Markham_B&W

 

Report to: General Committee                                                                                   Report Date:  January 4, 2011

 

SUBJECT:                Staff Awarded Contracts for the Month of December 2010

PREPARED BY:     Alex Moore, Ext. 4711

 

RECOMMENDATION:

 

  1. THAT the report entitled “Staff Awarded Contracts for the Month of December 2010” be received;

 

And that Staff be authorized and directed to do all things necessary to give effect to this resolution

 

EXECUTIVE SUMMARY:

Council at its meeting of May 26th, 2009 amended By-Law 2004-341, A By-Law Establishing Procurement, Service and Disposal Regulations and Policies.  The By-Law delegate’s authority to staff to award contracts with a monthly information report required to be submitted to Council by the Treasurer for all contracts awarded by staff  >$50,000

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

 

5. Others (Environmental, Accessibility, Engage 21st, Affected Units)  6. Attachment(s)

 

PURPOSE:

To inform Council of contracts awarded by staff for the Month of December as per Purchasing By-Law 2004-341 as listed below.

 

Community & Fire Services

Award Details

Description

Lowest Priced Supplier

·      241-Q-10 Stiver Mill Structural Repairs

·      179-T-10 Hired Tandem & Tri-axle Trucks on an As Required Basis

·      226-T-10 Construction of the Main St. Markham Washrooms & Storage Facility

Highest Ranked / Lowest Priced Supplier

·      275-Q-10 External Project Management Services, Cornell Fire Station (FS.99)

 

Preferred Supplier

·       288-S-10 Supply and Delivery of Four (4) De-Ox Ice Making Systems for Centennial CC, Angus Glen CC, Thornhill CC and Markham Civic Centre

·      297-S-10 East Markham Community Centre + Library Watermain Concrete Encasement

 

Development Services

Award Details

Description

Preferred Supplier

·      290-S-10 Preliminary Design of Civil Infrastructure for Markham Centre Mobility Hub Area

 

Microsoft Office Signature Line...               Microsoft Office Signature Line...


 

Markham_B&W

                      STAFF AWARD REPORT                                        Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

241-Q-10 Stiver Mill Structural Repairs

Date: 

November 19, 2010

Prepared by:

Robert Sacoransky, Senior Project Manager, ext. 2845

Patti Malone, Senior Buyer, ext. 2239

 

PURPOSE

To obtain approval to award the contract for the structural repairs and environmental remediation at the Stiver Mill historical building.

 

RECOMMENDATION

Recommended Supplier

Roof Tile Management Inc. (Lowest Priced Supplier)

Current Budget  Available

         $ 166,585.00

750-101-5399-10253 Other Contracted Services

Less cost of award

 $ 161,696.64

 $   15,000.00

 $ 176,696.64

Inclusive of HST 

Contingency

Total Award

Budget Remaining after this award

($  10,111.64 )

*

*The shortfall is to be funded from the 8100 Warden Roofing (Bell) Account: 750 101 5399 10254.  Due to favorable pricing received under tender 155-T-10 for the replacement of roof at 8100 Warden Avenue, this account has a remaining balance of $44,576.50 that may be utilized for this purchase (See financial considerations).

 

BACKGROUND

The Stiver Mill building is a historic grain mill that has been left vacant and unheated for a number of years. As a result, the building has suffered structural damage as well as water infiltration resulting in mould and animal contamination. The scope of work for this contract is to repair the building to make it structurally sound, remove any animals and contaminants and seal the building envelope to prevent further water penetration and animal entry.  The purpose of the environmental remediation and structural repairs is to preserve the building while its future use is being assessed as well as allow Town staff and consultants to enter the building to conduct inspections.

 

BID INFORMATION

Advertised

Electronic (ETN)

Bids closed on

November 8,2010

Number picking up bid documents

13

Number responding to bid

5

 

PRICE SUMMARY

Suppliers

Price (Inclusive of HST)

Roof Tile Management Inc.

$161,696.64

Dontex Construction Ltd.

$230,300.18

Snyder Construction

$231,976.87

G-Actk Contracting Ltd.

