the art technologies to perform the trenchless rehab and maintenance services. The storm water sewer pipes mentioned in the RFP range in diameter from 250mm to 2000mm. As per the proposals received from Liquiforce Services and Sewer Technologies, it seems they have experience only in smaller pipes less than 600mm in diameter.

 

 

STAGE TWO (2)

Having met the Stage 1 criteria, both Bidders were eligible to move to Stage two (2), pricing section, where their bids were opened and the award of the contract was based solely on price. The results of the Stage 2 pricing are:

 

Stage Two (2) Price

 

Contractor

Price

D.M. Robichaud Associates Ltd.

$232,763.00

Veolia Environmental Services.

$281,303.00

 

                                                                                                                                               

 

 

 


 

                                                                                STAFF AWARD REPORT                                            Page 1 of 2

To:

Alan Brown, Director, Engineering

Re: 

373-Q-09 Detail Design, Contract Administrative and Construction Inspection Services for the Illumination of six specific locations on Denison Street, 14th Avenue and 16th Avenue.

Date: 

January 4, 2010

Prepared by:

Kay Man Poon, Capital Works Engineer. Ext: 2897

Robert Slater, Senior Construction Buyer. Ext: 3189.

 

PURPOSE:

To obtain approval to award a contract for the detail design, contract administration and construction inspection for the illumination of six specific locations on Denison Street, 14th Avenue and 16th Avenue.

 

RECOMMENDATION

Recommended Supplier

Moon-Matz – (Lowest Supplier)

Current Budget Available

$   257,569.80

083-6150-7276-005 Town Wide Illumination

Less cost of award

 

 

$     54,390.00

$       5,439.00

   $     59,829.00

 

$     4,487.18

$   64,316.18

Exclusive of GST

Contingency allowance (10%)

Total award cost

 

Engineering Fees (7.5%)

Total Project Cost

Amount Remaining after this award

$  193,253.62

*

  *Remaining balance in the account is to be used for other Town Wide Illumination projects.

 

Note: The financial considerations do not include HST as works are targeted to be completed prior to the July 2010 implementation of the HST.

 

BACKGROUND:

As part of the Engineering Department’s 5 year Capital Town Wide Illumination Program the Town requested pre-approved suppliers to submit quotation for the detail design, contract administration and construction inspection for the illumination of the following six locations:-

 

·         Denison Street - North side from Woodbine Avenue to Esna park Drive.

·         Denison Street - South side from Birchmount Road to Gorvette Road.

·         14th Avenue - North side from Kennedy Road to Noble Street.

·         14th Avenue - South side from Noble Street to Brimley Road.

·         16th Avenue - South side from Highway 404 to Woodbine Avenue.

·         16th Avenue - South side from Markham Road to 300m westerly.

 

It is expected that the detail design will commence in January 2010 and be completed by April, 2010. Tender for the installation is anticipated in May 2010 with construction by July, 2010.

 

BID INFORMATION:

Advertised

By Invitation*

Issued

November 20, 2009

Closed

November 27, 2009

Number of suppliers invited

4

Number responding to Quotation

4

*All of the invited suppliers have been pre-qualified by the Region of York as approved electrical suppliers. The evaluation of quotations was based solely on price.

 

 


 

 

373-Q-09 Consulting Services for Illumination on Denison Street, 14th Avenue and 16th Avenue    Page 2 of 2

 

 

 

PRICING INFORMATION:

SUPPLIER

QUOTATION PRICE 

Moon-Matz Ltd.

$54,390.00

Lumentech Engineers Inc.

$60,500.00

AECOM

$83.800.00

Nexgen Utilities

$91,500.00

 

All prices are exclusive of GST and inclusive of disbursements

 

 

 

 

 


                                      

 

                                                                             STAFF AWARD REPORT                                           Page 1 of 2

To:

Jim Baird, Commissioner of Development Services

Re: 

255-R-09 Yonge St and 2008 Sidewalk Program ( Woodbine Ave and McCowan Rd)

Date: 

January 4, 2010

Prepared by:

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

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

 

PURPOSE:

To obtain approval to award the contract for the construction administration of 3.1 kilometers of sidewalks along Woodbine Avenue, McCowan Road and Yonge Street as part of the Sidewalk Program.

