Report to: General Committee Report
Date: September 1, 2010
SUBJECT:
Staff Awarded Contracts for the Months of June, July and August 2010
PREPARED BY: Alex Moore,
Ext. 4711
RECOMMENDATION:
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
PURPOSE:
To
Community &
Fire Services
Award Details |
Description |
Lowest Priced Supplier |
· 150-T-10 Thornhill Community Centre –
West Arena Lead Remediation · 043-Q-10 Markham Public Library Courier
Service · 111-T-10 Supply and Delivery of
Waterworks and Sanitary Sewer Materials · 154-T-10 2010 Markham Playground
Retrofit · 188-T-10 Milliken Mills Community Centre
Pool Ultra Violet (UV) System · 061-Q-10 Rental of Radial Stockpiling
Conveyor · 159-T-10 Facility Accessibility
Retrofits at Crosby Memorial Arena Markham Village Community Centre · 171-T-10 Installation, Removal and
Relocation of “Speed Sentry” Radar Message Display Boards · 194-T-10 Thornhill and Milliken Mills
Community Centre Roof Replacement · 193-T-10 Construction/Retrofits of the
Emergency Operations Centre at 8100 Warden Avenue |
Highest Ranked/Lowest
Priced Supplier |
· 119-Q-10 Consulting Engineering and
Project Management Services for John St Bridge Rehabilitation over CN Rail · 004-R-10 Supply and Install CCTV Camera
Equipment · 132-R-10 Town of Markham Designated
Substances Investigation and Testing |
Second Highest
Ranked/Second Lowest Priced Supplier |
· 120-Q-10 Consulting Engineering and Project Management Services for Tannery
Pond Pedestrian Bridge Replacement |
Community &
Fire Services (Continued)
Award Details |
Description |
Preferred
Supplier |
· 157-S-10 Portable Hydraulic Rescue
Equipment for Engine 931/Engine 991 · 151-S-10 Consulting Engineering for
Quantifying Pavement Sustainability & Distress Evaluation · 187-S-10 Supply and delivery of carbon
fiber air cylinders for breathing apparatus · 177-Q-09 Supply and Delivery of Uniforms
for Recreation – Contract Extension · 109-Q-09 Townwide Pools, Servicing and
Pool Parts – Contract Extension · 051-S-10 Facility Project Management Services for a Sampling and Laundry
Facility at 8100 Warden Ave |
Corporate Services
Award Details |
Description |
Lowest Priced
Supplier |
· 294-Q-09 Armored Cargo Services |
Preferred Supplier |
· 156-S-10 Elections 2010 Communications Plan |
Development
Services
Award Details |
Description |
Lowest Priced Supplier |
· 070-T-10 Sidewalk Construction Program
on Regional Roads · 138-T-10 Rouge River Erosion Restoration
Adjacent to 4261 Highway 7 · 071-T-10 Sidewalk Construction Program
on Regional Roads · 142-T-10 Construction of Berczy
Community Park – South · 127-T-10 Box Grove Neighbourhood Park
Construction |
Highest Ranked / Lowest
Priced Supplier |
· 009-R-10 Detailed Design of the 2010
Sidewalk Program · 076-R-10
Aitken Circle SWM Pond Retrofit |
Highest Ranked / Second
Lowest Priced Supplier |
· 065-R-10 Reesor Road Bridge
Rehabilitation Design |
Highest Ranked / Fourth
Lowest Priced Supplier |
·
016-R-10
Storm Water Management Pond Cleanup |
Preferred Supplier |
· 169-S-10 John Street – GO Station
Feasibility Study · 164-S-10 The Design &
Construction Administration Services for the Restoration of Erosion Site at
19 Rouge River Circle · 195-S-10 Richmond Hill/Langstaff Gateway Mobility Hub and Transit
Alternative |
STAFF AWARD REPORT
Page 1 of 2
To: |
Brenda Librecz,
Commissioner, Community & Fire Services |
Re: |
150-T-10 Thornhill Community Centre – West Arena Lead
Remediation |
Date: |
May 31, 2010 |
Prepared by: |
Rob Bell, Facility Coordinator, Ext, 2316 Rosemarie Patano, Senior Buyer Ext, 2990 |
PURPOSE
The purpose of this report is
to obtain approval to award the contract for the lead remediation of the West
Arena at the Thornhill Community Centre.
Recommended Supplier |
Restoration
Environmental Contractors (Lowest Priced Supplier) |
|
Current Budget Available |
$ 138,800.00 |
070-6150-10184-005 – Thornhill CC Lead Remediation |
Less
cost of award |
$ 121,094.40 $ 12,109.44 $ 133,203.84 |
Inclusive
of HST Contingency
(10%) Total
award (Inclusive of HST) |
Budget Remaining after this award |
$ 5,596.16 |
* |
* Balance remaining to be
returned to original funding source upon completion of the project.
In 2009, the Town awarded the
contract (150-T-09) for arena roof
painting and low E ceiling replacement at the Thornhill Community Centre (East
and West Arena). After removal of
the Low E ceiling on the east arena and the starting of painting of the
ceiling, one of the paint contractors detected Lead contamination in the
ceiling roof.
The Town immediately issued a
notification of stop work and required an assessment of the ceiling roof from
an outside
Environmental Consulting &
Operational Health firm. The Town
invoked the emergency clause under the purchasing by-law and obtained prices
under quotation 195-Q-09 for lead remediation for the East arena only and
thereafter the East arena was completed through the contractor under 150-T-09.
In order to complete the West
arena at Thornhill CC, staff requires the services from a qualified Abatement
Contractor to remove the existing low e-canopy and the preparation of surfaces
coated with lead based paints prior to repainting. All abatement activities will be undertaken
in the west ice pad located at the Thornhill Community Centre. The Centre includes two ice pads (east pad
and west pad) with these pads being approximately 30,000 square feet in
size. The west pad also contains a
spectator seating area approximately 10,000 square feet in size.
The paint is currently in
moderate condition with some areas of rusting on the joists apparent in areas
outside the low e-canopy. The Town of
Markham is preparing to finalize the project under contract 150-T-09 to replace
the low-e canopy and to repaint the ceiling level structural steel. Prior to
repainting, a lead abatement project consisting of the following is required;
·
removal of the
existing low-e canopy
·
preparation of
the existing structural steel to remove all areas of poorly adhered or rusted
paint to a level that meets The Society of Structural Protective Coatings
(SSPC) SP2 or SP3 Standard
Upon completion of the lead
abatement portion of the project, repainting of the structural components will
be undertaken by others and the Town of Markham will implement a lead
management program for on-going management of the materials.
Advertised |
ETN |
Bids closed on |
May 28th 2010 |
Number picking up bid documents |
8 |
Number responding to bid |
6 |
150-T-10 Thornhill Community Centre –
West Arena Lead Remediation Page
2 of 2
PRICE SUMMARY
Suppliers |
Price, Inclusive of HST |
Restoration Environmental Contractors |
$ 121,094.20 |
Tri-Phase
Environmental Inc. |
$ 128,319.36 |
RBG
Environmental |
$ 156,669.70 |
Alliance
Environmental & Abatement Contractors Inc. |
$ 175,230.72 |
I & I
Construction Services Ltd. |
$ 218,037.08 |
Salandria Ltd. |
$ 275,769.60 |
In comparing this project (West
Arena Lead Remediation) with the previous project 195-Q-09 (East Arena Lead
Remediation), this contract represents a 17.8% increase. However, the incumbent for the east arena
(RBG Environmental), who also bid on this project (3rd lowest),
stated that they under estimated the labour and disposal costs for the east
arena lead remediation and believe these prices are more reflective of the true
costs.
ENVIRONMENTAL
CONSIDERATIONS
Due to the hazardous nature of this project and the
implications of health and safety of the users of the Thornhill Community
Centre, the awarded proponent will be working alongside the Town’s selected
Consultant to ensure all requirements are met.
STAFF AWARD REPORT
Page
1 of 2
To: |
John Livey, Chief Administrative Officer |
Re: |
043-Q-10 |
Date: |
June 02, 2010 |
Prepared by: |
Larry Pogue, Director, Administration
& Operational Support Ext. 5986 Tony Casale, Senior Buyer Ext. 3190 |
PURPOSE
To obtain approval to award the contract for the
Markham Public Library inter-branch courier service for the 3 year period
ending June 30, 2013.
Recommended Supplier |
Jim Clifford Moving Services Inc (Lowest Priced Supplier) |
|
Current Budget Available |
$ 37,361.00 |
998 200 5111 (Courier/Delivery) |
Less cost of award |
$ 25,643.52 $ 51,287.04 $
51,287.04 $
25,643.52 $ 153,861.12 |
2010 (July – Dec) Inclusive of HST 2011 (Jan - Dec) Inclusive of HST * 2012 (Jan - Dec) Inclusive of HST * 2013 (Jan - June 30) Inclusive of HST
* Total Cost of Award Inclusive of HST |
2010 Budget Remaining
after this award |
$ 11,717.48 |
** |
* The 2011-2013 awards are subject to Council approval
of the operating budget.
**The remaining balance in the amount of $11,717.48 will
be used for other operating requirements (Courier/Delivery) as budgeted for in
this account.
Note: the award amount is based on 252 days per year
at a cost of $203.52/day for this service.
With
almost 5.4 million circulations in 2009, Markham Public Library is the 7th
highest circulating public library in the
The
inter-branch courier service includes the pick up and delivery of boxed items
consisting primarily of books, CD’s, and other collection items for six (6)
locations within the Town of
·
Angus Glen
Library
·
Markham
·
Milliken Mills
Library
·
Thornhill
Community Library
·
Thornhill Village
Library
·
Unionville
Library
Advertised |
ETN |
Bids closed on |
April 28, 2010 |
Number picking up bid documents |
16 |
Number responding to bid |
9 * |
* Three (3)
bidders were disqualified as they did not meet the mandatory criteria as
identified on page eight (8) of the bid document which states “Contractor must
have performed daily (i.e. 5 days or more) inter-branch courier service for an
043-Q-10 Markham Public Library Courier Service Page
2 of 2
PRICE
SUMMARY
Suppliers |
Cost per day* |
No. Delivery days |
Extended Price |
Jim Clifford Moving
Service** |
$203.52 |
756 |
$153,861.12 |
Adco Logistics** |
$203.52 |
756 |
$153,861.12 |
Ederick
Associates Inc. ** |
$203.52 |
756 |
$153,861.12 |
PT Transport |
$216.69 |
756 |
$163,815.93 |
Business
Express International Logistics Inc. |
$264.57 |
756 |
$200,019.45 |
Split Second
Courier Inc. |
$437.57 |
756 |
$330,801.40 |
*Cost per day is inclusive of HST
** Three bidders provided the same cost per day delivery for this
contract, however, Staff recommend awarding the contract to Jim Clifford Moving
Service due to favourable past performance.
Library staff has worked
with Jim Clifford Moving Services Inc. in the past and are confident that he
will maintain a high level of service.
The reliability of this service is crucial to ongoing Library
operations, as large volumes of Library materials are shuttled by the courier
between the six Markham Public Library branch locations on a daily basis. This transit of materials is required to
satisfy customer holds and to return materials to their home branch when they
have been dropped off elsewhere. Markham
Library customers tend to make use of several branches, resulting in large
numbers of materials being returned to their non-home branch.
In
the past, the Library had been provided this service by two other companies who
failed to provide the service adequately or reliably.
In
the first case (Prior to 2007), the vendor was unable and unwilling to provide
a sufficiently large vehicle to deal adequately with the volume of transfers,
creating ongoing issues and challenges for the Library.
In
the second case (2009), staff awarded contract 132-Q-09 in May 2009, for a one
(1) year period to the lowest priced bidder.
During the contractual term the Town was notified by the sub contractor
carrying out the courier service that they were walking off the job due to non
payment from the contractor awarded the contract. Therefore, the contractor ceased providing
service without warning, creating an immediate crisis for the Library. The Library’s experience has been that
relying strictly on the lowest price as the determining factor for the
successful bidder in the absence of a proven track record creates risk and
carries with it service costs that are unacceptable.
Following
the unexpected cessation of service last year, Staff on an emergency basis
contracted the courier service with Jim Clifford Moving Services Inc., the firm
which had carried out the service from 2007 -2009 with excellent results.
Note:
The contractual pricing ($203.52 / day) is the same rate as the 2009 and is
also firm fixed until 2013, providing price stability for an extended period of
time An additional element of work has
actually been added in this contract, resulting in the vendor providing further
value for the same price as last year.
STAFF AWARD
REPORT
Page 1 of 2
To: |
John Livey, Chief
Administration Officer |
Re: |
111-T-10 Supply and Delivery of Waterworks and Sanitary Sewer
Materials |
Date: |
May 25, 2010 |
Prepared by: |
Eddy Wu, Acting Manager, Waterworks Operations and Maintenance,
ext. 2737 Patti Malone, Senior Buyer, ext. 2239 |
PURPOSE
To obtain approval to award the contract for the
supply and delivery of waterworks and sanitary sewer materials for the 1 year
period ending May 31st, 2011.
Recommended Supplier |
Wamco Supply (Lowest
Priced Supplier) |
|
Current Budget Available |
$ 1,506,793.38 |
Various (See Financial
Considerations) |
Less cost of
award |
$ 124,768.32 $ 84,469.18 $ 209,237.50 |
2010 June –
December (Inclusive of PST/HST)* 2011 Jan – May
31st (Inclusive of HST)** |
Budget Remaining after this award |
$ 1,382,025.06 |
*** |
* The award includes a PST portion for the month of June and HST impact
commencing July 1, 2010.
** Subject to Council approval of the annual operating budget.
*** The remaining balance will utilized for other waterworks material
requirements and cement relining as budgeted within each respective accounts.