$294,900.48

J. D. Strachan Construction Limited

$328,990.08

 


   241-T-10 Stiver Mills Structural Repairs                                                                                  Page 2 of 2

 

 

FINANCIAL CONSIDERATIONS

The shortfall can be attributed to the necessity to consolidate the environmental remediation and structural repairs projects into one contract.  The original scope had these contracts being separated, however, due to coordination issues that were anticipated with having two general contractors on site at the same time as well as the Ontario Ministry of Labour’s requirement to have one designated constructor, it became apparent that the contracts should be consolidated. This resulted in a higher bid price charged to manage and coordinate the two scopes of work. 

 

The shortfall is to be funded from the 8100 Warden Roofing (Bell) Account: 750 101 5399 10254.  Due to favorable pricing received under tender 155-T-10 for the replacement of roof at 8100 Warden Avenue, this account has a remaining balance of $44,576.50 that may be utilized for this purchase.   The balance in this account will be transferred to the original funding source.

 

 

 

 

 


                               

Markham_B&W

          STAFF AWARD REPORT                                             Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

179-T-10 Hired Tandem & Tri-axle Trucks on an As Required Basis

Date: 

November 25, 2010

Prepared by:

Mike Brady, Supervisor, Contract Administration, ext 2316

Patti Malone, Senior Buyer, ext. 2239

 

PURPOSE

To obtain approval to award of the contract for the hiring of tandem & tri-axle trucks on an as required basis for (3) three year period (Jan. 1/11 to Dec. 31/13) at the same itemized hourly rates.

 

RECOMMENDATION

Recommended Supplier(s)*

Griffith Property Services Ltd.

Rafat General Contractor Inc.

Wilson Contracting Ltd.

Current Budget Available 

$   250,751.00

Various (See Financial Attachment)

Less cost of award

$     91,584.00

$     91,584.00

$     91,584.00

$   274,752.00

2011 Inclusive of HST*  (Year 1)

2012 Inclusive of HST*  (Year 2)

2013 Inclusive of HST*  (Year 3)

Total award Inclusive of HST

Budget Remaining after this award

$    159,167.00

**

* Subject to Council approval of the annual operating budget. 

**The remaining balance will be used for various other Operations Contracts as budgeted for within the accounts identified and after approval of the 2011 operating budget.

 

Note: The award is being recommended to all bidders who provided acceptable equipment and to maximize the availability of trucks when required.   Staff will split the blanket purchase order amounts equally among Griffith, Rafat and Wilson.

 

Since prices for contractors are identical and as experienced in previous contract the availability of contractor’s fleet and operator varies from day to day.   The General Manager of Operations through this award has the authorization to approve amendments to the three (3) blanket purchase orders (PO) by 20% in each respective year of this contract.   (E.g. Reduce one contractors PO by 20% and increase another’s PO by 20%, the budget offsets each other)

 

BACKGROUND

Hired tandem & tri-axle trucks are required to haul materials from 555 Miler Avenue to various landfill sites on a year round basis.

 

The hourly rate, as set by the Town, includes the cost of the equipment, operator, fuel, repair, loading time and travel time. Hourly rates were established by comparison to industry benchmarks. Bidders were requested to bid on the number of the specified trucks available for hiring during the term of the contract as per the following schedule of items:

Item

Description

Hourly Rate

1

Minimum 15 cu. Yd. Capacity Tandem Truck With Operator

$65.00

2

Minimum 22 cu. Yd. Capacity Tri-Axle Truck With Operator

$75.00

 


179-T-10 Hired Tandem & Tri-axle Trucks on an As Required Basis                                                                      Page 2 of 2

 

 

BACKGROUND (Continued)

The evaluation criteria for this bid was based on the capability of the trucks in meeting specifications and also based on their past performance.  Staff is confident that these companies will provide service that meets or exceeds Town’s requirements.

 

BID INFORMATION

Advertised

Electronic Tender Network (ETN)

Bids closed on

November 12, 2010

Number picking up bid documents

8

Number responding to bid

3

 

 

PRICING SUMMARY

The following table outlines the number of units (4 tandem trucks and 31 tri-axle trucks) available for hire from each of the companies that bid:

Suppliers

# of Tandem Trucks

($65/hour)

# of Tri-Axle Trucks

($75/hour)

Griffith Property Services Ltd.

2

7

Rafat General Contractor Inc.

2

20

Wilson Contracting Ltd.

0

4

Total

4

31

Note:  The hourly rates for this contract have been set at the same rates as the 2008-2010 contract.  Additionally, these hourly rates are firm fixed for 3 years.