 

RECOMMENDATION

Recommended Supplier

G.D. Jewell Engineering Inc. (Highest ranked and lowest priced supplier)

Current Budget Available 

$       1,448,137.49   

083-5350-9302-005 Sidewalk Requests

Less cost of award

$            57,898.90

$              8,684.84

$              2,894.95

$            69,478.69

 

$              5,210.90

$            74,689.59

Contract Administration / Disbursements

Design & Contract Admin Contingency (15%)

Field and Laboratory Testing Contingency (5%)

Total award (Excluding GST)

 

Engineering Dept Project Management Fees (7.5 %)

Total Project Cost

Budget remaining after this award

$       1,373,447.90

*

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

 

Note: The financial considerations include PST (8%), any monies expended after July 2010 will be subject to the implementation of the HST.

 

BACKGROUND:                                                                                                                                                                  

The Engineering Department administers sidewalk construction with funding from the Development Charges (DC) program. These funds are used to provide sidewalk along Regional Roads and Local Collector Roads.  Staff has developed a five year sidewalk Capital Program to schedule the design, approvals and construction.  In August 2009, staff has completed the design of 3.1kilometres of sidewalks along Yonge Street, Woodbine Avenue and McCowan Road as part of the 2009 and 2008 sidewalk program. At the time, the contract administration work was not part of the design contract. In October 2009, Engineering Department issued an RFP for the contract administration of these sidewalks. This staff award report is to award the contract administration part of the 2008 and 2009 sidewalk program to the selected supplier. The construction of these sidewalks is scheduled to be tendered in 2010.

 

BID INFORMATION:

Advertised

ETN

RFP closed on

November 11, 2009

Number picking up Proposal (RFP) documents

9

Number responding to RFP

9

    

PROPOSAL EVALUATION                                                                                                                            

The evaluation team was comprised of staff from the Engineering Department with purchasing acting as the facilitator.  The evaluation was based on pre-established evaluation criteria as listed in the Request for Proposal: 20% for past experience of consulting firm, 20% for understanding the project, 20% for qualifications of lead supplier and project team, resumes, organizational chart and quality management, 10% for qualification of geotechnical services and 30% for price, totaling 100%, with resulting scores as follows:

 

Suppliers

Total Score

Ranking

G.D. Jewell Engineering Inc.

86.33

1

Chisholm Fleming and Associates

83.07

2

Trow Associates

78.43

3

SCS Consulting Group

70.82

4

Genivar Consultants

69.91

5

Prices ranged from $57,898.90 to $91,530.00.

 


 

255-R-09 Yonge St and 2008 Sidewalk Program ( Woodbine Ave and McCowan Rd)                                          Page 2 of 2

 

G.D. Jewell Engineering Inc. was the lowest bidder for the contract administration of the proposed 3.1 kilometers of sidewalks.    All companies scored well technically with only six (6) points separating  the highest technically ranked to lowest technically ranked.  G.D. Engineering Inc. provided a good proposal with good experience in this field, their price submission allowed them to gain seven (7) points on the other bidders making them the highest ranked submission.

 

 The bids have been verified for accuracy and compliance with the RFP terms and conditions. Purchasing has reviewed the references of G.D. Jewell Engineering Inc. and is satisfied with these recommendations of references.


                                                                       

                                                      STAFF AWARD REPORT                                    Page 1 of 3

To:

John Livey, Chief Administrative Officer

Re: 

Award  # 1

269-R-09 The Design & Construction Administration Services for the Restoration of three Erosion Sites along Pomona Mills Creek, the East Don River south of the CN Rail Bridge and the East Don River upstream north of Proctor Avenue.  

Award  # 2

285-R-09 Design & Construction Administration Services for the restoration of four Erosion Sites along the Morningside Creek upstream of Steels Avenue, the Rouge River at Rouge River Drive and  Victoria Avenue and the German Mills Tributary at Huntington Drive.

Date: 

December 18, 2009

Prepared by:

Nehal Azmy , Senior Capital Works Engineer, Engineering Ext. 2197

Robert Slater, Senior Construction Buyer, Purchasing Ext. 3189

 

PURPOSE:

To obtain approval to award the contract for Design and Construction Administration Services for the Restoration of seven (7) erosion sites along the East Don River and Pomona Mills Creek, Rouge River, German Mills and Morningside Creeks.