BID INFORMATION
Advertised |
ETN |
Bids closed on |
April 28th, 2010 |
Number picking up bid documents |
8 |
Number responding to bid |
5 |
PRICE SUMMARY
Suppliers |
Price (Inclusive of PST/HST) |
Wamco
Supply |
$ 209,237.50* |
Crowle |
$ 211,155.16 |
Emco Corporation |
$218,464.80 |
Wolseley Waterworks Group |
$224,674.66 |
Evans Supply Ltd. |
$ 39,158.20** |
FINANCIAL CONSIDERATIONS
Account Name |
Account # |
Budget Amount |
Spent to Date |
Budget Available |
Amount to Allocate to this project |
Budget Remaining |
|
Water Main Breaks (Water/Sewer Materials) |
760 |
1004530 |
$54,845.00 |
$4,397.16 |
$50,447.84 |
$36,845.00 |
$13,602.84 |
T&D - Main Line (Water/Sewer Materials) |
760 |
1104530 |
$2,000.00 |
$1,129.73 |
$870.27 |
$870.27 |
$0.00 |
T&D - Residential Services (Water/Sewer Materials) |
760 |
1114530 |
$21,919.00 |
$11,051.33 |
$10,867.67 |
$10,867.67 |
$0.00 |
T&D - ICI Services (Water/Sewer Materials) |
760 |
1124530 |
$7,367.00 |
$7,237.86 |
$129.14 |
$129.14 |
$0.00 |
T&D - Valves (Water/Sewer Materials) |
760 |
1134530 |
$7,420.00 |
$2,956.00 |
$4,464.00 |
$4,464.00 |
$0.00 |
T&D - Chambers (Water/Sewer Materials) |
760 |
1144530 |
$5,243.00 |
$0.00 |
$5,243.00 |
$4,243.00 |
$1,000.00 |
T&D - Hydrants (Water/Sewer Materials) |
760 |
1154530 |
$35,890.00 |
$9,408.49 |
$26,481.51 |
$26,481.51 |
$0.00 |
Sewer Line Breaks (Water/Sewer Materials) |
760 |
5004530 |
$4,368.00 |
$0.00 |
$4,368.00 |
$1,368.00 |
$3,000.00 |
T&D - Main Line (Water/Sewer Materials) |
760 |
5104530 |
$2,293.00 |
$1,156.40 |
$1,136.60 |
$1,136.60 |
$0.00 |
T&D – Residential Services
(Water/Sewer Materials) |
760 |
5114530 |
$8,618.00 |
$113.23 |
$8,504.77 |
$3,618.00 |
$4,886.77 |
T&D - ICI Services (Water/Sewer Materials) |
760 |
5124530 |
$6,401.00 |
$0.00 |
$6,401.00 |
$3,401.00 |
$3,000.00 |
Manhole Maintenance (Water/Sewer Materials) |
760 |
5604530 |
$10,375.00 |
$2,495.42 |
$7,879.58 |
$7,879.58 |
$0.00 |
Cement Relining of Iron Watermain - Annual |
6150-053-10321-005 |
$1,380,000.00 |
$0.00 |
$1,380,000.00 |
$23,464.55 |
$1,356,535.45 |
|
Totals: |
|
|
$1,546,739.00 |
$39,945.62 |
$1,506,793.38 |
$124,768.32 |
$1,382,025.06 |
STAFF AWARD
REPORT
Page 1 of 2
To: |
Brenda Librecz,
Commissioner, Community & Fire Services |
Re: |
154-T-10 2010 Markham Playground Retrofit |
Date: |
July 13, 2010 |
Prepared by: |
Mark Ingwersen, District Manager West, ext. 3000 Patti Malone, Senior Buyer, ext. 2239 |
PURPOSE
To obtain approval to award the James Edward Park,
Cakebread Park and Harvest Gate Park playground retrofits.
Recommended Supplier (s) |
Hawkins
Contracting Services Limited (Lowest Priced Supplier) |
|
Current Budget Available |
$
206,010.00 |
059-6150-10224-005 Play
structure Resurfacing |
Less cost of
award |
$
152,945.28 |
Inclusive of HST
|
Budget Remaining after this award |
$ 53,064.72 |
* |
*The remaining balance will be returned to the original funding source.
The
existing playground and rubberized safety surface at James Edward Park, and the
playground equipment at Cakebread and Harvest Gate Parks were installed prior
to the development of the CAN/
The James Edward
Park Playground site is located on Elson St. at Featherstone Ave. There is an existing playground pit with a
junior unit and rubber safety surfacing.
The new playground and surfacing will be located within the existing
playground pit.
The Harvest Gate
site is located on Harvest Moon Dr. at Putnam Gate. There is an existing
combination senior and junior unit with granite sand surfacing. The Cakebread
Park site is located at the end of Ravencliffe Rd. There is an existing senior unit with granite
sand safety surfacing. The granite sand
safety surfacing is to remain at both locations. The contract works require the replacement of
equipment at both sites within these existing playground pits.
Advertised |
ETN |
Bids closed on |
June 16, 2010 |
Number picking up bid documents |
7 |
Number responding to bid |
2 |
Purchasing received feedback
from a number of these companies who picked up the bid document but did not
provide a submission: Three (3) bidder
declined due to current work load. One
(1) bidder is a sub-contractor and would be providing a price to the successful
bidder for a portion of the work.
PRICE SUMMARY
Suppliers |
Price
inclusive of HST |
Hawkins
Contracting Services Limited |
$152,945.28 |
Mopal Construction Ltd. |
$217,969.92 |
154-T-10 2010 Markham Playground
Renovations Page 2 of 2
FINANCIAL CONSIDERATIONS
Account Name |
Account # |
Budget Amount |
Spent to Date |
Committed |
Budget Available |
Amount to Allocate to this project |
Budget Remaining |
2010 Playstructure & Safety Resurfacing
- Annual Program |
059-6150-10224-005 |
216,400 |
- |
10,390 |
206,010 |
152,945 |
53,065 |
Totals: |
|
216,400 |
- |
10,390 |
206,010 |
152,945 |
53,065 |
STAFF AWARD REPORT Page
1 of 2
To: |
Brenda Librecz,
Commissioner, Community & Fire Services |
Re: |
188-T-10 Milliken Mills Community Centre Pool Ultra Violet (UV)
System |
Date: |
July 20, 2010 |
Prepared by: |
Dennis Riggs, Facility Coordinator Ext. 294 Rosemarie Patano, Senior Buyer Ext. 2990 |
PURPOSE
To obtain approval to award the contract for the installation
of a pool Ultra Violet (UV) system at the Milliken Mills Community Centre.
Recommended Supplier |
Austin Carroll
Pool Construction (Lowest Priced Supplier) |
|
Current Budget Available |
$ 130,300.00 |
500-101 4299 10138 Pool Sanitization Upgrade |
Less cost of award |
$ 101,729.47 $ 10,172.95 $ 111,902.42 |
Price, inclusive of HST 10% Contingency, inclusive of HST Total
Award inclusive of HST |
Budget Remaining
after this award |
$ 18,397.58 |
* |
* The remaining balance in
the amount of $18,397.58 will be used for other UV installations, either at
Thornlea Pool or Angus Glen Pool upon capital budget approval and approval
through the capital budget policy.
Ultra Violet (UV) installations in the drinking water,
waste water, medical and manufacturing industries have been widely used throughout
the world with great success. In the
pool industry, the UV systems have gained momentum with its advanced technology
over the last five years. Benefits
include some chemical savings, the elimination of chloramines which can cause
eye, throat and skin irritations. UV can also destroy bacteria such as E-coli
and Cryptosporidium. UV provides a healthier environment as far as air
quality and improved bather comfort in the water. The benefits of the
addition of a medium intensity UV to pool sanitation systems, is becoming
the best practice in the industry
Although thousands of systems have been successfully
implemented in North America, the addition of UV sanitation system to the pools
at Milliken Mills will be the second of its kind in the Town of Markham, due to
the successfulness of the completed pilot project at Centennial Community Centre
last summer (175-Q-09). The intent of
this tender is to supply, install and commission three Medium Intensity Ultra
Violet Light Sanitation Units at Milliken Mills Pool. One unit will be installed on each of the
three (x3) pools, the Main Pool, Tot Pool
and Whirlpool The scope includes the
amendment of existing piping to incorporate the U/V units into the normal
filtration system flow, without interruption.
Advertised |
ETN |
Bids closed on |
July 14, 2010 |
Number picking up bid documents |
9* |
Number responding to bid |
2 |
*Purchasing contacted bidders who downloaded the
document and did not submit a bid. One
(1) supplier indicated they did not have the required installation experience
of three (3) previous UV systems on a CLASS A pool; two (2) suppliers indicated
that they do not have experience in this field and also stated they could not
comply with the surety requirements; two (2) suppliers who picked up are the
bid document can install the systems, but decided to play the role of distributor
of the UV units.
188-T-10 Milliken Mills Community Centre Pool Ultra Violet (UV)
System Page
2 of 2
PRICE SUMMARY
Suppliers |
Price inclusive of HST |
Austin Carroll Pool Construction Ltd. |
$ 101,729.47 |
Acapulco Pools
Limited |
$
108,560.62 |
OPTIONS / DISCUSSIONS
There are several Ultra
Violet (UV) systems on the market which are proprietary to certain equipment
and installers. The hired Consultant
drafted specifications which incorporated all aspects relevant to the
successfulness of the project, taking into account after market service parts,
serviceability and proven reliability of the product. This equipment (including the two approved
alternatives) specified in the bid document are leading the way in UV treatment
and are not specific to any single installer.
All those qualified to install UV systems on CLASS A pools, have no
limitations to purchasing the units specified in the bid document from the
appropriate distributors. Both bidders opted to submit their pricing for the
ETS UV units, which is the largest pool UV manufacturer in North America:
having 3,200 systems installed in 1,700 facilities across North America over
the last two years.
Similar, slightly larger ETS UV units were installed
at the Centennial Community Centre (CC) last year. These units treat approximately 60,000
gallons more than Milliken Mills, and have performed to standard. In comparing the 2009 prices received for the
Centennial CC UV installation to the prices provided under this contract, staff
show the prices to be similar and within the estimated budget. Also, installation
of ultra violet (UV) systems in CLASS A pools is a highly specialized
field. There are only a few suppliers
that are experienced and qualified to do this work.
STAFF AWARD
REPORT
To: |
Peter Loukes,
Director Operations |
Re: |
061-Q-10 Rental of Radial Stockpiling Conveyor |
Date: |
July 19, 2010 |
Prepared by: |
Mike Brady, Supervisor, Contract Administration, ext. 2310 Patti Malone, Senior Buyer, ext. 2239 |
PURPOSE
To obtain approval to award the contract for the
rental of radial stockpiling conveyor for 3 years ending March 1, 2013.
Recommended Supplier (s) |
Powerscreen
Rental Systems Ltd. (Lowest Priced Supplier) |
|
Current Budget Available |
$248,399.02 |
700-504-5407 Construction
Equipment and Services |
Less cost of
award |
$ 12,821.76 $ 21,754.25 $ 22,267.13 $ 8,975.23 $ 65,818.37 |
Oct 1, 2010 to
Dec 31, 2010 Jan 1, 2011 to
Mar 1, 2011 and Oct 1, 2011 to Dec 31, 2011* Jan 1, 2012 to
Mar 1, 2012 and Oct 1, 2012 to Dec 31, 2012* Jan 1, 2013 to
Mar 1, 2013* Total Award - Inclusive of
HST |
Budget Remaining after this award |
$235,577.26 |
** |
*Subject to Council approval of the applicable year operating budgets.
**The remaining balance to be applied to other construction equipment and
service requirements as budgeted for within this account.
During
the winter months, the Operations Department repetitively orders rock salt and
sand to be used during the winter operations.
In order to inventory the material required, the Operations Department
orders the material and stock piles each of the materials for in door storage
and future use using Radial Stockpiling Conveyor. The use of the radial stockpiling conveyor
will allow for increased product storage, improve stocking productivity, and
reduce potential health (Dust) and safety hazards.
BID INFORMATION
Advertised |
ETN |
Bids closed on |
June 24, 2010 |
Number picking up bid documents |
3 |
Number responding to bid |
2 |
*One (1) bidder could not
meet the specification.
PRICE SUMMARY
Suppliers |
Price
inclusive of HST |
Powerscreen
Rental Systems Ltd. |
$65,818.37* |
Tri City Equipment |
$78,075.36 |
*
In comparing the 2009 pricing to the monthly rental prices under this
contract. The new contractual prices
under 061-Q-10 are approximately 16% lower.
STAFF AWARD REPORT
Page
1 of 3
To: |
John
Livey, Chief Administrative Officer |
Re: |
159-T-10 Facility Accessibility Retrofits at Crosby Memorial
Arena & Markham Village Community Centre |
Date: |
July 16, 2010 |
Prepared by: |
Henry Tse, Project Engineer, ext. 2208 Tony Casale, Senior Buyer, ext. 3190 |
Recommended Supplier |
P & C General
Contracting Ltd (Lowest Priced Supplier) |
|
Current Budget Available |
$ 2,672,828.66 |
056-5350-9516-005
Facility Accessibility Retrofits |
Cost of award |
$ 750,879.00 $ 75,088.00 $ 825,967.00 |
Inclusive of HST* Contingency (10%) Total Cost of Award |
Budget Remaining
after this award |
$ 1,846,861.66 |
** |
** The remaining budget in the amount of
$1,846,861.66 will be used for the further accessibility retrofits
as budgeted for within this account.
NOTE: The anticipated award for these two projects was $900,000. with the Town’s share being 1/3 .
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.
The Town requested bids from pre-qualified contractors for the Facility Accessibility Retrofits at Crosby Memorial
Arena & Markham Village Community Centre.
Crosby Memorial Arena: Existing arena and community centre to receive
accessibility retrofits, including:
·
Installation of a
new hydraulic elevator, concrete masonry elevator shaft, and elevator
machine room. Elevator to serve the
ground floor and second floor of the community centre.
·
Accessibility
improvements to the existing arena change rooms and shower room.
·
Accessibility
improvements to the counter surface at existing snack bar.
·
Accessibility
improvements to the existing Men’s and Women’s washrooms.
·
New construction
of a 2nd floor universal washroom.
·
Accessibility
improvements to existing stairs, steps, and landings.
·
Door hardware
upgrades, including lever sets, automatic door operators & controls.
·
Fire-safety
improvements for accessibility.
·
Provide finished
surfaces to new construction areas and make good existing finishes where
damaged due to demolition and new construction.
Markham Village Community Centre: Existing arena and community centre to receive
accessibility retrofits, including:
·
Installation of a
new hydraulic elevator, concrete masonry elevator shaft, and elevator machine
room. Elevator to serve the ground floor and second floor of the community
centre.
·
Accessibility
improvements to the counter surface at existing snack bar.
·
Accessibility
improvements to the existing Men’s and Women’s washrooms.
·
New construction
of a ground floor and a second floor universal washroom.
·
Accessibility
improvements to existing stairs, steps, and landings.
·
New viewing
platform and railings at existing West arena seating area.
·
Door hardware
upgrades, including lever sets, and automatic door operators/controls.
·
Fire-safety
improvements for accessibility.
·
Provide finished
surfaces to new construction areas and make good existing finishes where
damaged due to demolition and new construction.