 

FINANCIAL ATTACHMENT

Account Name

Account #

Budget Amount

Amount to Allocate to this project

Budget

Remaining

ROWM  Tipping Fees

700-501-5760

72,634

61,056

11,578

WRDR  Tipping Fees

700-507-5760

85,000

22,896

62,104

PKFMT Other Contracted Service

730-743-5399

93,117

7,632

85,485

Total

 

250,751

91,584

159,167

 

 


 

Markham_B&W

STAFF AWARD REPORT                                                Page 1 of 2                    

To:

John Livey, Chief Administrative Officer

Re: 

226-T-10 Construction of the Main St. Markham Washrooms & Storage Facility

Date: 

November 23, 2010

Prepared by:

Robert Sacoransky, Senior Project Manager, ext. 2845

Patti Malone, Senior Buyer, ext. 2239

 

PURPOSE

To obtain approval to award the contract for the construction of the Main Street Markham Washrooms & Storage Facility.

 

RECOMMENDATION

Recommended Supplier

J. D. Strachan Construction Limited (Lowest Priced Supplier)

Current Budget  Available

       $ 199,943.57

056-5350-10263-005 Markham Main St Washroom

Less cost of award

       $ 269,969.28

       $   25,000.00

       $ 294,969.28

Inclusive of HST

Contingency

Total Award

Shortfall after this award

    ($   95,025.71)   

*

 * The shortfall is to be funded from the surplus budget of the 8100 Warden Roofing project $34,464.86 (account 750-101-5399-10254); and the capital contingency account $60,560.85 (account 44 6900 6395 005). 

 

BACKGROUND

The scope of work includes the construction of a new 290 sq. ft. washroom building and a separate 300 sq. ft. storage shed.  Both wood frame and siding buildings will be located in the existing parking lot known as 11 Church Street in Markham.  In addition to the building construction, the contract includes site servicing within the property lines, landscaping and paving.  The existing Markham Crafts Building will remain.

 

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 works in accordance with Town of Markham requirements within the specified timelines. Prequalification No. 085-P-10 was issued to the market place in accordance with the Purchasing By-law 2004-341.

 

PREQUALIFICATION INFORMATION (085-P-10)

Advertised

ETN

Prequalification closed on

April 14th, 2010

Number of contractors picking up Pre-qualification document

20

Number of contractors responding to Pre-qualification document

4

Number of contractors pre-qualified

3

 

Construction Tender

In August 2010, the Town closed the first tender (160-T-10) to the three (3) pre-qualified bidders for this project.  The low bidder under 160-T-10 was considerably over budget and staff attributed this to site plan, heritage committee requirements, site conditions and not sufficient budget originally estimated for this project.  Therefore, staff cancelled tender 160-T-10 and re-released a 2nd tender with revised scope to better meet our budgetary goals. 

 


226-T-10 Construction of Main Street Washrooms & Storage Facility                     Page 2 of 2

 

 

Construction Tender (Continued)

 

In October 2010, the Town closed the second tender (226-T-10) to the same three (3) pre-qualified bidders for this project with revised scope of work that included value engineering undertaken by the architect, redesign of washroom / storage facility, peer review with soil consultant, and consolidating feedback from bidders on ways to reduce cost.  The low bid under the second tender 226-T-10 with revised scope as noted above enabled the Town to reduce the cost by $85,000 or 22% compared to the first tender (160-T-10) pricing.   Since this is such a small project, there is diminished economy of scale while the proportion of walls to floor increases costs disproportionately.  Some factors in the cost include: the small footprint over which to absorb all of the contractor’s general conditions, and, a significant architectural overhang for weather protection, which increases the cost disproportionate to the footprint. 

 

 

BID INFORMATION

Advertised

By Invitation (Pre-qualified Bidders)

Bids closed on

October 15th, 2010

Number picking up bid documents

3

Number responding to bid

3

 

 

PRICE SUMMARY

Suppliers

Price (Inclusive of HST)

J. D. Strachan Construction Ltd.

$269,969.28

P & C General Contacting Ltd.

$272,124.56

Dontex Construction Ltd.

$304,243.69

 

 

FINANCIAL CONSIDERATIONS

The following table summaries the financial details of this award.

 

 

Note that the BIA has agreed to lease the storage building from the Town for a term of 21 years at an annual rate of $4,200.