 

RECOMMENDATION

Recommended Supplier

Clarifica (Highest Ranked and Lowest priced supplier) Award # 1

Clarifica (Highest Ranked and Lowest priced supplier) Award # 2

Current Budget Available 

$    933,752.15

640-101-5699-8377

Less cost of award

 

  $      90,048.76 

$       13,507.31

$     103,556.07

 

 $     103,261.00

$       15,489.08

$    118,750.08

 

$    222,305.65

$      16,673.93

$    238,979.58

Award # 1

Design and Construction Administration (Excluding GST)

Contingency (15%)

Total Award

 

Award # 2

Design and Construction Administration (Excluding GST)

Contingency (15%)

Total Award

Total award # 1 & 2

Engineering Dept Project Management Fees (7.5%)

Total Project Cost award # 1 & 2

Budget remaining after this award

$    694,772.07

 

* The balance will be applied to the remainder of the design for the design and restoration of erosion sites as budgeted in account # 640-101-5699-8377.   Note: The financial considerations include PST (8%), any monies expended after July 2010 will be subject to the implementation of the HST.

 

PURPOSE:

To obtain approval to award the contract for Design and Construction Administration Services for the Restoration of  seven (7) erosion sites along the East Don River and Pomona Mills Creek, Rouge River, German Mills and Morningside Creeks.

 

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. The study has prioritized a list of sites with specific erosion problems deemed to require remedial work in the near future. In 2009, an addendum to the Erosion Restoration Implementation Plan was undertaken to evaluate additional sites that residents had brought to the attention of the Town. The addendum concluded that two erosion sites had deteriorated and should be added to the priority action list for restoration (listed as sites nos. 6 & 7 in Award #2).  Award # 1 of this report is for the detail design and construction administration of three sites, (nos. 1, 2 & 3), while Award #2 covers four sites (nos. 4 through 7).

 

·   Erosion Site 1:                   Pomona Mills Creek downstream of Kirk Drive

·   Erosion Site 2:                   East Don River south of CN Rail Bridge

·   Erosion Site 3:                   East Don River upstream north of Proctor Avenue.

·   Erosion Site 4:                   The Morningside Creek upstream of Steeles Avenue

·   Erosion Site 5:                   The Rouge River upstream of CN Rail adjacent to Rouge River Drive

·   Erosion Site 6:                   The Rouge River Tributary at 7 Victoria Avenue

·   Erosion Site 7:                   The German Mills Tributary at Huntington Drive

 

269-R-09 & 285-R-09The Design & Construction Administration Services for the Restoration of Erosion

Sites along the East Don River & Pomona Mills Creek, Rouge River Creek, German Mills Creek &

Morningside Creeks                                                                                                                                          Page 2 of 3                          

 

 

Note: Staff released two separate request for proposals due to one project (269-R-09) having a requirement for bridge work that required the technical ability to be scored separately from that specified in project 285-R-09 (Award #2).

 

                                                                            AWARD # 1

 

BID INFORMATION (269-R-09)

Advertised

Electronic Tendering Network

Bids closed on

November 4th, 2009

Number that picked up bid documents

30

Number responding to proposal

5

 

PROPOSAL EVALUATION (269-R-09)

The evaluation team was comprised of staff from the Engineering Department with Purchasing staff acting as the facilitator.  The evaluation was based on pre-established evaluation criteria as listed in the Request for Proposal, 20% Past Experience, 20% Understanding of the Project, 30% Project Management and Delivery and 30% Price totaling 100%.

 

The ranking results are as follows: (269-R-09)

Supplier

Total Score

Rank

Clarifica

79.50

1

Aquafor Beech Ltd.

70.86

2

Aecom Canada

64.12

3

Dillon Consulting Ltd.

61.00

4

Conestoga Rovers & Associates Ltd.

59.50

5

 

Note: Prices ranged from $90,048.76 to $277,347.50 (exclusive of GST).

 

The evaluation confirmed Clarifica (A division of Cole Engineering) as the highest overall ranked bidder and lowest for pricing. Clarifica price was $57,000 lower than the 2nd lowest priced bidder which provided them with additional 20 points on price in the evaluation. Their ranking in the scoring on technical criteria was lower when compared to the other proponents which was partially due to their limited involvement with bridge rehabilitation, however, their proposal demonstrated to the Town’s satisfaction that they have the ability to undertake the project and that they have a good understanding of the project deliverables, key issues and challenges.     

 

The bids have been verified for accuracy and compliance with the Request for Proposal Terms and Conditions. Purchasing has reviewed the references of the recommended bidder and is satisfied with these recommendations.

