_Final1_files/image002.jpg)
Report to: General Committee Report
Date: March 29, 2010
SUBJECT: Award of Tender 003-T-10
(Construction) and 055-R-10 (Contract Administration) for Replacement of Clark Avenue Watermain and Sanitary Sewer Replacement (from Yonge Street to Sprucewood Drive),
PREPARED BY: Prathapan Kumar, Acting Manager of
Capital ROW, Ext. 2989
Patti
Malone, Senior Buyer, Ext. 2239
Rosemarie
Patano, Senior Buyer, Ext. 2990
RECOMMENDATION:
1)
THAT the report entitled “Award
of Tender 003-T-10 (Construction) and 055-R-10 (Contract Administration) for
Replacement of Clark Avenue Watermain and Sanitary
Sewer Replacement (from Yonge
Street to Sprucewood Drive)”
be received;
2)
AND THAT the contract for tender 003-T-10 (Construction) Clark Avenue Watermain and Sanitary Sewer Replacement from Yonge Street
to Sprucewood Drive be awarded to the lowest priced bidder, Lakeside
Contracting Company Limited in the amount of $2,643,554.20 exclusive of GST;
3) AND THAT a separate purchase order in the amount
of $156,693.80 exclusive of
GST be issued for contingency to cover any additional fees and that the
Director of Asset Management be authorized to approve expenditure of this
contingency amount up to the specified limit in accordance with the Expenditure
Control Policy;
4) AND THAT the contract for Request for Proposal 055-R-10
(Contract Administration) Clark Avenue Watermain and Sanitary Sewer
Replacement from Yonge Street
to Sprucewood
Drive be awarded to highest ranked and lowest priced bidder, Cole
Engineering Group Ltd. in the amount
of $84,252.00 exclusive of GST,
5) AND THAT a contingency amount of $8,500.00
exclusive of GST be established to cover any additional contract administration
fees and that the Director of Asset Management be authorized to approve
expenditure of this contingency amount up to the specified limit in accordance
with the Expenditure Control Policy;
6) AND THAT staff be authorized to retain a
qualified geotechnical consulting firm in accordance with the Town’s purchasing
bylaw to provide geotechnical and materials testing services during
construction for an upset limit of $50,000.00 exclusive of GST;
7)
AND THAT the award be funded
from the 2009 and 2010 Waterworks Capital Projects as identified with the
financial considerations section;
8)
AND THAT a new Waterworks capital project account be established and
funds in the amount of $2,943,000.00 to be transferred from accounts mentioned
in the financial considerations section;
9) AND THAT Staff be authorized and
directed to do all things necessary to give effect to this resolution.
EXECUTIVE SUMMARY:
Not Applicable
The purpose of this report is to obtain Council approval
to award tender 003-T-10 (Construction) and Request for Proposal 055-R-10
(Contract Administration), for the Clark Avenue Watermain
and Sanitary Sewer Replacement from Yonge Street to Sprucewood Drive .
The Town is proposing to replace the existing aging
municipal watermain and sanitary sewer on Clark Avenue. The existing watermain situated along these
areas is one of the older watermain in the Town of Markham.
Replacement of this watermain is required in order to reduce disruption
of services to the area businesses and residents. The existing watermain will be replaced with
a new 200mm and 300mm diameter PVC watermain from Yonge Street to Sprucewood Drive. The project is part of Waterworks
Department’s on-going Watermain Improvement Program to systematically replace
and upgrade deficient watermain to improve supply capacity and reliability.
Existing sanitary sewer will be replaced from Dudley Avenue to
100 metre west of Henderson Avenue.
The local sewer system experienced surcharges and flooding in the past due to
the capacity constraints to carry sewage flows under wet weather
conditions. On numerous occasions,
residents living in this area complained about flooding problems. Waterworks Department identified this project
to improve the capacity of local sewer system in order to alleviate sewer
surcharge and flooding in this area as an on-going effort to provide better
quality of services to the residents.
Company
|
Prices (excluding GST)
|
Lakeside Contracting Company Limited
|
$2,643,554.20
|
Sam Rabito Construction Ltd.
|
$2,814,910.70
|
North Rock Group Ltd.
|
$2,824,761.90
|
Lancorp Construction Co. Ltd.
|
$2,988,299.00
|
Miwel Construction Ltd.
|
$3,602,166.11
|
Clearway Construction Inc.
|
$3,748,755.80
|
Calder Hill Contracting Limited
|
$4,188,264.90
|
Dig-Con International Limited
|
$4,458,608.30
|
Proposal
Evaluation:
The
evaluation team was comprised of staff from the Asset Management Department
with purchasing staff acting as the facilitator. The evaluation was based on pre-established
evaluation criteria as listed in the Request for Proposal: 30% for past
experience/ performance of consulting firm, 30% for qualification and
experience of the proposed project staff, 10% for project delivery and 30% for
price, totaling 100%, with resulting scores as follows:
Note: The nine (9)
bid submissions prices ranged from to $84,252 to $206,700.
The
recommended consultant, Cole Engineering
Group Ltd (Cole) received the 2nd highest technical mark of the nine
(9) proponents and was also the lowest price proponent. Cole provided a strong proposal with a
experienced contract administrator / inspector and has implemented numerous similar
projects. Staff has worked with Cole Engineering Group Ltd. before and is confident that
they will continue to provide services satisfactory to the Town.
The following
table summarizes the financial considerations for this report. The awards will be accounted and monitored in
a new Waterworks capital account to be established.
Original Budget
and Account #
|
$2,500,000.00
$2,336,000.00
|
053-6150-10340-005
2010 Watermain Construction & Replacement
053-6150-10329-005
2010 Sanitary Sewer Construction & Replacement
|
Budget Available for this Project
|
$1,385,000.00
$1,475,000.00
|
053-6150-10340-005
2010 Watermain Construction & Replacement
053-6150-10329-005
2010 Sanitary Sewer Construction & Replacement
|
Total Budget
|
$2,860,000.00
|
(A)
|
Less: Construction Cost
|
- $2,643,554.20
|
Awarded to Lakeside Contracting Company Limited
|
Less: Construction Contingency
|
- $156,693.80
|
(002-T-10)
|
Less: Contract Administration
and Construction Inspection
|
- $84,252.00
|
Awarded to
Cole Engineering
Group Ltd.
|
Less: Contract Administration
and Construction Inspection Contingency
|
- $8,500.00
|
(055-R-10)
|
Less: Geotechnical Services
|
- $50,000.00
|
|
Total Construction Cost
|
-$2,943,000.00
|
(B)
|
Budget Short Fall
|
- $83,000.00
|
(A) – (B)
|
Short Fall Funding
|
$40,000.00
$43,000.00
|
053-6150-9264-005
2009 Sanitary Sewer Const/Replacement Design
053-6510-9265-005
2009 Watermain Construction Design
|
Short Fall Remaining
|
$0.00
|
|
Budget
shortfall will be funded from 2009 Waterworks Capital Projects 053-6150-9264 in
the amount of $40,000 and 053-6150-9265-005 in the amount of $43,000. Projects 9264 and 9265 are for watermain and sanitary sewer design works for the 2010
program. Since the designs were carried
out internally by Asset Management Dept., there were surplus funding available
to fund the shortfall on this project.
Not applicable
The proposed watermain and sanitary sewer replacement is
in line with Town’s goal to provide better quality services to the residents.
The Finance Department has been consulted, provided
input and reviewed this report.
Attachment “A” - Key Plan