 

 

 


                                                                      Markham_B&W

                                                                  STAFF AWARD REPORT                                      Page 1 of 2

To:

Brenda Librecz, Commissioner, Community and Fire Services

Re: 

275-Q-10 External Project Management Services, Cornell Fire Station (FS.99).

Date: 

December 7, 2010

Prepared by:

Max Stanford, Project Manager. Ext: 2710

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

 

PURPOSE

To obtain approval to award the contract for External Project Management Services for the Cornell Fire Station (FS-99).

 

RECOMMENDATION

Recommended Supplier

 MHPM Project Managers Inc. (Highest ranked/lowest priced supplier)

Current Budget Available 

$               72,200.00

056-5350-1072-005

Less cost of award

$               65,635.20

$                 6,563.52

$               72,198.72

Inclusive of HST

 Contingency @10%

Total cost of award inclusive of HST*

Budget remaining after this award

$                        1.28

 

 

BACKGROUND                                                                                                                                                                  

The Town has recently tendered for the construction of a fire station, to be known as the Cornell Fire Station, FS.99, to be built on Bur Oak Drive, east of 9th line and north of Hwy 7, in the town of Markham.

 

The Town is seeking to provide support to its in-house project management team by adding external services to assist with the planning, co-ordination, management and control of the project during the construction and post construction phases 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.

 

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 (275-Q-10)

Quote released to pre-qualified bidders

October 11, 2010

Bid closed on

November 19, 2010

Number of pre-qualified bidders                                                     

4

Number responding to bid

4


 

275-Q-10 External Project Management Services, Cornell Fire Station (FS.99)                                              Page 2 of 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:  10% understanding of the project, 15% Experience of team members, 15% Experience of the firm and 60% price totaling 100% with the resulting scores as follows.

 

Suppliers

Total Score

Out of 100

Rank

MHPM Project Managers Inc.

94.50

1

SMA/METTKO

82.02

2

O. P. McCarthy & Associates Inc.

46.72

3

Genivar

32.00

4

 

Prices received from the four (4) bidders ranged from $65,635.20 to $131, 412.86 respectively.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


                                                                                         

                                                        

STAFF AWARD REPORT                                     Page 1 of 3

To:

John Livey, Chief Administrative Officer

Re: 

288-S-10 Supply and Delivery of Four (4) De-Ox Ice Making Systems for Centennial CC, Angus Glen CC, Thornhill CC and Markham Civic Centre

Date: 

December 16, 2010

Prepared by:

Dave Merriman, Facility Coordinator, ext. 3787

Tony Casale, Senior Buyer, ext. 3190

 

PURPOSE

To obtain approval to award the contract for the supply and delivery of four (4) De-Ox Ice Making Systems at the Centennial Community Centre, Angus Glen Community Centre, Thornhill Community Centre and Markham Civic Centre.

 

RECOMMENDATION

Recommended Supplier

Joe Johnson Equipment Inc. (Preferred Supplier)

Current Budget Available

$       125,427.99  

056-5350-9517-005 Facility Energy Retrofits

Cost of Award

$         81,408.00

Total Cost of Award Inclusive of HST

Budget Remaining after this award

$         44,019.99

*

* The remaining budget will be used for other project requirements as budgeted in this account and in order to fully utilize the stimulus funding.

 

Staff recommends:

THAT the tendering process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 Non Competitive Procurement, item 1 (b) which states “Where there is only one source of supply for the goods to be purchased;”

 

Note:  Staff will seek written authorization to waive the competitive process as outlined under the Infrastructure Stimulus Fund contribution agreement whereas the equipment, services and supplies being purchased is specialized and is not readily available.

 

BACKGROUND

As part of the Federal Stimulus Funding, the Town of Markham (“Town”) received approval for a 1/3 cost sharing agreement with the Province of Ontario, Government of Canada and the Town to carry out facility energy improvements at various Town of Markham facilities.

