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

 

1. Purpose   2. Background   3. Discussion   4. Financial  

PURPOSE:

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 .

 

BACKGROUND:

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.

 

Construction Tender (003-T-10)

Bid Information:

Advertised

ETN

Bids closed on

March 05, 2010

Number picking up bid documents

17

Number responding to bid

8

Detailed Pricing Information:

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

 

 

Contract Administration (055-R-10)

 

Bid Information:

Advertised

ETN

Bids closed on

March 10, 2010

Number picking up bid documents

27

Number responding to bid

9

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:

 

Consultant

Score

 (out of 100)

Rank

 Results

Cole Engineering Group Ltd.

84.0

1

Genivar Consultants LP

81.7

2

Chisholm Fleming and Associates

73.9

3

Masongsong Associates Engineering Limited

71.9

4

AECOM Canada Ltd.

66.5

5

Trow Associates Inc.

64.4

6

Morrison Hershfield Limited

62.1

7

SNC-Lavalin Inc.

44.0

8

Giffels Associates Limited/         IBI Group

40.0

9

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.  

 

OPTIONS/ DISCUSSION:

During construction, Clark Avenue will be closed for through traffic between Dudley Avenue and Sprucewood Drive from mid May to mid of November 2010.

 

 

 

 

 

FINANCIAL CONSIDERATIONS AND TEMPLATE:

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.

 

 

HUMAN RESOURCES CONSIDERATIONS:

Not applicable

 

 

 

 

 

ALIGNMENT WITH STRATEGIC CONSIDERATIONS:

The proposed watermain and sanitary sewer replacement is in line with Town’s goal to provide better quality services to the residents.  

 

BUSINESS UNITS CONSULTED AND AFFECTED:

The Finance Department has been consulted, provided input and reviewed this report. 

 

ATTACHMENTS:

Attachment “A” - Key Plan