159-T-10 Facility Accessibility Retrofits
at Crosby Memorial Arena &
Markham Village Community Centre Page 2 of 3
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. Pre qualification # 130-P-10 was issued to the market
place in accordance with the
Advertised |
Electronic
Tendering Network (ETN) |
Pre
qualification closed on |
May 21, 2010 |
Number of
contractors picking up bid documents |
20 |
Number of
contractors responding to bid |
9 |
Number of
contractors Pre qualified |
8 |
Advertised |
By Invitation (Pre-qualification list) |
Bids closed on |
July 16, 2010 |
Number picking
up bid documents |
8 |
Number
responding to bid |
4 |
Suppliers |
Price (inclusive of HST) |
P & C General Contracting Ltd |
$ 750,879.00 |
Pegah
Construction Ltd. |
$
791,692.80 |
BECC
Construction Group Ltd |
$ 999,939.54 |
Morosons
Construction Limited |
$1,116,834.32 |
159-T-10 Facility Accessibility Retrofits
at Crosby Memorial Arena &
Markham Village Community Centre Page 3 of 3
* $56,324 of construction
commitment represents the ordering of 1 elevator for convergence building
** Award amount is inclusive
of HST
STAFF AWARD
REPORT Page 1 of 2
To: |
Brenda Librecz,
Commissioner, Community & Fire Services |
Re: |
171-T-10 Installation, Removal and Relocation of “Speed Sentry”
Radar Message Display Boards |
Date: |
July 27, 2010 |
Prepared by: |
Balendra Sinnadurai, Engineering Technologist, ext 2608 Patti Malone, Senior Buyer, ext. 2239 |
PURPOSE
To obtain approval to award the installation, removal and relocation of “Speed Sentry” radar
message display boards.
Recommended Supplier |
Stacey Electric
Company Ltd. (Lowest Priced Supplier) |
|
Current Budget Available |
$ 319,500.00 |
700-101-5399-9290 Safe
Streets Strategy |
Less cost of
award |
$ 4,613.80 $ 22,784.88 $ 22,784.88 $ 50,183.56 |
2010 Inclusive
of HST (Year 1) 2011 Inclusive
of HST* (Year 2) 2012 Inclusive
of HST* (Year 3) Total award
Inclusive of HST * |
Budget Remaining after this award |
$ 269,316.45 |
* |
* Subject to Council approval of the annual operating budget. (Staff
estimated an yearly cost of $43k for these signs)
**The remaining balance will be applied to other
enforcement and engineering strategies relating to speeding and aggressive
driving as budgeted for within this account.
Note: Year 1 cost applies to installation and relocation of four (4) speed
sentry signs. Year 2 increases the
quantity of signs by and additional four (4) and significant increases in
relocation of the signs to various locations within the Town.
Advertised |
ETN |
Bids closed on |
June 30, 2010 |
Number picking up bid documents |
4 |
Number responding to bid |
3 |
Note: Purchasing received feedback from the one
bidder who picked up but did not provide a submission due the bidder feeling
that they could not be cost competitive for this type work.
PRICE SUMMARY
Suppliers |
Price
(Inclusive of HST) |
Stacey
Electric Company Ltd. |
$50,183.56 |
Beacon Utility Contractors Limited |
$70,906.37 |
*Bidder
submissions pricing was based on a bucket truck being supplied. One bidder utilized using a ladder in their
bid, however, as stipulated within the bid document, a bucket
truck is required to fulfill the necessary WSIB requirements and as such
this bidder submitted a non-complaint.
STAFF AWARD
REPORT
Page 1 of 2
To: |
John Livey,
Chief Administrative Officer |
Re: |
194-T-10 Thornhill and Milliken Mills Community Centre Roof
Replacement |
Date: |
August 09, 2010 |
Prepared by: |
Gil Verbeek, Facilities Maintenance and Life Cycle Co-ordinator,
ext. 3410 Patti Malone, Senior Buyer, ext. 2239 |
PURPOSE
To obtain approval to award the
contract for the roof replacement at Milliken Mills and Thornhill Community
Centres.
Recommended Supplier (s) |
Skyway Roofing
Ltd. (Lowest Priced Supplier) |
|
Current Budget Available |
$
913,000.00 |
Budget allocated for these items. |
Less cost of
award |
$
566,599.68 $ 84,989.95 $
651,589.63 |
Inclusive HST Contingency
(15%) inclusive of HST** Total award |
Budget Remaining after this award |
$
261,410.37 |
* |
*The remaining balance will be returned to the original funding source
upon award of contract.
**Some of the insulation at Milliken Mills may require replacement
instead of being re-used and therefore the contingency was increased.
The
replacement of the roofing was indentified in the annual life cycle review of
these two facilities – Thornhill and Milliken Mills Community Centre. The Milliken Mills Community Centre roof
replacement was moved forward to 2010 because of numerous leak repairs required
over the last 2 years. The work will
consist of standard built up roofing at Thornhill Community Centre and inverted
roof replacement at the Milliken Mills Community Centre.
After completion of this
project, both roofs will then be ready to receive the solar panel installations
through a lease agreement with Powerstream.
BID INFORMATION
Advertised |
ETN |
Bids closed on |
July 28, 2010 |
Number picking up bid documents |
23 |
Number responding to bid |
12 |
PRICE SUMMARY
Suppliers |
Thornhill
Price (Inclusive of HST) |
Milliken
Mills Price (Inclusive of HST) |
Total Bid
Price (Inclusive
of HST) |
Skyway
Roofing Ltd. |
$333,671.04 |
$232,928.64 |
$566,599.68 |
Nortex Roofing Ltd. |
$361,248.00 |
$360,230.40 |
$721,478.40 |
Brook Restoration Ltd. |
$421,392.00 |
$325,632.00 |
$753,024.00 |
Eileen Roofing Inc. |
$365,318.40 |
$400,934.40 |
$766,252.80 |
Dufferin Roofing Ltd. |
$370,406.40 |
$420,472.32 |
$790,878.72 |
Nedlaw Roofing Limited |
$365,184.08 |
$490,310.21 |
$855,494.28 |
Solar Roofing & Sheet Metal |
$483,280.24 |
$415,423.89 |
$898,704.13 |
Aseal Roofing & Sheet Metal |
$442,248.96 |
$462,804.48 |
$905,053.44 |
Hamlet Roofing Ltd. |
$494,553.60 |
$753,024.00 |
$1,247,577.60 |
Triumph Roofing & Sheet Metal Inc. |
$668,909.18 |
$660,422.40 |
$1,329,331.58 |
T. Hamilton & Son Roofing Inc. |
$381,600.00 |
No Bid |
$381,600.00* |
Sproule Specialty Roofing Inc. |
$426,374.40 |
No Bid |
$426,374.40* |
194-T-10 Thornhill and Milliken Mills
Community Centre Roof Replacement Page
2 of 2
PRICE SUMMARY (Continued)
*Submissions from T. Hamilton & Son Roofing Inc.
and Sproule Specialty Roofing Inc. did not include pricing for the Milliken
Mills Community Centre Roof.
Asset Management and
FINANCIAL CONSIDERATIONS
The following table
summaries the financial details of this award.
*
Bid cost is inclusive of HST impact
**Contingency
is estimated at 15% of bid cost
STAFF AWARD REPORT Page
1 of 2
To: |
John Livey,
Chief Administrative Officer |
Re: |
193-T-10 Construction/Retrofits of the Emergency Operations
Centre at 8100 Warden Ave |
Date: |
August 23, 2010 |
Prepared by: |
Phil Alexander, Deputy Fire Chief, Support Services, ext. 5960 Tony Casale, Senior Buyer, ext. 3190 |
Recommended Supplier |
Stracor Inc. (Lowest Priced Supplier) |
|
Current Budget Available |
$ 594,599.00 |
Budget allocated
for construction |
Less: Cost of Award |
$ 518,820.31 $ 51,882.00 $ 570,702.31 |
Inclusive of HST Contingency (10%) Total Cost of Award |
Budget Remaining
after this award |
$ 23,896.69 |
* |
As part of the Federal Stimulus
Fund Project, 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 construct / retrofit an emergency operations centre (EOC) at 8100
Warden Avenue.
The scope of work includes
interior demolition and retrofits to the operations, fitness, communication
& meeting rooms with new flooring, ceiling, M&E changes, installation
of all equipment (i.e. installation of LCD’s, projectors, smart boards and
phone & data connections). Other
upgrades would include renovations to the kitchen, lunchroom and washroom
areas. Operations and other rooms are
to be able to transform and be fully operational in the event of an emergency
with plug and play computer and other necessary devices required for the
Emergency Operations Command Centre. In
non emergency times, the rooms would be used for other community purposes.
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
Advertised,
place and date |
ETN |
Pre qualification
closed on |
June 02, 2010 |
Number of
contractors picking up Pre-qualification document |
54 |
Number of
contractors responding to Pre-qualification |
12 |
Number of
contractors Pre-qualified |
11 |
Advertised |
By Invitation (Pre-Qualification) |
Bids closed on |
August 20,
2010 |
Number picking
up bid documents |
10 |
Number
responding to bid |
8 |
193-T-10 Construction/Retrofits of the
Emergency Operations Centre at 8100 Warden Ave Page
2 of 2
Suppliers |
Price (inclusive of HST) |
Stracor Inc. |
$ 518,820.31 |
HN Construction
Limited |
$ 570,873.60 |
Morosons
Construction Limited |
$ 584,484.00 |
Olar Limited |
$ 591,632.64 |
BECC
Construction Group Ltd |
$ 615,635.79 |
Elite
Construction Inc. |
$ 661,948.80 |
P & C
General Contracting Ltd. |
$ 703,625.63 |
James Kemp
Construction Limited. |
$ 730,328.47 |
Note: The Fire Department, external project manager
(Genivar) and the architect (MMH) have reviewed Stracor Inc.’s bid submission and
are satisfied that all the terms, conditions, bid prices and specifications
comply with the Town’s requirements.
During the Pre qualification process (194-P-10) staff conducted both
financial and reference checks and the feedback received regarding Stracor Inc.
was positive. Furthermore, MMH has
worked with Stracor Inc. in the past and advised they were good and had no
problems working with them.
The following table presents
the financial position of the project after the proposed award.
* Award amount includes HST
impact.
To: |
Brenda Librecz,
Commissioner Community & Fire Services |
Re: |
119-Q-10 Consulting Engineering and Project Management
Services for John St Bridge Rehabilitation over CN Rail |
Date: |
June 08, 2010 |
Prepared by: |
Hossein Sharif,
Senior Project Engineer, Ext, 2382 Rosemarie
Patano, Senior Buyer, Purchasing. Ext, 2990 |
Recommended Supplier |
G.D. Jewell Engineering
Inc. (Highest Ranked / Lowest Priced Supplier) |
|
Budget Available for this Award |
$ 88,200.00
|
058-5350-10267-005
Bridge Improvement – John St. W of Leslie St - Budget allocated for Design
and Construction Admin |
Less cost of
award |
$
30,823.10 $ 25,480.70 $ 20,317.40 $
11,493.18 $
88,114.38 |
Item A: Detail Condition Survey, Preliminary Design
(Stage 1) Item B: Detail Design and Tender Documents (Stage
2) Item C: Contract Adm and Construction Inspection
(Stage 3)* Contingency Allowance @ 15%
** Total
consulting fees (Inclusive of HST) |
Budget remaining after this
award |
$ 85.62 |
* Pending project satisfaction from the department for Items A and B, the Consultant may be awarded Item C - Contract Administration / Construction Inspection services via a separate Purchase Order.
** This award is for rehabilitation design. In rehab nature, typically there
might be unexpected issues that need to be addressed during the design, such as
utility locate/ relocation, more concrete tests, more external agencies
approval, upgrading some construction options, etc. Therefore, the scope of design work may vary
more than expected. As a result, staff
recommend a contingency of 15% to manage these unexpected issues..
Staff thereafter prepared a
Request for Quotation to secure a consulting team to carry out the detailed
condition survey and preliminary design, the detailed design and the contract
administration (CA).
BID
INFORMATION
Advertised |
ETN |
RFP
closed on |
May 07, 2010 |
Number
picking up Proposal (RFP) documents |
11 |
Number
responding to RFP |
4 |
* Purchasing received feedback from a number of the companies that
picked up a bid document and did not provide a submission: One bidder
could not meet the insurance requirements and the other bidder could not commit
to the tight timelines due to current workload.
119-Q-10
Consulting
Engineering and Project Management Services for John St Bridge Page
2 of 2
Over CN Rail
Rehabilitation
PROPOSAL EVALUATION
The Evaluation Team for this
RFQ was comprised of staff from the Asset Management, with
The proposals were evaluated
based on pre-established evaluation criteria as listed in the RFP: 20% past experience of consulting firm; 20%
qualifications of the lead consultant and project team; 30% project delivery
and 30% price totalling 100%. The rank
results are listed in the following table:
Suppliers |
Total Score |
Rank |
GD Jewell Engineering |
81 |
1 |
Planmac
Inc. |
80 |
2 |
AMEC
|
68 |
3 |
SNC
Lavalin |
57 |
4 |
The evaluation confirmed
G.D. Jewell Engineering to be the highest ranked/lowest priced bidder in
combined technical and financial scoring. G.D. Jewell Engineering has previous
background in projects of a similar scope and size as well as a good
understanding of the project deliverables, key issues and challenges.
Purchasing staff negotiated
a 6% reduction or $4,806.00 on GD Jewell
Engineering price submission after evaluation scoring was completed while still
maintaining the same level of project deliverables.
Note:
The total score for GD Jewell Engineering was based on the original price
submission/scoring and was not adjusted to reflect the negotiated price.
The quoted prices quoted
ranged from $76,621.20 to $200,739.92 (Inclusive of HST).
Staff have verified G.D.
Jewell’s submission to meet all the requirements of the Request for Quotation
and is confident that they will meet, if not exceed, town expectations and
standards.
FINANCIAL CONSIDERATIONS
The following table summarizes
the financial details of this award.
* Award includes $75,296
cost of work, plus $1,325.20 HST impact commencing July 1st, 2010.
**Contingency is estimated
at 15% of award.
STAFF AWARD REPORT Page 1 of 2
To: |
John Livey,
Chief Administrative Officer |
Re: |
004-R-10 Supply and Install CCTV Camera Equipment |
Date: |
June 15, 2010 |
Prepared by: |
Laurie Canning, Manager Fleet & Supplies, Ext. 4896 Patti Malone, Senior Buyer Ext. 2239 |
PURPOSE
To obtain approval to award the contract for supply
and install of CCTV camera equipment and hardware.
Recommended Supplier |
Cues Canada
(Highest Ranked /Lowest Priced Supplier ) |
|
Current Budget Available |
$
101,720.49 |
*057-6150-7514-005 Waterworks Fleet Replacement |
Less
cost of award |
$
101,666.38 |
Price
inclusive of HST |
Budget
remaining after this award |
$
54.11 |
|
* The budget allocated for
the purchase of a sewer camera truck is $180,000 and the current budget
available takes into consideration the expenditure for the purchase of a crane,
hydraulically operated winch, markhamization, and the Cab & Chassis.
