STAFF AWARD REPORT
To: |
|
Re: |
319-T-09 Maintenance of Traffic Control
Devices |
Date: |
|
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.
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.
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 |
|
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
To: |
|
Re: |
322-Q-09 |
Date: |
|
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.
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.
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.
BID INFORMATION:
Advertised |
N/A |
Bids closed on |
|
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:
PRICE SUMMARY:
Supplier |
Price, Exclusive of GST |
ALJ Electrical Contracting Ltd. |
$ 113,842.58 |
Kudlak-Baird (1982) Limited |
$ 239,180.00 |
322-Q-09
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
Staff reviewed the price submission with the supplier
who has confirmed the price submitted is a good price for this scope of work.
To: |
Brenda Librecz,
Commissioner, Community & Fire Services |
Re: |
334-T-09 Traffic Control Signal
Installations |
Date: |
|
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 (
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 (
BID INFORMATION
Advertised |
ETN |
Bids closed on |
|
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: |
|
Re: |
358-S-09 Purchase of Eight (8) Cross Trainers for the Town’s Fitness Centres |
Date: |
|
Prepared
by: |
Warren Watson, Fitness Coordinator |
PURPOSE
To obtain approval
to award the purchase of eight (8) PRECOR
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
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 “
r Manual
r Interval
r Heart Rate
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 “
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.
STAFF AWARD
REPORT
Page 1 of 2
To: |
|
Re: |
278-T-09 Storm Water Collection System
Trenchless Repair and Maintenance at various locations. |
Date: |
|
Prepared by: |
Dereje Tafesse, Capital Works Engineer,
Engineering. Ext: 2034 Robert Slater, Senior Construction
Buyer, |
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.
OPTION/DISCUSSION:
BID INFORMATION:
Advertised |
|
Tender issued on |
|
Tender closed on |
|
Number picking up tender documents |
19 |
Number responding to Tender |
4 |
STAGE
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
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 |
To: |
Alan Brown,
Director, Engineering |
Re: |
373-Q-09 Detail |
Date: |
|
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
Recommended Supplier |
Moon-Matz –
(Lowest Supplier) |
|
Current Budget
Available |
$
257,569.80 |
|
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:-
·
·
·
·
·
·
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 |
|
Closed |
|
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.
PRICING INFORMATION:
SUPPLIER |
QUOTATION
PRICE |
|
$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
To: |
Jim Baird,
Commissioner of Development Services |
Re: |
|
Date:
|
|
Prepared by: |
Dereje Tafesse, Capital Works Engineer,
Engineering. Ext: 2034 Robert Slater, Senior Construction
Buyer, |
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 Field and Laboratory Testing Contingency (5%) Total award (Excluding GST) 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.
Advertised |
ETN |
RFP closed on |
|
Number picking up Proposal (RFP) documents |
9 |
Number responding to RFP |
9 |
PROPOSAL EVALUATION
The evaluation team was comprised of staff from the
Suppliers |
Total Score |
Ranking |
G.D. Jewell Engineering Inc. |
86.33 |
1 |
Chisholm Fleming and
Associates |
83.07 |
2 |
Trow Associates |
78.43 |
3 |
|
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
The bids have been verified for
accuracy and compliance with the RFP terms and conditions.
STAFF AWARD
REPORT
Page 1 of 3
To: |
|
Re: |
Award # 1 269-R-09
The Award # 2 285-R-09 |
Date:
|
|
Prepared by: |
Nehal Azmy , Senior Capital Works
Engineer, Robert Slater, Senior Construction
Buyer, |
To
obtain approval to award the contract for
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 Contingency (15%) Total Award Award
# 2 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.
To
obtain approval to award the contract for
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
·
Erosion Site 2:
·
Erosion Site 3:
·
Erosion Site 4: The Morningside
Creek upstream of
·
Erosion Site 5: The
·
Erosion Site 6: The
·
Erosion Site 7: The German Mills
Tributary at
269-R-09 & 285-R-09The
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
Advertised |
Electronic Tendering Network |
Bids
closed on |
|
Number
that picked up bid documents |
30 |
Number
responding to proposal |
5 |
The evaluation team was comprised of staff from the
The ranking
results are as follows: (269-R-09)
Supplier |
Total Score |
Rank |
Clarifica |
79.50 |
1 |
Aquafor Beech
Ltd. |
70.86 |
2 |
Aecom |
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
The bids have been verified for accuracy and compliance with the Request
for Proposal Terms and Conditions.
AWARD
# 2
Advertised |
Electronic Tendering Network |
Bids
closed on |
|
Number
that picked up bid documents |
20 |
Number
responding to proposal |
5 |
The evaluation team was comprised of staff from the
269-R-09 & 285-R-09The
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 |
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
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.
To: |
|
Re: |
231-R-09 |
Date: |
|
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).
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 |
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
BID INFORMATION:
Advertised |
Electronic Tendering
Network |
Bids closed on |
|
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
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
G.D. Jewell
To: |
|
Re: |
|
Date: |
|
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
Recommended Supplier |
AECOM –
(Preferred Supplier) |
|
Current Budget
Available |
$ 11,597,510.16 |
|
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
BACKGROUND:
The detailed design of Rodick Road Phase 3
was awarded to AECOM (the highest ranked/lowest priced bidder) on
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 |
|
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 |
$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 |
$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.