 

The requirement is for the supply and delivery of four (4) De-Ox Ice Making Systems for the following three dual pad recreational facilities; 

1.       Centennial Community Centre

2.       Angus Glen Community Centre

3.       Thornhill Community Centre

4.       Markham Civic Centre

 


288-S-10 Supply and Delivery of Four (4) De-Ox Ice Making Systems for Centennial CC

Angus Glen CC, Thornhill CC and Markham Civic Centre                                                                   Page 2 of 3

 

 

DISCUSSION

The majority of recreational facilities including those at the Town of Markham use hot water to make and maintain the ice pads.  Staff floods the arenas with hot water and then allow the refrigeration system to produce the ice.  The De-Ox ice making system is a green initiative that uses a technology that passes water through a portable patented twin membrane vacuum system where oxygen is removed from the water prior to filling the ice resurfacer or applying directly to the ice surface.  The De-Ox system allows facility operators to build ice faster at lower temperatures and produces an ice surfaces that is dense, hard and clear.  Aesthetically, there is an improvement in ice clarity and lines and logos are sharper.  The ice is more resilient to chipping, gouging and snow build-up, thus the supplier suggests that the entire thickness of ice may be reduced by ½ to 1 inch.  Some of the additional benefits in utilizing the De-Ox ice making system includes;

 

Ø  Lower Refrigeration (energy) costs due to higher freezing point

Ø  Less flood water and lower flood water temperature requirements

Ø  Stronger bond than any other ice making technology, resulting in dense, hard and clear ice

Ø  Reduced snow accumulations due to quicker freeze

Ø  Floods set up faster resulting in less compressor run hours

Ø  Reduced ice maintenance and lower energy consumption

Ø  No chemicals required

 

The De-Ox system was tested and later installed at the Barrie Molson centre for 2009/2010 season.  Staff contacted the City of Barrie regarding the system and feedback received was positive.  They identified that by switching from the reverse osmosis system the ice quality was harder, the ice froze faster and the temperature of the ice resurfacer water was reduced from 140 degrees to 90 degrees.  They also identified savings as the system utilized tap water (cold) versus heated water but they had yet to capture the savings.  Improvements to the clarity of the ice were not noticed.

 

Staff also contacted National Training Rinks and feedback received was also positive. The system was installed 4 weeks ago and they identified benefits such as less ice build up, the direct feed hot water was shut off and was using cold water and temperature spikes following floods were reduced from 7 -8  degrees to 5 -6 degrees.

 

The Town of Markham has been testing the De-Ox system for three (3) months at the Centennial Community Centre.  Following a three (3) month test period, recreation Staff noticed that they were able to build ice faster and at higher temperatures.  Furthermore, they identified that the ice froze faster between periods. 

The Markham Energy Conservation Office in partnership with Recreation tracked the energy consumption of the Centennial trial De-Ox unit and refrigeration compressor run hours reduction.  From this data MECO calculated the payback and carbon emission reduction.  Revealing that by installing the proposed system the annual GHG emission for Centennial will be reduced by 271 T eCO2 and the payback on the total gas and electrical energy savings will be 0.45 years. 

 

FINANCIAL CONSIDERATIONS

As the facility energy project is partially funded under the Infrastructure Stimulus Fund Program, the Town intends to fully utilize the approved project budget.  Staff recommend reallocating budget of $81,408 from the Lighting Retrofits to FIM to cover the cost of this award.

 


288-S-10 Supply and Delivery of Four (4) De-Ox Ice Making Systems for Centennial CC

Angus Glen CC, Thornhill CC and Markham Civic Centre                                                                   Page 3 of 3

 

FINANCIAL CONSIDERATIONS (Continued)

 

The following table presents the financial position of the project after the proposed award.

 

 

 

  * Cost of award is inclusive of HST impact of 1.76%


http://checkmark.markham.ca/img/Download/Markham_B&W.jpg                                    

                                      

 

 

        STAFF AWARD REPORT                                 Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re: 

297-S-10 East Markham Community Centre + Library Watermain Concrete Encasement

Date: 

December 6, 2010

Prepared by:

Gary Adamkowski, Acting Director, Asset Management Ext. 2678

Robert Slater, Senior Construction Buyer, Ext. 3189

 

PURPOSE

To obtain approval to issue a purchase order for the construction of a watermain concrete encasement between the Markham Stouffville Hospital (MSH) and the East Markham Community Centre and Library (EMCCL).

 

RECOMMENDATION

Recommended Supplier

Harbridge & Cross (Preferred Supplier)

Current Budget Available

$     85,275.36

 070-5350-8200-005*

Less cost of award

$     85,275.36

 Exclusive of GST*

Budget Remaining

 $                0.00  

 

* The funds for this project are to be transferred from EMCC+L Miscellaneous Expenses account No. 070-5350-10566-005

 

Staff recommends:

THAT the request for proposal process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7.1: (g) where it is in the Town’s best interest not to solicit a competitive bid.