BACKGROUND
The CCTV camera truck is required for observation of
sewer lines. The identified CCTV camera
and equipment identified within this award is capable of inspecting from 6” to
30” sewer mains and underground piping. This unit provides scheduled
inspections throughout the town including emergency blockage issues and
detailed inspection data for the purpose of life cycle assessments, maintenance
and repairs.
OPTIONS/DISCUSSIONS
In September 2009, Staff released contract 152-R-09 to
the market for the complete camera truck that would have included the cab, chassis
and all the camera equipment/hardware.
The bids closed with a low bid price of $192,103.82 ($12,103.82) over
budget. Staff reviewed the submission,
had discussions with the bidders and manufacturers, and decided to cancel the
bid.
In order to better meet our budgetary goals, staff
decided to split the purchases into two (2) separate bids (quote/request for
proposal). In December Staff released
quotation 370-Q-09 for the cab and chassis only and subsequently awarded the
contract to Edge Town Ford for one (1) F550 cab and chassis at a cost of
$54,117.72.
In March 2010, Staff released RFP 004-R-10 for the
CCTV camera equipment and hardware with the highest ranked and lowest bid price
of $101,666.38. By splitting the
requirement in to two awards, Staff were able to bring the purchase under the
original budgeted amount by $24,215.90 (Budget $180,000 less $54,118 cab &
chassis less $101,666 CCTV camera & eqpt.).
The cost avoidance due to cancelling the contract 152 –R-09 is
$36,319.72. (Bid price$192,104 - less $54,118 cab & chassis less $101,666
CCTV camera & eqpt.)
Upon
delivery of the new vehicle, unit; 2191 will be sold in accordance with
BID INFORMATION
Advertised |
|
Bids closed on |
March 24th, 2010 |
Number picking up bid documents |
93 |
Number responding to bid |
3 |
*The high volume of picked up bid documents was due to
the fact that the bid document was free of charge. Most of the bid takers were not able to due
this type of work. A few bidders were contacted and it was decided that they
did not have sufficient expertise.
004-R-10 Supply and Install CCTV Camera Equipment Page 2 of 2
PROPOSAL
EVALUATION
The evaluation team was comprised of staff from the
Waterworks Department and staff from the Fleet Department with purchasing acting
as the facilitator. The evaluation was
based on pre-established evaluation criteria as listed in the Request for
Proposal: 40% price, 15% vendor
evaluation, 45% equipment evaluation – demonstration unit, totaling 100%, with
resulting scores as follows:
Suppliers |
Score (out of 100) |
Rank Results |
Cues Canada |
97.82 |
1 |
Cubex Ltd. |
78.22 |
2 |
Joe Johnson Equipment Inc. |
46.45* |
3 |
* Joe Johnson Equipment Inc. could not provide a demo
for the demonstration evaluation portion of the RFP.
The three (3) bid submissions at bid opening ranged
from $104,210.38 to $248,067.48 inclusive of HST. Purchasing negotiated with the highest ranked
proponent to reduce the cost of award to $101,666.38, a negotiated price
savings of $2,544.00 off the original submission.
Note: The total
score for Cues Canada was based on the original price submission/scoring and
not adjusted to reflect the negotiated revised pricing.
Staff recommends awarding the contract for CCTV
equipment to the highest ranked / lowest priced bidder, Cues Canada. All three (3) submissions scored technically
very comparable (vendor evaluation and demonstration evaluation). However, due to the price advantage provided
by Cue Canada and achieving all 40 points in price scoring, they came out as
the highest ranked proponent.
ENVIRONMENTAL
CONSIDERATIONS
In efforts to continue to add green options to our
fleet this unit will be equipment with an inverter in lieu of a separate diesel
generator to provide the 120 volt electrical requirement to run the electrical
equipment in the van body interior. The inverter power is supplied through a
battery pack that is charged through the chassis alternator / electrical
system. The auto / start stop function on the truck engine will automatically
start the truck engine when the batteries require charging. The unit is also
equipped with a shore power charging system that will keep the batteries fully
charged at the start of each day or shift. This will extend the run time of the
unit and it is estimated that under normal operating conditions the inverter
system will provide 4 hours of continuous operation of the camera and
equipment. The truck chassis is compliant with the 2010 emission standards
resulting in a significant reduction of both green house gases and soot.
STAFF AWARD REPORT
Page 1 of 2
To: |
John Livey,
Chief Administrative Officer |
Re: |
132-R-10 Town of Markham Designated Substances Investigation and
Testing |
Date: |
June 24, 2010 |
Prepared by: |
Gil Verbeek, Facility Maintenance Coordinator, ext. 3410 Patti Malone, Senior Buyer, ext. 2239 |
PURPOSE
To obtain approval to award the contract for the
designated substances investigation and testing for all of the Towns
facilities.
Recommended Supplier |
S2S
Environmental Inc. (Highest Ranked/Lowest Priced Supplier) |
|
Current Budget Available |
$
250,000.00 |
750-101-5399-10260
Contracted Services |
Less cost of
award |
$
107,484.00 $
10,748.40 $ 118,232.40 |
Inclusive of HST 10%
Contingency, Inclusive of HST Total Award |
Budget Remaining after this award |
$ 131,767.60 |
* |
*The remaining balance is to be used any construction related work for
immediate designated substance abatement and remediation as identified within
the capital budget request. Appropriate
approvals will be obtained before further expenditures. The remaining balance after remedial work
will be returned to the original funding source after payment of the final
invoice. Staff recommend 10% contingency
due to the unknowns in this project.
In order to meet legislative
requirements as defined in the Occupational Health and Safety Act and
Regulations, the Corporation is required to perform a designated substance
review for all facilities and then to maintain an up to date inventory of all
designated substances in our facilities. This review will enable the
Corporation to comply with the requirement to implement a control program to
minimize worker exposure, and to inform potential contractors, on an ongoing
basis, of the presence of these substances at the time of project tenders.
All the work must be done,
however the work was divided into three priorities. Priority number one is pre 1985 facilities as
the risk of lead in the paint was more predominant. Priority number two is also pre 1985
facilities but with no public access.
Priority number three is post 1985 facilities.
BID INFORMATION
Advertised |
ETN |
Bids closed on |
May 26, 2010 |
Number picking up bid documents |
34 |
Number responding to bid |
6 |
Note: Purchasing received feedback from a number of
these companies who picked up the bid document but did not provide a
submission: Three bidders declined due
to their current work load. One bidder did
not have the expertise for the whole scope of work. One bidder could not meet all the
qualification of the bid document. One
bidder could not meet all the qualification of the bid document and four
bidders missed the mandatory site meeting.
132-R-10 Town of Markham
Designated Substances Investigation and Testing Page
2 of 2
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; Past Experience of
Consulting Firm 20%, Quality and Experience of Lead Consultant and Project Team
20%, Project Delivery 30% and price 30%, totaling 100%, with resulting scores
as follows:
Suppliers |
Score (out
of 100) |
Ranked
Results* |
S2S
Environmental Inc. |
82.0 |
1 |
Decommissioning Consulting Services Ltd. |
80.9 |
2 |
Pinchin Environmental Ltd. |
80.0 |
2 |
Fisher Environmental Ltd |
76.5 |
3 |
Stantec Consulting Ltd. |
69.4 |
4 |
DBA Engineering Ltd. |
33.3 |
5 |
Note: The six
(6) bid submission bids prices ranged from $107,484.00 to $273,240.86.
S2S
Environmental Inc. proposal scored well in the areas of methodology and
approach to meeting project objectives, understanding of the assignment and the
experience of the lead consultant and qualifications of team members assigned
for this project. S2S Environmental Inc.
the lowest priced proponent also gained full marks (30 out 30) for the price
component of this award.
FINANCIAL CONSIDERATIONS
The following table
summaries the financial details of this award.
*
Award includes $105,625 cost of work, plus $1,859.00 HST impact commencing July
1st, 2010.
**Contingency
estimated at 10% of award.
To: |
Brenda Librecz,
Commissioner Community & Fire Services |
Re: |
120-Q-10 Consulting Engineering and Project Management
Services for Tannery Pond Pedestrian Bridge Replacement |
Date: |
June 16, 2010 |
Prepared by: |
Hossein Sharif,
Senior Project Engineer, Ext, 2382 Rosemarie
Patano, Senior Buyer, Purchasing. Ext, 2990 |
Recommended Supplier |
AMEC Earth &
Environmental (Second Highest Ranked / Second Lowest Priced Supplier) |
|
Current Budget Available |
$ 50,000.00 |
058-6150-10274-005
Pedestrian Bridge Replacement-Tannery Pond (North of Robinson St.) |
Less Cost of Award |
$
13,832.24 $ 16,831.10 $ 19,289.63 $
7,492.94 $
57,445.91 |
Item A: Data Collection, Study, Preliminary Design (Stage 1) Item B: Detail Design and Tender Documents (Stage
2) Item C: Contract Admin & Construction
Inspection (Stage 3)* Contingency Allowance @
15%** Total
consulting fees (Inclusive of HST) |
Budget remaining after this
award |
$ (7,445.91) |
*** |
*Pending project satisfaction from the department for Items A and B, the Consultant may be awarded Item C - Contract Administration / Construction Inspection services via a separate Purchase Order.
** This award is for rehabilitation design. In
rehab nature, typically there might be unexpected issues that need to be
addressed during the design, such as utility locate/ relocation, more concrete
tests, more external agencies approval, upgrading some construction options,
etc. Therefore, the scope of design work
may vary more than expected. As a result, Staff recommends a contingency of 15%
to manage these unexpected issues.
*** $7,445.91 set aside for construction budget has been allocated to this award to cover budget shortfall. After reallocation, there is $192,554.09 budget remaining for Construction. If the construction bid price is equal or less than $192,554.09, the project will carry on, Should the construction bid is higher than this amount, we would look for adjustments / additional funding.
Staff thereafter prepared a
Request for Quotation to secure a consulting team to carry out the hydraulic
analysis of proposed site and preliminary & detailed design of the bridge and
the contract administration (CA).
120-Q-10
Consulting
Engineering and Project Management Services for Tannery Pond Pedestrian Page 2 of 3
Bridge
Replacement
BID
INFORMATION
Advertised |
ETN |
RFP
closed on |
May 07, 2010 |
Number
picking up Proposal (RFP) documents |
10 |
Number
responding to RFP |
6 |
PROPOSAL EVALUATION
The Evaluation Team for this
RFQ was comprised of staff from the Asset Management, with
The proposals were evaluated
based on pre-established evaluation criteria as listed in the RFP: 20% past experience of consulting firm; 20%
qualifications of the lead consultant and project team; 30% project delivery
and 30% price totalling 100%. The rank
results are listed in the following table:
Suppliers |
Total Score |
Rank |
Moon-Matz Consulting
Engineers |
63.5 |
1**** |
AMEC
Earth & Environmental |
51.6 |
2**** |
Conestoga
Rovers and Associates |
51.0 |
3 |
GD
Jewell Engineering |
41.0 |
4 |
MMM
Group |
40.5 |
5 |
Cole
Engineering |
38.0 |
6 |
****Moon-Matz Consulting Engineers (Not Recommended)
As outlined in section 36
and 40 of the Town’s General Terms and Conditions, “the award of the contract
is based on the greatest value for the Town based upon quality, service and
price” and “the Town reserves the right
not to accept the lowest or any quotation submitted”, Staff’s recommendation is not to award this contract
to the highest ranked/lowest priced bidder, for the following reasons: Moon-Matz Consulting Engineers technical
proposal scored the lowest of all proponents (33.5 out of 70), however since their
price submitted was the lowest at $21,980.16 (including HST); they received
maximum points for price. As well, due
to the complexity and the high profile nature of this project, combined with
the Town’s inexperience with the quality of Moon-Matz’s work, Staff cannot
overlook the poor technical score.
**** AMEC Earth & Environmental (Recommended)
AMEC
Earth & Environmental scored highest on their technical submission when
compared to the other proponents, and their proposal demonstrated to the Town’s
satisfaction that they have the ability to undertake the project and they have
a strong understanding of the project deliverables, key issues and
challenges. AMEC Earth &
Environmental demonstrated a thorough understanding of the project and its requirements,
and providing a strong background in previous projects of similar scope and
size. Additionally, in comparison to
the third ranked proponent, AMEC Earth & Environmental was approximately
50% less in cost.
After
evaluation scoring was completed Purchasing staff negotiated a 17% ($10,137.00)
cost reduction with AMEC Earth & Environmental for the recommended award
from their initial proposed price as allowed under the Purchasing By-Law, while
still maintaining the same level of
project deliverables.
Note: The total score for AMEC Earth &
Environmental was based on the original price submission/scoring and was not
adjusted to reflect the negotiated price.
The quoted prices quoted
ranged from $21,980.16 to $89,566.61 (Inclusive of HST).
Staff have verified AMEC’s submission
to meet all the requirements of the Request for Quotation and is confident that
they will meet, if not exceed, town expectations and standards.
120-Q-10
Consulting
Engineering and Project Management Services for Tannery Pond Pedestrian Page 3 of 3
Bridge
Replacement
FINANCIAL CONSIDERATIONS
The following table summarizes
the financial details of this award.
* Award includes $49,089
cost of work, plus $863.97 HST impact commencing July 1st, 2010.
**Contingency is estimated
at 15% of award.
STAFF AWARD REPORT
Page 1 of 2
To: |
John Livey, Chief Administrative
Officer |
Re: |
157-S-10 Portable Hydraulic Rescue Equipment for Engine
931/Engine 991 |
Date: |
May 25, 2010 |
Prepared by: |
Dave Decker, Deputy Fire Chief, Ext. 5975 |
PURPOSE
To obtain approval to purchase
hydraulic rescue equipment for the two (2) new fire apparatus trucks (Engine
931 and Engine 991).
Recommended Supplier |
DARCH Fire
(Preferred Supplier) |
|
Current Budget Available |
$
240,326.49 |
Various (See
Financial Considerations) |
Less cost of award |
$
51,036.71 |
Inclusive of HST |
Budget Remaining
after this award |
$
189,289.78 |
* |
* Remaining balance of $189,289.78 in 67-5350-7757-005 will be returned to
the program account to complete outstanding purchases approved for 2010.