 

                                                            AWARD # 2

 

BID INFORMATION (285-R-09)

Advertised

Electronic Tendering Network

Bids closed on

November 6th, 2009

Number that picked up bid documents

20

Number responding to proposal

5

 

 

PROPOSAL EVALUATION (285-R-09)

The evaluation team was comprised of staff from the Engineering Department with Purchasing staff acting as the facilitator.  The evaluation was based on pre-established evaluation criteria as listed in the Request for Proposal, 20% Past Experience, 20% Understanding of the Project, 30% Project Management and Delivery and 30% Price totaling 100%.

 


 

 

269-R-09 & 285-R-09The Design & Construction Administration Services for the Restoration of Erosion

Sites along the East Don River & Pomona Mills Creek, Rouge River Creek, German Mills Creek &

Morningside Creeks                                                                                                                                          Page 3 of 3                          

 

 

 

 

The ranking results are as follows: (285-R-09)

Supplier

Total Score

Rank

Clarifica 

89.50

1

Aecom Canada.

74.68

2

Aquafor Beech Ltd.

69.00

3

Conestoga Rovers & Associates Ltd.

57.50

4

Dillon Consulting Ltd.

52.50

5

Prices ranged from $103,260.50 to $280,724.50 (exclusive of GST).

 

 

The evaluation confirmed Clarifica (A division of Cole Engineering) as the highest overall ranked bidder scoring 3rd highest for technical criteria and lowest for pricing with a background in similar projects and a good understanding of the project deliverables, key issues and challenges. 

 

Clarifica price was $60,000 lower than the 2nd lowest priced bidder which provided them with additional 18 points on price in the evaluation.  Whereas, they only lost 2.5 points on the technical score compared to the highest technical ranked bidder.   

 

 

 


                                               

 

           STAFF AWARD REPORT                                                        Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

231-R-09 Engineering Services for Culvert Rehabilitation Green Lane and Bronte Road (Structure No. C08 and C28)

Date: 

December 7, 2009

Prepared by:

Simon Hung, Senior Capital Works Engineer. Ext: 2136

Robert Slater, Senior Construction Buyer. Ext: 3189

 

PURPOSE:

The purpose of this report is to obtain approval to award the contract for engineering services including condition survey, design, financial analysis, contract administration and site inspection, for the rehabilitation of two existing culverts at Green Lane (C08) and Bronte Road (C28).

 

RECOMMENDATION

Recommended Supplier

G.D. Jewell Engineering Inc. (Highest ranked – 3rd lowest priced supplier)

Current Budget Available

$1,122,000.00   

058-6150-8111-005 Culvert Improvements

Less cost of award

 

 

$   118,501.00

$     17,775.15

$   136,276.15    

 

 $     10,220.71 

 $   146,496.86  

Design and Contract Admin. (Exclusive of GST)

Contingency allowance (15%) – (Excluding GST)

Total Award

 

Engineering Fees (7.50%)

Total Project Cost

Amount Remaining after this award

 $   975,503.14

*

*Remaining balance will be used for construction and or returned to the original funding account.

 

Note: The financial considerations include PST (8%), any monies expended after July 2010 will be subject to the implementation of the HST.

 

BACKGROUND:

The Town retained a consultant in 2008 to carry out structural inspection and provide reports on five existing culverts Green Lane (Structure No. C08), Bronte Road (Structure No. C28), Elgin Mills (Structure No. C32), 19th Avenue (Structure C60) and Drakefield at Banfield (Structure No.C66). The consultant’s reports identified various state of deterioration in two culverts, Green Lane (Structure No. C08) and Bronte Road (Structure No. C28) and that rehabilitation is required.  Deteriorations identified include poor conditions at the inlet and outlet ends, scaling, spalling, cracks in the culvert barrels, deteriorating concrete around drain pipes, disintegration of concrete, exposed corroded reinforcing bars, settlement of gabion retaining wall, sedimentation and hard deposits in barrels, failure of waterproofing, etc. This rehabilitation work is necessary to avoid further deterioration of the culverts. Minor rehabilitation was required for Elgin Mills (Structure No. C32) and 19th Avenue (Structure C60) and this was performed by Operations. Drakefield at Banfield (Structure No.C66) was identified as being under the jurisdiction of the TRCA so no action is required on the part of the Town.