 

BACKGROUND

While coordinating design issues between MSH and EMCCL, the joint team had identified an existing water main and proposed storm and sanitary sewer mains that were to be routed under the northwest corner of the new EMCCL.  The joint team recommended, among other things, re-routing and protection to ensure that future problems under the EMCC+L building be prevented.  Since MSH had already engaged Harbridge & Cross to implement their Enabling Works and, it would be best to complete this work prior to the start of construction on EMCCL, it was agreed that MSH would issue the work to Harbridge & Cross as a Change Order to their Enabling Works contract.

 

Harbridge & Cross quoted the work at approximately $177,656 and the EMCCL cost estimating consultants, CM2R, confirmed the value with their estimate of $194,000.  It was subsequently agreed between the Town and Markham District Energy (MDEI) to share the cost in relation to the benefit each would derive with 48% attributable to the Town.  When the work was completed, MSH, preferring not to pay the costs and recover, instructed Harbridge & Cross to submit their invoices directly to MDEI and the Town. 

 

FINANCIAL CONSIDERATIONS:

The watermain concrete encasement work was not originally included in the construction budget as presented to Council on June 8, 2010.  Staff recommend reallocation of Miscellaneous Expenses budget in the amount of $85,275.36 to Construction in order to cover the cost of this award.  The budget remaining in Miscellaneous Expenses will change from $282,455 to $197,180.

 


297-S-10 East Markham Community Centre + Library Watermain Concrete Encasement   Page 2 of 2

 

 

The following table presents the financial position of the project after the proposed award.

 

 

* The award is exclusive of GST.  The work was completed prior to July 1, 2010, and thus was applicable to GST.   The land portion of the budget in the amount of $4.32m is not included in the financial table above.

 

 

 

 

 

 

 

 


                               

http://checkmark.markham.ca/img/Download/Markham_B&W.jpg                                

 

  STAFF AWARD REPORT

To:

John Livey, Chief Administrative Officer

Re: 

290-S-10 Preliminary Design of Civil Infrastructure for Markham Centre Mobility Hub Area

Date: 

November 22, 2010

Prepared by:

Alan Brown, Director, Engineering Ext. 7507

Sepideh Majdi, Development Engineer, Ext. 2414

 

PURPOSE

To obtain approval to issue a purchase order to McCormick Rankin Corporation (MRC), on a preferred supplier basis, for the preliminary design of civil infrastructure for the Markham Centre Mobility Hub Area.

 

RECOMMENDATION

Recommended Supplier

McCormick Rankin Corporation (MRC) (Preferred Supplier)

Current Budget Available

$     242,676.54

640-101-5699-8203 (Markham Transportation Strategic Plan)

Less cost of award

$      80,000.00

Inclusive of HST

Budget Remaining after this award

 $     162,676.54  

*

* The remaining balance will be used for future Transportation Studies as budgeted for within this account.

 

Staff recommends:

THAT the request for proposal process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7.1: (h) where it is necessary or in the best interest of the Town to acquire non-standard items or Consulting and Professional Services 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

The Town of Markham has been selected to host the 2015 Water Polo and Badminton events as part of the Pan Am Games which are directed to the Markham Centre location. The Town will be moving into a design build process with the Pan Am Bid Committee and Infrastructure Ontario this fall and needs to be in a position to confirm the preferred building placement, grading, servicing and site requirements.

 

In order to ensure that the Town’s objectives and schedule are appropriately addressed a preliminary design of the road and servicing infrastructure is required for the area so Infrastructure Ontario can proceed with the detailed site plan and design of the Pan Am facility.  In addition the originally proposed Storm Water Management (SWM) facility and water course are to be deleted / relocated under the Pan Am proposal and an alternative SWM concept has to be prepared and obtain TRCA approval.  Staff recommended retaining on a preferred supplier basis, McCormick Rankin Ltd to undertake the preliminary design of the road and servicing infrastructure for the East Precinct at an upset amount of $80,000 funded through Development Charges in the Engineering Department 2010 Capital Budget. 

 

McCormick Rankin Corporation has completed the majority of design work in the East Precinct area for the Town, prepared the SWM concept for this area and has the background resources and expertise to assist the Town in a condensed schedule.   Additionally, the estimated fee proposal including the daily per-diem rates are competitive industry rates.