Staff recommends:
THAT the
tendering process be waived in accordance with
The equipment recommended for
purchase is “Holmatro” who utilizes a single dealer within Canada (DARCH Fire). This limits the Town’s ability to
obtain competitive quotes for the ‘same’ equipment. Staff looked at the option of procuring the
equipment directly from the United States, with the equipment being delivered
with new fire pumper trucks. The quoted
price for this option was $25,814.00 higher in cost than the recommended price
from DARCH Fire. Staff consulted with another manufacture, TNT Rescue Systems,
the overall cost for an ‘equivalent” set of tools is within the same cost range
as DARCH however, our equipment is standardized and the introduction of new
hydraulics would require a training component that would include 220
firefighters and refurbishment of apparatus to fit the ‘equivalent’ hydraulic
tools as they are not the same physical size and hence is not recommended. Hydraulic
tools from other manufacturers are not compatible or interchangeable as is the
case with the existing Holmatro equipment.
Markham
Fire and Emergency Services have purchased Holmatro hydraulic rescue tools for
20+ years with our experience being low maintenance and infrequent life cycle
replacement. It is also our experience
that hydraulic tools sets may last 15 or more years before there is a need to
replace or refurbish. The equipment
that is being purchased now will be life
cycled at 15 years however due to the high level of care and maintenance placed
on fire department equipment it is likely that the tools will exceed the 15
year life cycle.
157-S-10 Portable Hydraulic Rescue Equipment
for Engine 931 / Engine 991 Page 2 of 2
With the phased in approach
to improving response to Motor Vehicle Collisions that occur in within Markham,
MFES will be better prepared to serve the public and extricate victims from
accidents in an efficient and effective manner.
Account Name |
Account # |
Budget Amount |
Spent to Date |
Committed |
Budget Available |
Amount to Allocate to this project |
Budget Remaining |
|
Fire Apparatus & Equipment |
67-5350-7748-005 |
650,000 |
223,902 |
417,886 |
8,212 |
8,212 |
- |
|
Fire Pumper & Equipment |
67-5350-7757-005 |
650,000 |
- |
417,886 |
232,114 |
42,824 |
189,290 |
|
Totals: |
|
1,300,000 |
223,902 |
835,772 |
240,326 |
51,037 |
189,290 |
|
STAFF AWARD REPORT
Page 1 of 2
To: |
John Livey,
Chief Administrative Officer |
Re: |
151-S-10 Consulting Engineering for Quantifying Pavement
Sustainability & Distress Evaluation |
Date: |
May 17, 2010 |
Prepared by: |
Peter Loukes, Director of Operations, Ext. 4894 Patti Malone, Senior Buyer Ext. 2239 |
PURPOSE
To obtain approval to award the contract for the
Consulting Engineering for Quantifying Pavement Sustainability & Distress
Evaluation.
Recommended Supplier |
University of
Waterloo (Preferred Supplier) |
|
Current Budget Available |
$ 439,519.00 |
*050-6150-10503-005 Asphalt Resurfacing (2010) |
Less
cost of award |
$ 103,795.20 $ 103,795.20 $ 207,590.40 |
2010
award (Inclusive of HST) 2011
award (Inclusive of HST) ** Total
Award |
Budget Remaining after this award |
$ 335,723.80 |
|
* Account # 050-6150-10503-005 has $2,206,984
committed under contract 067-T-10 (Asphalt resurfacing, recycling and pavement
preservation), $25,000 committed to the recycling aggregate and $1,000,000 has
been returned to life cycle reserve as identified under award report 067-T-10.
**Subject to Council approval of the 2011 budget.
Note: The remaining $335,723.80 in A/C 050-6150-10503-005 will be used
for additional costs associated with the pavement preservation/rehabilitation
project.
Staff recommends:
THAT the tendering process be
waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (h)
which states where it necessary or in
the best interests of the Town to acquire Consulting from a preferred supplier.
BACKGROUND
The general objective of the study is to develop a
practical framework to quantify the environmental footprint and associated
value of several material and processes that are currently used and explore how
other material and processes might be quantified. The objective is to ensure that all the
components of Pavement Management are addressed, including planning and
programming, design, construction, maintenance, and in-service monitoring. It is to be implemented throughout the life
cycle of the pavement and should be directed at stimulating improvement and
innovation in pavement sustainability, resource management, and energy and
emission reductions.
The project
will help us quantify emission and energy savings that we can use for our Green
Print requirements and develop a pavement distress measurement technique to
allow us to assess road conditions and best techniques to use.
OPTION/DISCUSSIONS
This particular project is a research based initiative
and is difficult to attain competitive rates as no other consultants do this
particular research based work. However, the research team includes the
following:
·
1 Graduate
student
·
2 Undergraduate
students
·
1 Research
technician
·
1 Principal
Researcher (Professor)
The project will span over two (2) years with a
multitude of tasks and include three (3) progress reports and a final report
and presentation. The annual project
cost of $103,795 includes all direct costs (salaries) , travel costs, equipment
for this research project. If you
compared this rate with an outside consultant fee, Staff believes that a
consultant cost would be in the range of $150,000 - $200,000 per year.
151-S-10 Consulting Engineering for Quantifying Pavement
Sustainability & Distress Evaluation
Page 2 of 2
ENVIRONMENTAL
CONSIDERATIONS
A major aspect to this project will be identifying the
appropriate technologies that do provide sustainable benefits and quantifying
these impacts from an environmental standpoint.
STAFF AWARD REPORT
Page 1 of 2
To: |
Brenda Librecz, Commissioner
Community & Fire Services |
Re: |
187-S-10 Supply and delivery of carbon fiber air cylinders for
breathing apparatus |
Date: |
June 29, 2010 |
Prepared by: |
Dave Decker, Deputy Fire Chief, Ext. 5975 |
PURPOSE
To obtain approval to purchase 39 carbon fiber air cylinders for 2010 Life Cycle
Replacements (12) , Air/Light Truck 920 (7), and Station 93 (20).
Recommended Supplier |
RESQTECH
Systems Inc. (Preferred Supplier) |
|
Current Budget Available |
$ 11,200.00 $ 13,342.00 $ 342,437.00 $ 366,979.00 |
67-6150-10121-005 (Life Cycle - 12 Cylinders) 67-5350-8005-005 (Air/Light Truck - 7 Cylinders)* 67-5350-9529-005
(Station 93 - 20 Cylinders) |
Less cost of award |
$ 46,159.00 |
Inclusive of HST |
Budget Remaining
after this award |
$
320,820.00 |
** |
* In Award 132-R-08 for the Air/Light
Truck, the indicated balance remaining of $21,100 in account 67-5350-8005-005
was to be allocated as follows: $6,600 for radio, $3,000 for Markhamization and
the remaining balance of $11,500 to be
returned to the original funding source. However, it recommended reallocating
the existing balance of $13,342 to purchase carbon
fiber air cylinders that the Air/Light Truck will carry.
**Remaining balance in accounts
67-6150-10121-005 and 67-5350-8005-005 to
be returned to original funding source upon completion of this Award. Remaining
balance in account 67-5350-9529-005 to remain in account to complete further
purchases pertaining to Cathedral Fire Station.
Staff recommends:
THAT the
tendering process be waived in accordance with
Interspiro, the manufacturer
of
187-S-10 Supply and delivery of carbon fiber air cylinders for
breathing apparatus Page 2 of
2
BACKGROUND (Continued)
To change manufacturers would
require approximately 96 SCBA units and 200 air cylinders. (approximately 96
SCBA units x $3,500 - 4,500 each $ 336,000 - 432,000 + cylinders
approximately 200 x $ 1,000 - $1,300 $ 200,000 - 260,000.00 = $ 536,000 -
692,000.00 before tax). There would be significant additional costs associated
with mounting hardware for all fire apparatus, conversion or mechanical changes
to 5 air cylinder filling systems, retraining of self contained breathing
apparatus technicians, retool and equip the self contained breathing apparatus
maintenance and repair facility at Station 98, and training for 220+ staff (No
specific estimate as this was not investigated as an option as we are looking
only to purchase additional air cylinders to match the existing models in use
through non-competitive procurement).
Staff has used Interspiro SCBA
respirators for over 15 years and has been very satisfied with the performance
and quality
of the product.
Account Name |
Account # |
Budget Amount |
Spent to Date |
Committed |
Budget Available |
Amount to Allocate this project |
Budget Remaining |
Air Cylinders |
67-6150-10121-005 |
11,200 |
- |
- |
11,200 |
10,990 |
210 |
Air/Light Vehicle |
67-5350-8005-005 |
300,000 |
286,658 |
- |
13,342 |
9,118 |
4,224 |
Cathedral Fire Stn -
FF&E |
67-5350-9529-005 |
363,500 |
5,125 |
15,938 |
342,437 |
26,051 |
316,386 |
Total |
|
674,700 |
291,783 |
15,938 |
366,979 |
46,159 |
320,820 |
STAFF AWARD REPORT
Page 1 of 2
To: |
John Livey,
Chief Administrative Officer |
Re: |
177-Q-09 Supply and Delivery of Uniforms for Recreation –
Contract Extension |
Date: |
July 13, 2010 |
Prepared by: |
Dave Merriman, Facility
Coordinator, ext. 3787 Rosemarie Patano, Senior Buyer, ext. 2990 |
Recommended Supplier |
Balsam Baskets
– The Embroidery Shop (Preferred Supplier) |
|
Current Budget Available |
$53,281.00 |
See
Financial attachment |
Less cost of award |
$ 20,000.00 $ 55,000.00 $ 35,000.00 $110,000.00 |
August 1, 2010 to December 31, 2010 January 1, 2011 to December 31, 2011** January 1, 2012 to July 31, 2012** Total award (Inclusive of HST) |
Budget Remaining
after this award |
$ 33,281.00 |
* |
*The remaining balance to be
applied to other operating requirements as budgeted for within the respective accounts. **Subject to Council approval of 2011-2012
Operating Budget.
Staff
further recommends:
THAT the
tendering process be waived in accordance with
Recreation department have
completed the contractor evaluation and are satisfied of their performance
requirements and their commitment to keep original pricing unchanged. Staff recommends extending the contract for
the additional two (2) years based on both price and performance.
Quotation 177-Q-09 closed in
June 2009 with four (4) bidders responding to the quotation. Balsam Baskets – The Embroidery Shop submitted the lowest price and was 22% lower than the 2nd
priced supplier.
177-Q-09 Supply and
Delivery of Uniforms for Recreation – Contract Extension Page 2 of 2
FINANCIAL
CONSIDERATIONS
Function |
Location |
Full
Account |
Current Budget Avail. In 2010 |
Aug. 1, to Dec. 2010 Allocation |
Budget remaining after 2010 Award |
Total annual Award Allocation |
Aquatics |
Angus Glen Pool |
504 9114260 |
5,181 |
1,865 |
3,316 |
5,128 |
|
Centennial Pool |
503 9114260 |
2,011 |
1,018 |
993 |
2,800 |
|
Milliken Pool |
502 9114260 |
5,649 |
2,255 |
3,394 |
6,200 |
|
Morgan Pool |
503 9124260 |
550 |
200 |
350 |
550 |
|
Rouge River Pool |
503 9134260 |
797 |
290 |
507 |
797 |
|
Thornlea Pool |
501 9114260 |
2,200 |
727 |
1,473 |
2,000 |
|
Therapeutic Pool |
501 9124260 |
775 |
282 |
493 |
775 |
Aquatics Total |
|
|
17,163 |
6,636 |
10,527 |
18,250 |
Area Administration |
Area Administration |
500 3994260 |
7,806 |
2,909 |
4,897 |
8,000 |
|
|
500 4994260 |
5,864 |
2,182 |
3,682 |
6,000 |
Area Administration Total |
|
|
13,670 |
5,091 |
8,579 |
14,000 |
Arenas |
Clatworthy Arena |
501 9224260 |
1,130 |
436 |
694 |
1,200 |
|
Crosby Arena |
502 9224260 |
1,693 |
727 |
966 |
2,000 |
|
Mkm Village Arena |
503 9234260 |
1,560 |
545 |
1,015 |
1,500 |
|
Mount Joy Arena |
503 9224260 |
-330 |
582 |
-912 |
1,600 |
|
Thornhill Arena |
501 9214260 |
5,500 |
1,927 |
3,573 |
5,300 |
|
Milliken Soccer |
502 9234260 |
5,817 |
1,927 |
3,890 |
5,300 |
Arenas Total |
|
|
15,370 |
6,145 |
9,225 |
16,900 |
Camps |
Milliken Camps |
502 9314260 |
2,722 |
909 |
1,813 |
2,500 |
Camps Total |
|
|
2,722 |
909 |
1,813 |
2,500 |
Fitness Centre |
Centennial Fitness |
503 9414260 |
1,306 |
73 |
1,233 |
200 |
|
Thornhill Fitness |
501 9414260 |
514 |
73 |
441 |
200 |
Fitness Centre Total |
|
|
1,820 |
145 |
1,675 |
400 |
Satellite Facilities |
Rouge River |
503 9724260 |
286 |
273 |
13 |
750 |
|
Armadale CC |
502 9714260 |
2,250 |
800 |
1,450 |
2,200 |
Satellite Facilities Total |
|
|
2,536 |
1,073 |
1,463 |
2,950 |
|
|
|
53,281 |
20,000 |
33,281 |
55,000 |
*Subject to Council approval of 2011 Operating Budget
and assuming same budget as 2010
STAFF AWARD REPORT Page 1 of 2
To: |
John Livey, Chief Administrative Officer |
Re: |
109-Q-09 Townwide Pools, Servicing and Pool Parts – Contract Extension |
Date: |
July 30, 2010 |
Prepared by: |
Dennis Riggs, Facility Coordinator, Centennial, ext. 905-294-6111
x224 Rosemarie Patano, Senior Buyer, ext. 2990 |
Recommended Supplier |
B & S Pool
Services Inc. (Preferred Supplier) – Contract Extension |
|
Current Budget Available |
$78,763.00 |
|
Less cost of award |
$7,875.00 $31,500.00 $23,625.00 $63,000.00 |
Oct 1, 2010 to Dec 31, 2010 (Including HST) Jan 1, 2011 to Dec 31, 2011
(Including HST)** Jan 1, 2012 to Sep 30, 2012
(Including HST)** Total award (Inclusive of HST) |
Budget Remaining
after this award |
70,888.00 |
* |
*The remaining
balance to be applied to other operating
requirements as budgeted
for within the respective accounts.
**Subject to Council approval of 2011-2012 Operating Budget.
Staff
further recommends:
THAT the
tendering process be waived in accordance with
The Town requested quotations
from qualified pool service companies to provide service to all Town owned
indoor and outdoor pools on an on-call basis.
Services / repair work to include but not solely limited to: chemical controllers repair and calibration,
PVC pipe work, motors, pumps and seal repair / replacement, chemical feeders
and injectors, electrical controls, relays, solenoids, flow meters, filter
systems, contact tanks, fisher fluid control valves, chlorination equipment,
C02 systems and injectors, general trouble shooting, chemistry and corrective
measures. The contract to the successful
bidder will also include the supply and delivery of pool parts.