 

BID INFORMATION:

Advertised

Electronic Tendering Network

Bids closed on

Friday, October 16, 2009

Number of Suppliers that picked up documents

19

Number responded to proposal

5

 

 

PROPOSAL EVALUATION:

The Evaluation Team was comprised of staff from the Engineering Department with Purchasing acting as facilitator. The evaluation was based on pre-established criteria as listed in the Request for Proposal. 20% Past Experience,, 20% Qualification of Lead Supplier and Project Team, 20% Project Delivery and 30% Price totaling 100%.

 


 

 

231-R-09 Culvert Rehabilitation at Green Lane and Bronte Road                            Page 2 of 2

 

 

The ranking results are as follows:

 

Supplier

Score (out of 100 points)

Overall Ranking

G.D. Jewell Engineering Inc.

86.5

1

Stantec Consulting Ltd.

80.0

2

Planmac Inc.

72.0

3

SNC-Lavalin Inc.

63.0

4

CMP Engineering

51.5

5

 

Prices ranged from $98,754 to $265,045.

 

The evaluation confirmed G.D. Jewell Engineering Inc. to be the overall highest ranked, scoring 2nd highest for the technical requirements (only 0.50 lower than highest technical) and third for pricing ($19,756 higher than low bidder).

 

G.D. Jewell Engineering Inc. presented a proposal that had strong previous background in similar projects, good understanding of the project deliverables, key issues and challenges. 

 

 

 

 

 


 

STAFF AWARD REPORT

To:

John Livey, Chief Administrative Officer

Re: 

330-S-09 Rodick Road Phase 3 Detailed Design14th Avenue to Esna Park Drive. Additional Design Work

Date: 

November 30, 2009

Prepared by:

Simon Hung, Senior Capital Works Engineer. Ext: 2136

Robert Slater, Senior Construction Buyer. Ext: 3189.

 

PURPOSE:

To obtain approval to extend the contract and increase the Purchase Order (D9 96) for additional design work required for the Rodick Road Phase 3 - 14th Avenue to Esna Park Drive.

 

RECOMMENDATION

Recommended Supplier

AECOM – (Preferred Supplier)

Current Budget Available

 $       11,597,510.16

083-5350-9300-005 Rodick Road Extension – Ph 3

Less cost of award

 

 

$               94,450.00

$               10,000.00

$             104,450.00

 

$                 4,700.25

$             109,150.25

Exclusive of GST

Contingency allowance

Total award cost

 

Engineering Fees (4.5%)

Total Project Cost

Amount Remaining after this award

 $        11,488,359.91

*

*Remaining balance in the account is to be used for the construction of the project.

Note: The financial considerations do not include HST as works are targeted to be completed prior to the July 2010 implementation of the HST.

 

Staff further recommends:

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

 

BACKGROUND:

The detailed design of Rodick Road Phase 3 was awarded to AECOM (the highest ranked/lowest priced bidder) on March 4, 2008.  The design has now been substantially completed but additional works, which were not part of the original scope of work as detailed below, is required to complete the detailed design.

 

Project management

Additional meeting, reviews and co-ordinations for the following extra works

 

$5,010

Road design

After the demolition of 60 Esna Park Drive (the former Fire Dept. building), a topographical survey has to be redone to be incorporated in the design to generate the latest contours, cut and fill quantities for earth work and new cross sections.

 

 

 

$15,930

Design in private properties (allowance)

Survey and design work required in 2 private properties that are to be acquired/expropriated by the Town.

 

$11, 400

Streetscaping

Landscaping design was not part of the original scope of work and is required to plant trees and landscaping according to the Streetscape Manual.  Opportunities to plant more trees for the Trees for Tomorrow program in the ROW will also be reviewed.  The landscape consultant will meet some of the landowners to finalize compensations for the mature trees removed during the construction.

 

 

 

 

 

$15,010

Utility investigations (not part of the original work)

It is necessary to confirm the location and depth of some of the utilities to avoid conflicts during construction.  It involves test pits, survey of the exposed utilities, incorporate the information in the drawings and make any design adjustment to avoid conflicts.

 

 

 

$44,600

Disbursements

 

$2,500

 

Total above (excluding GST)

$94,450

 

FINANCIAL CONSIDERATIONS:

The estimated cost of this additional work is $94,450.00 which is adequately covered by the approved budget for this project of $11,597,510.16. The remaining funding after this award ($11,488,359.91) will be used for the construction.

The unit prices quoted by the supplier for this additional work are comparable to the current fee structure and in some cases lower than those in its original proposal.