Staff
awarded Quote 109-Q-09 to the lowest priced bidder (B&S Pool Services Inc.) in 2009 for a one (1) year term. The Quote had an
option to renew for two (2) additional years at the same terms, conditions,
pricing and subject to contractor’s performance and satisfaction of the
Town. In 2009, B&S Pool Services Inc was the lowest priced
bidder under Quote 109-Q-09 and was 34% lower than the 2nd lowest
priced bidder and 55% lower than the 3rd lowest price bidder.
109-Q-09 Townwide Pools, Servicing and Pool Parts – Contract
Extension Page
2 of 2
FINANCIAL
ATTACHMENT
Location |
Full Account |
Current Budget available in 2010 |
Oct 1, to Dec. 2010 Allocation |
Budget remaining after 2010 Award |
Total annual Award Allocation |
Centennial
CC |
500-399-5414 |
48,669 |
1,838 |
46,832 |
7,350 |
Angus Glen
CC |
504-911-5414 |
11,260 |
1,838 |
9,423 |
7,350 |
Milliken
CC |
502-911-5414 |
-
6,094 |
1,838 |
-
7,932 |
7,350 |
Morgan
Pool |
503-912-5414 |
4,748 |
744 |
4,004 |
2,975 |
Thornhill
CC |
500-199-5414 |
13,029 |
750 |
12,279 |
3,000 |
Rouge
River |
503-913-5414 |
5,151 |
744 |
4,407 |
2,975 |
Therapeutic Pool |
501-912-5414 |
2,000 |
125 |
1,875 |
500 |
Total |
|
78,763 |
7,875 |
70,888 |
31,500 |
Note:
Accounts used are for maintenance and repair that include other contracted
services beyond B&S Pool Services.
STAFF AWARD
REPORT Page 1 of 2
To: |
Brenda Librecz, Acting
Chief Administrative Officer |
Re: |
051-S-10
Facility Project Management Services for a Sampling and Laundry Facility at
8100 Warden Avenue |
Date: |
July 27, 2010 |
Prepared by: |
Eddy
Wu, Acting Manager Operations & Maintenance (Waterworks) Patti
Malone, Senior Buyer |
PURPOSE
To obtain approval to award the contract for Facility
Project Management Services for a Laboratory and Laundry Facility at 8100
Warden Avenue.
Recommended Supplier |
Mayhew &
Associates (Preferred Supplier) |
|
Original
Budget and Account # |
$ 200,000.00 |
053-5350-10343-005 Waterworks Transfer from
Miller to 8100 Warden |
Current Budget Available
|
$
200,000.00 |
|
Less
cost of award |
$ 94,713.73 |
Total
Cost of Award, Inclusive of HST |
Budget Remaining after this award |
$
105,286.27 |
* |
* The remaining balance will be allocated for other
requirements (storage, instrumentation and equipment) as budgeted for under
this account number.
THAT the tendering process be waived in accordance
with Purchasing By-Law 2004-341, Part II, Section 7 (1) (c) “where the
extension of an existing contract would prove more cost-effective or
beneficial”.
Waterworks Operations & Maintenance (O&M)
Section has moved to 8100 Warden since April 2010, and have completed phase 1
of the move. However, more needs are
still required and they are being addressed as phase 2 of the move
project. These needs include:
(1) Establishing of a facility to
coordinate all water and sanitary sewer sampling activities
(2) Laundry
facility for staff to clean and dry their uniforms on site (Similar to the
facilities at 555 Miller)
OPTIONS/DISCUSSIONS
During the space planning stage for the move to 8100
Warden, the need for these facilities were identified. The existing rooms inside the garage of 8100
Warden Avenue have been established as the location for the sampling and
laundry facility. The location of this
room is isolated from the workshop and the garage area, and the size of the
room is sufficient to house all water and sanitary sewer sample testing
activities, equipment and supplies inside one central location. This location will also allow for separation between
the water and sewer samples, to prevent cross contamination.
The other purpose of this facility is to provide a laundry
facility for Waterworks staff, and also possible to accommodate other
department’s need when required. The
room has an existing drain, and the location is close-by to an external wall for
easier installation of the laundry facility.
The rationale for these renovations is to maintain the efficiency of
operations, minimize the risk of non-compliance, comply with regulatory
requirements and maintain or improve customer service.
As approved by Council on April 13, 2010, Mayhew &
Associates (Mayhew) was the successful consultant for contract 061-R-09 “Facility Management, Project Management, Space Planning and
Move Management for a four (4) year period.
This contract provides ‘turn-key’ administrative services for space
planning projects including the processing of invoices relating to project
requirements.
The construction (includes Demolition,
Mechanical, Plumbing, Electrical, Millwork, Permits, Site Supervision), AC unit,
furniture will be bid competitively with Mayhew overseeing the project. The actual award to Mayhew is $12,220 (plus a
contingency) with the remaining amount being paid directly to the contractor(s)
through Mayhew with the Town reimbursing Mayhew for these costs.
051-S-10 Facility Project Management
Services for a Sampling and Laundry Facility at 8100 Warden Avenue Page 2 of 2
Construction $ 60,679.03
AC Unit $ 3,000.00
Furniture $ 2,000.00
Project Management /
Principal Designer (Mayhew) $ 12,220.00
Mechanical, Electrical and
Communication Engineer $ 7,500.00
Contingency (Construction
/ Consultant) $ 7,680.50
Sub-total $ 93,079.53
HST – Impact (1.76%) $ 1,638.20
Total Project Award $ 94,713.73
STAFF
AWARD REPORT
Page 1 of 2
To: |
Andy Taylor,
Commissioner, Corporate Services |
Re: |
294-Q-09 Armored Cargo Services |
Date: |
February 19,
2010 |
Prepared by: |
Miranda Miluzzi, Manager of Tax and Cash Management Ext. 4726 Tony Casale, Senior Buyer Ext. 3190 |
PURPOSE
To obtain approval to award
the contract for Armored Cargo Services.
Recommended Supplier |
Inkas Security
Services Ltd. (Lowest Priced Supplier) |
|
Original Budget and Account # |
$ 10,638.00 |
410 440 5395 (Armored Car
Service) |
Current Budget Available |
$ 10,638.00 |
|
Less
cost of award |
$ 28,780.00 $ 29,031.00 $ 57,811.00 |
2010
Cost of Award inclusive of HST impact; 2011
Cost of Award inclusive of HST impact* Total
Award inclusive of HST impact |
Budget Remaining after this award |
($ 18,142.00) |
** |
*The cost of award is subject to Council approval of
the 2011 budget.
**The shortfall in the amount of $18,142 will be
funded from favourable variance in other Finance department accounts.
Note: The shortfall is attributed to the inclusion
of pick ups from various Town sites such as community centres, museum and
libraries, based on concerns from Town
BACKGROUND
The Town utilize the services of a professional
armored courier service for the transportation of deposits between the civic
centre and the bank. The courier will
also pick up the deposits at the various Town sites outside the Civic centre.
This will ensure the highest level of control and security in transporting
deposits to the bank as well as ensuring the safety of Town staff.
In 2007, the Town awarded a contract for armored cargo
services to Avero Security Inc. In late
2009 Avero Security Inc. informed the Town that they had gone into bankruptcy
and that alternative arrangements would be required for the armored cargo
services. Subsequently this request for
quotation was released to the market to obtain pricing for armored cargo
service at the Civic Centre and various Town sites.
BID INFORMATION
Advertised |
ETN |
Bids closed on |
|
Number picking up bid documents |
4 |
Number responding to bid |
3 |
PRICE SUMMARY
Suppliers |
Price exclusive of GST * |
Inkas Security Services Ltd. |
$ 57,057.84 |
Garda
Cash-in-transit |
$ 74,016.00 |
G4S Cash
Solutions Inc. |
$ 77,557.92 |
* The pricing identified in the price
summary is based on a two (2) year term as identified in the bid document.
294-Q-09 Armoured Cargo Services Page 2 of 2
FINANCIAL
CONSIDERATIONS
The financial consideration
below includes HST (1.76% net of rebate) for purchases made after
STAFF AWARD REPORT Page 1 of 2
To: |
Andy Taylor,
Commissioner of Corporate Services |
Re: |
156-S-10
Elections 2010 Communications Plan |
Date: |
July 14, 2010 |
Prepared by: |
|
PURPOSE
To
obtain approval to contract with Delvinia Interactive for the development of a
new proposal in support of the 2010
Municipal Elections Communication Plan.
Recommended Supplier |
Delvinia Interactive Inc. (Preferred Supplier) |
|
Current Budget
Available |
$ 1,039,998.00 |
86-2700-850 (Elections Reserve) |
Less cost of award |
$ 45,792.00 |
Inclusive of HST Impact |
Budget Remaining after this award |
$ 994,206.00 |
* |
*The remaining balance in the amount of
$994,206.00 will be applied to preparation of the 2010 Municipal Election
Staff
further recommends:
THAT
the tendering process be waived in accordance with
BACKGROUND
In March 2010, Staff approved a preferred supplier award (095-S-10) to
Delvinia for support of the 2010 election communication plan for $35,000. This award (095-S-10) for the election
communication plan included preparation of creative for marketing collateral,
development of a social media strategy and 2006 ‘markhamvote.ca’ website
optimization and technical development required for integration with 2010
website. This work is underway to the
satisfaction of staff.
In the interim, having reflected on the scope and impact of the work in
award 095-S-10, Delvinia prepared a proposal for a broader voter engagement campaign
which includes the development of new work including video, print and other
marketing creative for distribution through social media, newspapers, print
advertisements and other collateral. The
new proposal also includes development of the technical architecture required
to build social media websites involved in the campaign (e.g., Facebook). With the theme “Do it Yourself, Markham,” the
new campaign provokes voters to think about why they should vote and about the
services of the Town relevant to the importance of voting.
This award (156-S-10) is a unique and separate scope of work from the
initial phase (095-S-10), but can be conceived as part of the overall
communications plan supporting the 2010 Election.
OPTIONS/DISCUSSIONS
In 2003 and 2006, the Clerk’s Department partnered
with Delvinia Interactive Inc. to produce a comprehensive communication plan and
an interactive website to promote the Town of
The Clerk’s Department and Delvinia were very
successful in achieving their goals in previous municipal elections. In 2004, Delvinia
and the Town of
156-S-10 Election 2010 Communication Plan Scope of Work Increase
Page 2 of 2
OPTIONS/DISCUSSIONS
(Continued)
In 2007, partnership with Delvinia, launched “Click
with Markham”, a multi-media, online experience offering Town residents an
opportunity to make their opinions count during Council’s strategic planning
process. Through this process, more than 3,600 people who live or work in
In 2008, Council approved the six strategic areas of
focus including the corresponding issue statements, action plans and phasing
targets for each of the six strategic areas of focus. The issue statement,
action plans and phasing targets for the environment informed and guided the
Green Print process, one of the action plans under the environment as a
strategic priority. In order to optimize the use of the Click with
Staff recommends that the new proposal from Delvinia
Interactive, Inc. be approved to support the 2010 Election Communication Plan
given the firm’s unique experience in previous elections and other initiatives
undertaken for Markham relative to new media.
FINANCIAL
CONSIDERATIONS
To: |
John Livey, Chief
Administrative Officer |
Re: |
070-T-10 Sidewalk Construction Program on Regional Roads |
Date:
|
June 14, 2010 |
Prepared by: |
Dereje Tafesse, Capital Works Engineer, Engineering. Ext: 2034 Robert Slater, Senior Construction Buyer, Purchasing. Ext: 3189 |
Recommended
Supplier |
Vaughan Paving Ltd. (Lowest
Priced Supplier) |
|
Current Budget Available |
$ 1,238,932.18 |
083-6150-7752-005
Sidewalk Requests |
Less cost of award |
$ 508,167.61 $ 76,225.14 $ 584,392.75* $ 43,829.46 $ 628,222.21 |
Sidewalk Construction (Inclusive of HST) Contingency (15%) Total award (Inclusive of HST) Total Project Cost (Including HST) |
Budget remaining after this
award |
$ 610,709.97 |
** |
* The balance of the funds will be used for upcoming sidewalk construction project as budgeted for within this account..
BID INFORMATION
Advertised |
ETN |
Bid closed on |
May 5, 2010 |
Number
picking up bid documents |
23 |
Number
responding to bid |
6 |
070-T-10 Sidewalk
Construction Program on Regional Roads Page
2 of 2
PRICE SUMMARY
Suppliers |
Bid Price (Inclusive of HST)* |
Vaughan Paving Ltd. |
$508,167.61 |
Aloia Bros. Concrete |
$523,630.91 |
Midome Construction Services |
$622,932.13 |
Nuroad Construction Ltd. |
$625,945.70 |
Brennan Paving & Construction |
$680,754.98 |
Trisan Construction |
$727,003.06 |
The bids have
been verified for accuracy and compliance with the Tender terms and conditions.
STAFF AWARD
REPORT
Page 1 of 2
To: |
Jim Baird, Commissioner,
Development Services |
Re: |
138-T-10 Rouge River Erosion Restoration Adjacent to 4261
Highway 7 |
Date: |
July 13, 2010 |
Prepared by: |
Nehal Azmy, Senior Capital Works Engineer, ext. 2197 Patti Malone, Senior Buyer, ext. 2239 |
PURPOSE
To obtain approval to award the contract for the Rouge
River erosion restoration adjacent to 4261 Highway 7.
Recommended Supplier |
R&M
Construction. (Lowest Priced Supplier) |
|
Current Budget Available |
$ 872,000.00 |
640-101-5399-10047 Other Contracted
Services |
Less
cost of award |
$ 130,730.05 $ 19,609.51 $ 150,339.56 $ 18,040.75 $ 168,380.30 |
Inclusive of HST Contingency (15%) Total Award Internal Management Fees (12%) Total Project Costs |
Budget Remaining after this award |
$ 703,619.70 |
* |
*Budget remaining will be used for other erosion restorations as budgeted
for within this account.
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. There are sixteen (16) of projects that have been
completed or are currently underway. The next project to be completed is along Rouge
River erosion restoration that is adjacent to 4261 Highway 7 (as per attached
map).
The work to be done under this contract includes:
·
Installation and
restoration of a temporary construction access via Enterprise Blvd
·
Removal of
existing damaged pedestrian bridge and pilings
·
Restoration of
channel bed
·
Reshaping,
stabilization and planting of channel banks
Advertised |
ETN |
Bids closed on |
June 25, 2010 |
Number picking up bid documents |
14 |
Number responding to bid |
8 |
PRICE SUMMARY
Suppliers |
Price
Inclusive of HST |
R & M
Construction |
$130,730.05 |
Dynex Construction Ltd. |
$141,986.24 |
Sartor & Susin (1990) Limited |
$159,686.88 |
Cedar Springs Landscape Group Ltd. |
$198,498.91 |
Alcam Excavating Limited |
$235,004.54 |
Wilson Contracting Limited |
$240,255.36 |
Elirpa Construction & Materials Ltd. |
$383,479.61 |
Blackstone Paving & Construction Limited |
$467,521.06 |
138-T-10 Rouge River Erosion Restoration Adjacent to 4261
Highway 7 Page
2 of 2
ENVIRONMENTAL CONSIDERATIONS
The Toronto and Region
Conservation Authority (TRCA) was consulted during the detailed design stage of
this project and a permit has been granted by TRCA to undertake the proposed
work within the Rouge River watershed.
The restoration improves the condition of the existing watercourses,
fish habitat and reduces the risk of flooding.
To: |
Brenda Librecz, Acting Chief
Administrative Officer |
Re: |
071-T-10 Sidewalk Construction Program on Regional Roads |
Date:
|
July 7, 2010 |
Prepared by: |
Dereje Tafesse, Capital Works Engineer, Engineering. Ext: 2034 Robert Slater, Senior Construction Buyer, Purchasing. Ext: 3189 |
Recommended Supplier
|
Maple Crete Inc. ( Lowest
Priced Supplier) |
|
Current Budget Available |
$ 1,695,790.75 $ 1,347,908.78 |
083-5350-10057-005
Sidewalk Requests 083-5350-9302-005
Sidewalk Requests |
Less cost of award |
$ 1,235,569.41 $ 185,335.41 $ 1,420,904.82* $ 106,567.86 $ 1,527,472.68 |
Sidewalk Construction (Inclusive of HST) Contingency (15%) Total award (Inclusive of HST) Engineering Dept Project Management Fees 7.5 %) Total Project Cost (Including HST) |
Budget remaining after this
award |
$ 1,516,226.85 $
0.00 |
083-5350-10057-005 **
083-5350-9302.005 |
|
|
|
* Price have been increased by the 1.76% impact from HST
** The balance of the funds will be used for upcoming sidewalk construction project as budgeted for within this account.
071-T-10 Sidewalk Construction Program on Regional Roads Page
2 of 2
BID
INFORMATION
Advertised |
ETN |
Bid closed on |
June 23, 2010 |
Number
picking up bid documents |
9 |
Number
responding to bid |
4 |
DETAILED PRICING INFORMATION
Suppliers |
Bid Price (Inclusive of HST)* |
Maple Crete Inc. |
$1,235,569.41 |
Aloia Bros. Concrete |
$1,632,018.33 |
Bennington Construction Ltd. |
$1,643,005.77 |
Miwel Construction Ltd. |
$2,293,881.74 |
* Price have been increased by the 1.76% impact from HST
The bids have
been verified for accuracy and compliance with the Tender terms and conditions.
STAFF AWARD REPORT Page
1 of 2
To: |
Andy Taylor, Acting
Chief Administrative Officer |
Re: |
142-T-10 Construction of Berczy Community Park - South |
Date: |
July 12, 2010 |
Prepared by: |
Linda Irvine, Manager Parks and Open Space, Ext. 2120 Tony Casale, Senior Buyer, Ext. 3190 |
Recommended Supplier |
Cambium Site
Contracting Inc. (Lowest Priced Supplier) |
|
Current Budget Available |
$ 2,661,933.70 |
081-5350-9352-005
Berczy
Park South Final |
Less: Cost of Award |
$ 1,960,242.57 $ 294,036.39 $ 2,254,278.96 $ 202,885.11 $ 2,457,164.07 |
Inclusive of HST Contingency@ 15% * Sub Total Internal Management Fee @ 9% Total Project Cost |
Budget Remaining
after this award |
$ 204,769.63 |
** |
* Due to the nature of the site
conditions (existing park facilities and soil conditions associated with the
pre-cut and fill activities) and the possible requirement of sub consultant(s)
i.e. Geo technical, staff anticipate a higher than typical contingency during
construction of this project.
* * Upon payment of all invoices
associated with this project, any remaining funds will be returned to the
original funding source.
Berczy Park is a 65 acre
park bounded by Castlemore Avenue, Glenbrook Drive, Wilfred Murison and The
Bridle Walk in the heart of the Berczy Community. This large community park has
been constructed in a number of phases including the first phase north of Bur
Oak Avenue, the second phase south of Bur Oak Avenue, and now this 5 acre phase
at the north east corner of The Bridle Walk and Wilfred Murison Avenue. This
work will complete the land development aspects of this community park. Future
phases will include construction of a maintenance building, park pavilion with
washrooms and a children’s water play.
The scope of work includes
but is not limited to site servicing, rough grading, fill removal, sub-grade
preparation, asphalt and concrete paving, playground with concrete curb and
play sand, steel shade trellis, fencing, irrigation, lighting, planting,
sodding and park furniture installation.
Facilities
to be constructed include a soccer field, tennis courts, basketball courts;
skate park feature, existing playground expansion, parking lot, circuitous
pathways and open lawn areas. The project is to begin construction in the
summer of 2010 and the park is to be completed by the end of summer in 2011.
Advertised |
ETN (Electronic Tendering Network) |
Bids closed on |
July 07, 2010 |
Number picking
up bid documents |
16 |
Number
responding to bid |
09 |
142-T-10 Construction of Berczy Community Park - South Page 2
of 2_
Suppliers |
Price (Inclusive of HST) |
Cambium Site Contracting Inc. |
$ 1,960,242.57 |
Oak Site
Preparation Inc. |
$ 2,060,740.74 |
Bruce Wilson
Landscaping Ltd. |
$ 2,197,493.82 |
Wyndale Paving
Co. Ltd. |
$ 2,268,983.00 |
Mopal
Construction Limited |
$ 2,297,532.96 |
Gateman Milloy
Inc. |
$ 2,426,901.63 |
Forest Ridge
Landscaping Inc. |
$ 2,476,961,06 |
Hermanns
Contracting |
$ 2,863,006.21 |
Royal Crest
Paving & Construction Ltd. |
$ 3,010,915.58 |
Original Budget |
$ 2,666,100.00 |
Budget Available |
$ 2,661,933.70 |
Award – Inclusive of HST |
$ 1,960,242.57 |
Contingency @ 15% -
inclusive of HST |
$ 294,036.39 |
Capital Administration Fees |
$ 202,885.11 |
Budget Remaining |
$ 204,769.63 |
STAFF AWARD REPORT
To: |
John Livey,
Chief Administrative Officer |
Re: |
127-T-10 Box Grove Neighbourhood Park Construction |
Date: |
July 21, 2010 |
Prepared by: |
Linda Irvine, Manager Parks and Open Space, Ext. 2120 Patti Malone, Senior Buyer, Ext. 2239 |
Recommended Supplier |
Bruce Wilson
Landscaping Limited (Lowest Priced Supplier) |
|
Current Budget Available |
$ 1,035,500.00 |
081-5350-9089-005
Box
Grove S Park Const |
Less: Cost of Award |
$ 808,637.26 $ 121,295.59 $ 929,932.85 $ 83,693.96 $ 1,013,626.81 |
Inclusive of HST Contingency: Design and Construction (15%)* Total Award Internal Management Fee @ 9% Total Project Cost |
Budget Remaining
after this award |
$ 21,873.19 |
** |
*Staff anticipate that a higher than
typical level of contingency (15%) may be required during construction of this
project. (i.e. Gazebo may require an
increase in steel posts, depth of post, footing and additional rebar after
structural engineer certifies the structure).
**Upon payment of all invoices
associated with this project, any remaining funds will be returned to the
original funding source.
The Box Grove South Village
Neighborhood Park is comprised of two parcels: one is located generally between
Riverwalk Drive and Nutmeg Street, and the other is located adjacent to
Fieldside Street. David Suzuki School is located between these two parcels. The
largest parcel is 4.8 acres (1.95 ha) and the smallest parcel is 0.93 acres
(0.37 ha) . The scope of work in this contract includes, grading, planting, sodding, irrigation,
a play area, a shade structure (gazebo), soccer field, electrical, concrete,
asphalt, unit pavers and park furniture installation. This project is to begin construction in
August 2010 and be completed by the end of 2010.
Advertised |
ETN (Electronic Tendering Network) |
Bids closed on |
July 07, 2010 |
Number picking
up bid documents |
10 |
Number
responding to bid |
2 |
Suppliers |
Price (Inclusive of HST) |
Bruce Wilson Landscaping Limited |
$ 808,637.26 |
Royal Crest
Paving |
$1,641,625.90 |
The low bid price is 8% lower
than the consultants cost estimate and in reviewing past bids the price
demonstrates comparable pricing in various areas of the scope of work. In reviewing Royal Crest Paving bid, it was
evident they mispriced one component (removal of existing material was $700k
higher than the low bid price and the estimate from the consultant).
To: |
John Livey, Chief
Administrative Officer |
Re: |
009-R-10 Detailed Design of the 2010 Sidewalk Program |
Date:
|
May 17, 2010 |
Prepared by: |
Dereje Tafesse, Capital Works Engineer, Engineering. Ext: 2034 Robert Slater, Senior Construction Buyer, Purchasing. Ext: 3189 |
Recommended Supplier |
Cole Engineering Group Ltd
(Highest Ranked / Lowest Priced Supplier) |
|
Current Budget Available |
$
1,355,171.39 |
083-6150-7752-005 Sidewalk Requests |
Less cost of award |
$ 71,425.34 $ 31,428.58 $ 15,428.00 $ 118,281.92 $ 8,871.00 $ 127,529.92 |
Design & Tender Preparation (Inclusive of HST) Contract Adm & Geotechnical (Inclusive of HST) Contingency (15%) Total award (Inclusive of HST) Internal Department Management Fee 7.5 % Total Project Cost |
Budget remaining after this
award |
$ 1,227,641.47 |
|
* The remaining balance of funds will be used for construction work that will be tendered in 2010 as budgeted for within this account.
Note: The roads identified within this report where
included in the 2010 section as outlined in Engineering’s 5 year plan taken to
Council on March 2010.
BID
INFORMATION
Advertised |
ETN |
Tender
closed on |
March 26, 2010 |
Number
picking up documents |
6 |
Number
responding to bid |
4 |
009-R-10 Detailed Design of the 2010 Sidewalk Program Page
2 of 2
PROPOSAL
EVALUATION
The
evaluation team was comprised of staff from the
Suppliers |
Score (out of 100) |
Ranking |
Cole Engineering Group
Ltd. |
92.5% |
1 |
Wardrop
Engineering Inc. |
78.19% |
2 |
Counterpoint
Engineering |
74.27% |
3 |
Masongsong
Associates |
69.10% |
4 |
Prices ranged
from $102,853.92 - $180,775.11 (Inclusive of HST) for these submissions.
Cole Engineering was the lowest priced bidder
and submitted the second most technically proficient proposal, highlighting the
detail design constraints of each proposed sidewalk location. In addition, Cole has completed multiple
projects of similar size and value in the past. The bids have been verified for accuracy and compliance
with the RFP terms and conditions.
To: |
Jim Baird, Commissioner, Development
Services |
Re: |
076-R-10 Aitken Circle SWM Pond
Retrofit |
Date: |
June 14, 2010 |
Prepared by: |
Dale MacKenzie, Senior Capital Works Engineer. Ext:
4055 |
PURPOSE
The purpose of this report is to obtain approval to award a contract for
the “Aitken Circle Storm Water Management Pond Retrofit Design”.
Recommended
Supplier |
AECOM (Highest Ranked and Lowest Priced Supplier) |
|
Current
Budget Available |
$ 482,000.00 |
640-101-5699-9295 SWM Pond
Retrofit |
Less cost of award |
$ 58,959.74 $ 9,000.00 $ 67,959.74 $ 8,155.17 $ 76,114.91 |
Design and C.A. Services
(Inclusive of HST) Contingency (Inclusive of
HST) Total Award (Inclusive of
HST) Internal Department
Management fee (12%) Total Project Cost |
Budget Remaining after this award |
$ 405,885.09 |
* |
* The remaining funding will be
used for the reconstruction of the Storm Water Management Pond.
The Region of York is required to complete environmental improvements
related to the 16th Avenue Truck Sewer project to comply with
Minister’s conditions dated October 1, 2004.
To meet these requirements the Region of York and the Town of Markham
began the 16th Avenue Environmental Improvement Initiative in 2008
and the Funding Agreements have recently been finalized. There are three projects associated with this
Environmental Improvement Initiative as noted below:
Fifty percent (50%) of the cost of this project will be funded by the
Region of York.
Of these three projects, a Request for Proposal was issued recently for
the Detailed Design of the Aitken Circle SWM Pond Retrofit and the results of
this RFP are provided below:
Advertised |
ETN |
Bids Closed on |
April 14th, 2010 |
Number
picking up documents |
23 |
Number
responding to bid |
9* |
*Submissions from
three consultants were rejected as non-compliant as incorrect bid forms were
used and in two cases it was not possible to ascertain the correct bid price.
Consequently, their submissions did not meet the requirements stipulated in the
Bid documents.
076-R-10
Design and C.A. Services for the Reconstruction of the Aitken Circle SWM Pond Page 2 of 2
Proposal
evaluation
The evaluation team comprised staff from
the Engineering Department with a member from the Purchasing Department acting
as a facilitator. The evaluation was
based on pre-established criteria as listed in the Request for Proposal: 20%
for past experience of Consulting Firm, 20% for qualifications of the
Lead Consultant and Project Team, 30% Project delivery and 30% Price, totalling
100% with resulting scores as follows:
Suppliers |
Score (Out of
100 Points) |
Ranking |
AECOM Canada Ltd. |
90.20 |
1 |
Genivar
Consultants LP |
75.64 |
2 |
Cole Engineering
Group Ltd. |
71.37 |
3 |
Delcan
Corporation |
71.25 |
4 |
Valdor
Engineering Inc. |
54.93 |
5 |
Masongsong
Associates Engineering Limited |
47.77 |
6 |
Prices ranged from $58,959.74 to $100,030.08 (Inclusive of HST) for
these submissions.
AECOM Canada Ltd. submitted the most
technically qualified proposal with a good understanding of the project and
considerable experience in related projects to the one identified in this RFP.
Additionally, they were the lowest priced bidder and as such, they achieved the
highest mark in the price scoring for evaluation. The bids have been verified for accuracy and
compliance with the RFP terms and conditions. Purchasing has reviewed the
references of the recommended proponent and is satisfied with the references provided.
To: |
Jim Baird, Commissioner, Development
Services |
Re: |
065-R-10 Reesor Road Bridge
Rehabilitation Design |
Date: |
June 1, 2010 |
Prepared by: |
Dale MacKenzie, Senior Capital Works Engineer. Ext:
4055 |
PURPOSE
The purpose of this report is to obtain approval to award a contract for
the “Reesor Road Bridge Rehabilitation Design”.
Recommended
Supplier |
Planmac Inc. (Highest Ranked/Second Lowest Priced Supplier) |
|
Current
Budget Available |
$
376,683.95 |
058-6150-8461-005 Design
Services Reesor Road |
Less cost of award |
$
89,019.65 $
10,000.00 $
99,019.65 $
11,882.36 $
110,902.01 |
Design and C.A. Services
(Inclusive of HST)* Contingency (10%) Total Award (Inclusive of
HST) Internal Department
Management fee (12%) Total Project Cost |
Budget Remaining after this award |
$
265,781.94 |
** |
Note: The award amounts are
increased by 1.76% to reflect the impact of HST
* The award amount of $89,019.65 includes the following:
·
$52,386.05 – Preliminary and Detailed Design
·
$36,633.60 – 3 months ($12,211.20 per
month) on construction administration / Inspection
**
The
remaining funding will be used for the construction repairs required for the
Reesor Road Bridge as budgeted for within this account.
The existing Reesor Road Bridge located approximately 800m south of 14th
Avenue was constructed in 1965 to allow for access across the Little Rouge
Creek. This bridge has a clear span of
18.6m and an overall width of 11.65m.
The pavement width is 9.0m and a sidewalk is on one side of the bridge
deck.
This bridge was inspected in 2006 and again in 2008 where it was
recommended to make repairs as listed in the Detailed Bridge Deck Condition
Survey – Reesor Road Bridge Structure No. B13, dated July 31, 2008. To complete this work, detailed design drawings
and evaluation of the bridge is required.
A Request for Proposal was issued for the Detailed Design for the
Rehabilitation of the Reesor Road Bridge and the results of this proposal call
are provided below:
Advertised |
ETN |
Bids Closed on |
March 10, 2010 |
Number
picking up documents |
28 |
Number
responding to bid |
5 |
065-R-10 Design and Contract
Administration Services for the Rehabilitation of the Reesor
Road Bridge Page
2 of 2
Proposal
evaluation
The evaluation team comprised staff from
the Engineering Department with a member from the Purchasing Department acting
as a facilitator. The evaluation was
based on pre-established criteria as listed in the Request for Proposal: 20%
for past experience of Consulting Firm, 20% for qualifications of the Lead
Consultant and Project Team, 30% Project delivery and 30% Price, totalling 100%
with resulting scores as follows:
Suppliers |
Score (Out of
100 Points) |
Ranking |
Planmac Inc. |
89 |
1 |
Construction
Control |
68 |
2 |
Aecom |
65 |
3 |
SNC Lavelin Inc. |
65 |
4 |
Trow Associates
Inc. |
57 |
5 |
Prices ranged from $70,466.26 to $259,625.38 (Inclusive of HST) for
these submissions.
Planmac Inc. submitted the most
technically qualified proposal and was the second lowest priced bidder.
Planmac’s proposal included all of the required information. Also, the Town has experience working with
Planmac Inc. and has no issues working with this firm on this project. The bids
have been verified for accuracy and compliance with the RFP terms and
conditions. Purchasing has reviewed the references of the recommended proponent
and is satisfied with the references provided.
To: |
John Livey, Chief
Administrative Officer |
Re: |
016-R-10 Storm Water Management Pond Cleanup |
Date: |
August 4, 2010 |
Prepared by: |
Alberto S. Lim, Capital Works Engineer. Ext: 2860 Robert Slater, Senior Construction Buyer. Ext: 3189 |
Recommended Supplier |
Stantec Consulting Ltd. - (Highest
Ranked / 4th lowest priced supplier) |
|
Original Budget and Account # |
$ 455,000.00 |
056-6150-8445-005
(Pond ID # 4) |
|
$ 500,000.00 |
058-6150-9241-005
(Pond ID #8) |
|
$ 530,000.00 |
056-6150-8358-005
(Pond ID #44) |
|
$ 421,500.00 |
056-6150-8359-005
(Glynnwood Pond) |
|
$ 1,906,318.72 |
Total |
Less
cost of Award |
$ 132,796.80 |
Consultation
Fee (Including HST) |
|
$ 13,279.68 |
Contingency
(10%) |
|
$ 146,076.48 |
Total
this award (Including HST) |
|
$ 17,529.18 |
Engineering
Dept. Project Management Fee (12.0%) |
|
$ 163,605.66 |
Total
Project Cost* |
Budget
Remaining after this award |
$ 1,742,713.06 |
|
* Total project cost to be allocated equally ($40,901.41) to each
account.
PURPOSE:
To obtain approval to award the contract for
consulting work in the clean-up of four (4) Town of Markham ponds storm water
management (SWM) ponds.
BACKGROUND:
The Town of Markham requested proposals from qualified
individuals or companies to carry out the design of sediment removal and
cleanup of four (4) SWM ponds, the preparation of the specifications and tender
documents for each SWM pond and the contract administration for all four SWM
pond cleanup operations. The objective of the sediment removal is to restore
the treatment capacity, that is, the water retention volume, of each SWM pond
to its original design capacity with considerations to bank stability,
obstructions and site conditions.
The following are the four SWM ponds that require
cleanup operation:
Pond ID |
Pond Name |
Location |
Cleanup Requirements |
ID
# 4 |
Buttonville
Pond |
N.
of 16th Avenue, E. of Woodbine Ave |
Sediment
removal and debris cleanup |
ID
# 8 |
Markville
Centre |
S.
of Austin Drive, N. of Hwy. No. 7, E. of Kennedy Road |
Sediment
removal, debris cleanup and fix broken fence and worn out baffle blocks |
ID
# 44 |
Bridlewood Pond |
S.
of Austin Drive, N. of Hwy. No. 7, W. of Bullock Drive |
Sediment
removal and debris cleanup |
Glynnwood
Pond |
Glynnwood
Pond |
Glynnwood
Residence and Shouldice Hospital, W. of Bayview Ave., N. of John St. |
Sediment
removal and debris cleanup; Restoration
of eroded forebay banks and pond shoreline. |
Advertised |
Electronic Tendering
Network |
Bids Closed on |
April 26, 2010 |
Number
picking up bid documents |
18 |
Number
responding to bid |
8 |
016-R-10 Storm Water Management Pond Cleanup Page
2 of 2
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: 30% price, 20% Experience of Firm and Related
Projects, 20% Understanding of Project, 20% Qualifications of Consultant and
Team, 5% Methodology, and 5% Health and Safety Policy, totaling 100%, with
resulting scores as follows:
Suppliers |
Total (100%) |
Ranking |
Stantec Consulting Ltd. |
83.43 |
1 |
Genivar Consultants |
82.16 |
2 |
Aquafor Beech Ltd. |
81.63 |
3 |
Calder Engineering |
76.41 |
4 |
Aecom Canada Ltd. |
72.84 |
5 |
Cole Engineering |
67.27 |
6 |
SCS Consulting Group |
59.67 |
7 |
Masongsong Associates |
47.50 |
8 |
SCS Consulting Group |
59.67 |
7 |
Note: The prices ranged from $111,925 to $305,000
Stantec gained strong evaluation marks in Experience of Firm and Related Projects, the Understanding of the Project and the Qualifications of Consultant and Team. Stantec Consulting Ltd. demonstrated in their proposal their extensive experience with SWM Pond cleanups and Sediment Removal projects within the GTA, and in particular, in the Town of Markham with all the subdivision developments that they have designed and administrated the construction contract in the past few years. In addition, Stantec Consulting Ltd. listed in their proposal that team members assigned to this project are well-qualified individuals with strong academic backgrounds and wide-ranging technical skills. It is a well-balanced team that will cover all aspects of this project from design coordination, drawing and tender preparation, contract administration and consecution inspection.
Stantec Consulting Ltd. (Stantec) provided the 4th lowest price ($20,871.80 higher than low bid) bid amongst all bidders; however, their bid scored higher by 7 points for technical merit (63 points vs 56 points) compared to the 2nd ranked technical bidder that enabled their selection.
Based on the above, Staff recommends awarding the contract to Stantec Consulting Ltd
STAFF AWARD
REPORT
To: |
Jim Baird, Commissioner,
Development Services |
Re: |
169-S-10 John Street – GO Station Feasibility
Study |
Date: |
June 9, 2010 |
Prepared by: |
Alan Brown, Director,
Engineering Ext. 7507 Alex Moore, Manager,
Purchasing Ext. 4711 |
PURPOSE
To obtain approval to issue a Purchase order to GO
Transit (Metrolinx) for the hiring of a consultant to undertake a feasibility
study for a future GO station in the John Street / Green Lane Area.
Recommended Supplier |
GO Transit (Metrolinx)
(Preferred Supplier) |
|
Current Budget Available |
$ 367,502.00 |
640-101-5699-7640
Engineering Studies |
Less
cost of award |
$ 50,000.00 |
Inclusive
of HST * |
Budget Remaining after this award |
$
317,502.00 |
|
Town of Markham comments on
the recent Metrolinx Transportation Plan included a request that Metrolinx and
Go Transit consider a GO Commuter Rail Station on the Richmond Hill Line at
John Street in Thornhill. Town staff, Mayor Frank Scarpitti and Councillor Erin
Shapero met Gary McNeil of GO Transit on June 3, 2010 as noted in the
attachment.
Although a John Street Station isn’t in GO Transit’s
foreseeable capital program future for next 15 – 25 yrs, GO and Town has agreed
to fund 50% of the cost to undertake a feasibility study to review the
following:
Ř The need / Justification for a station
Ř Interim and ultimate station requirements
Ř Property requirements
Ř Cost estimates
To: |
John Livey,
Chief Administrative Officer |
Re: |
164-S-10
The Design & Construction Administration Services for the
Restoration of Erosion Site at 19 Rouge River Circle |
Date: |
September 3, 2010 |
Prepared by: |
Nehal
Azmy, Senior Capital Works Engineer, Engineering Department. Ext: 2197 Robert
Slater, Senior Construction Buyer, Purchasing Department. Ext: 3189 |
PURPOSE
To
obtain approval to award the Design & Construction Administration Services for
the Restoration of Erosion Site at 19 Rouge River Circle
Recommended Supplier |
Cole Engineering (Preferred
Supplier) |
|
Current Budget Available |
$ 553,303.08 |
640-101-5699-8377 |
Less cost of award |
$ 52,395.14 $ 7,859.27 $ 60,254.41 $ 3,615.26 $ 63,869.67 |
Inclusive of HST * Contingency (15%) Total Award Internal Management Fees (6%) Total Project Costs |
Budget
Remaining after this award |
$ 489,433.41 |
* |
* The
award includes fees to apply for permit to take water to be submitted to the
Ministry of Environment.
**Budget remaining will be used for other erosion restorations as
budgeted for within this account
Staff
further recommends:
THAT the tendering process
be waived in accordance with
On
December 2009, the Town retained Cole Engineering as the successful consultant
under Request for Proposal nos: 269-R-09 and 285-R-09 ( Highest ranked / lowest
priced bidder for both) to complete design and construction administration
services for the Restoration of seven Erosion Sites along the East Don River,
the Rouge River, German Mills Creek, Mount Joy Creek and Pomona Mills
Creek. All sites included as part of
this project were identified as priority erosion sites within the Erosion
Restoration Implementation Plan Class EA conducted by Aquafor Beech on behalf
of the Town in 2006 and the addendum to the Class EA study completed in 2009.
The
Town has been recently been alerted to another priority erosion site located at
19 Rouge River Circle. The Town and TRCA have met with the owners of 19 Rouge
River Circle on site and have identified that this project should proceed with
implementation, based on the active erosion and risk to private property.
Significant
efficiencies can be realized by retaining Cole Engineering to provide Design
and Construction Administration Services for Rouge River Circle as they are
currently retained by the Town to complete similar work on seven (7) other
sites. Cole Engineering’s familiarity
with the required approval processes (dealing with private property owners and
other approval agencies) will provide high level of efficiency in delivering
this project within tight timelines. In addition Cole Engineering is very
familiar with this project in particular as they have reviewed the site and discussed
all the requirements with the TRCA and the Town.
The
negotiated price with Cole Engineering for this scope of work is comparable
with the prices it quoted under 269-R-09 and 285-R-09 and lesser than
comparable prices from four other consultants. The price from the other
consultants for the similar scope ranged between $54,000 to $67,000 whereas the
price negotiated with Cole Engineering is $39,037.88 + $7,329.50 (permit fees)
for a total price of $46,367.38 and plus HST.
Cole Engineering
also have the ability to reduce the number of meetings as they can be merged
with the meetings for the other sites and reduce the contract administration
cost by reducing the hours required for inspection without impacting the
quality of work.
STAFF
AWARD REPORT
To: |
Brenda Librecz, Acting Chief
Administrative Officer |
Re: |
195-S-10 Richmond Hill/Langstaff Gateway Mobility Hub and Transit Alternative |
Date: |
August 4, 2010 |
Prepared by: |
Alan Brown, Director,
Engineering Ext. 7507 Alex Moore, Manager,
Purchasing Ext. 4711 |
PURPOSE
To obtain approval to issue a Purchase order to Arup
Consultant to undertake a study for the Richmond Hill/ Langstaff Gateway
Mobility Hub and Transit Alternative as directed by Council on May 11, 2010.
Recommended Supplier |
ARUP Consultants (Preferred
Supplier) |
|
Current Budget Available |
$ 50,880.00 |
Letter
of Credit * |
Less
cost of award |
$ 50,880.00 |
Total
award (Inclusive of HST) |
Budget Remaining after this award |
$ 0.00 |
|
*Condor and Angus Glen developers
have committed to fund the full amount of this project study
Council
at its May 11, 2010 meeting directed staff to retain a world class consultant
to look at methods to bring the subway station to the front door of the
Langstaff Gateway and the Richmond Hill Centre, including a maximum access to
the Highway 7 and Yonge Street Bus Rapid Transit/ Light Rail Transit and the
Ministry of Transportation of Ontario 407 Transitway. If the study finds better
solutions for Langstaff Gateway and the Richmond Hill Centre, the Town of
Markham will request Metrolinx, MTO and VIVA to examine these solutions and modify
the environmental assessments to implement any of these solutions. At a June 7,
2010 members of Council, Senior staff and Langstaff developers, it was agreed
that due to the time sensitive nature of this review that ARUP consultants out
of Chicago USA would be retained to undertake this work. ARUP submitted terms
of reference with an upset limit of $50,000.00 (plus HST) which was approved by
the developers and Town staff. The study is to be funded by Langstaff
developers to a maximum of $50,880.00(inclusive HST). Funding commitments for
Condor and Angus Glen have been received and staff will draw the Langstaff
letters of credit to pay for this work.