Report to: General Committee                           Date Report Authored: September 1, 2010

 

 

SUBJECT:                         Delegation of Authority to Chief Administrative Officer during the annual summer recess as per By-law 4-2000

PREPARED BY:              Alex Moore Ext 4711

 

 

 

RECOMMENDATION:

1)                  THAT the report entitled “Delegation of Authority to Chief Administrative Officer during the annual summer recess as per By-law 4-2000” be received

 

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

 

PURPOSE:

To inform Council of items authorized (Attachments “A”) by the Chief Administrative Officer during the annual Council summer break between the last meeting in June or July and the next regular Council meeting as per By-law 4-2000.

 

ATTACHMENT “A”:

Delegation under By-law 4-2000 authorizes the Chief Administrative Officer to award any required contracts greater than $350,000 for the annual Council summer break between the last meeting in June or July, as the case may be, and the next regular Council meeting By-law which are in compliance with the Town’s Purchasing By-law and which are within budget as approved by Council;

 

Development Services

Preferred Supplier

·      206-S-10 Convergence Centre Renovations

 

Community & Fire Services

Sole Bidder

·      113-T-10 Water System Upgrades – Looping and Disconnection of Existing Watermains

 

 

ATTACHMENTS:

Copies of the reports as listed in attachment “A”

 

 

RECOMMENDED BY: 

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

 


 

 

Attachment “A”

                                                     STAFF AWARD REPORT

 

To:

John Livey, Chief Administrative Officer

Re: 

113-T-10 Water System Upgrades – Looping and Disconnection of Existing Watermains

Date: 

July 08, 2010

Prepared by:

David Huynh, Infrastructure Project Engineer- Ext: 2400

Rosemarie Patano, Senior Buyer- Ext: 2990;

 

PURPOSE:

To obtain approval to award the construction contract of 2010 Water Upgrades program – Looping and disconnection works at 14 existing watermains locations over the Town of Markham water distribution system.

RECOMMENDATION

Recommended Supplier

FDM Contracting Company Ltd. - (Sole Bidder)

Original Budget and Account #

$   1,012,000.00

$      600,000.00

$   1,612,000.00

083-6150-7666-005 Water System Upgrades (2007)

083-6150-8433-005 Water System Upgrades (2008)

Current Budget Available 

$   1,328,525.00

 

Less Cost of Award

$   1,019,836.68

$      101,983.67

$   1,121,820.35

Construction Cost (Inclusive of HST)

10% Construction Contingency (Inclusive of HST)

Total Award (Inclusive of HST)

Budget remaining

$      206,704.65

*

* Budget remaining shall be carried forward to the next year 2011 Water Upgrades – Looping and Disconnection Works.

 

Staff further recommends that in accordance with By-Law 4-2000 which reads:

“… that the Chief Administrative Officer be authorized to award any required contracts greater than $350,000 for the annual Council Summer break between the last meeting in June or July, as the case may be, and the next regular Council meeting which are in compliance with the Town’s Purchasing By-law and which are within budget as approved by Council”.

 

BACKGROUND:

In compliance with the requirements of Ontario Drinking Water Quality Standards and Drinking Water Systems, O.Reg 169/03 & 170/03, manual flushing must be performed regularly at all dead-ends of the distribution system to maintain water quality. With the growth of the system, manual flushing exposes several drawbacks as it is a time consuming process, causing sudden pressure drops, wasting of large amount of water, and requiring an intensive workload from operation and maintenance staff in year-round schedule.

 

Through a system improvement study conducted by Waterworks in 2007-2008, there are 234 dead-end locations that need to be addressed for water quality issues. Among them,  57 locations have been identified to be looped with the network or disconnection/ abandonment of the redundant watermain branches (being the most cost effective solution),  38 locations will be addressed through better isolation at pressure boundaries and the balance 139 are being re-assessed for cost-effectiveness of manual flushing against installation of automatic flushing stations.  This study of the 139 locations will be re-visited in the near future to review the effectiveness of manual flushing and a new perspective on the situation with an option of proceeding towards the flushing technology.

 

The 57 locations for looping and disconnection identified above are planned for a 3 year completion. The first phase contract consists of 14 locations to be completed this year 2010, with 20 and 23 locations planned for Phase 2 (2011) and Phase 3 (2012) respectively. In April 2010, a consulting engineer was hired by Waterworks to prepare engineering detailed design, construction cost estimate, construction administration and inspection for this first phase works. Construction is scheduled to commence by August 2010 and complete by October 2010.

BID INFORMATION:

Advertised, place and date

ETN

Bids closed on

June 11, 2010

Number of Bidders picking up bid documents

9

Number of Bidders responding to bid

1*

 

* One (1) bidder was disqualified after bid opening for submitting non-compliant bid.  The bidder had mathematical errors that resulted in an uncertain bid price

“The Town in its sole discretion may reject as non-complaint Tender which contains omissions, erasures: is ambiguous or unclear as to meaning or intent”.

 

Purchasing contacted all the bidders who picked up the document but did not provide a submission.  From the follow-up calls made, it was noted that their current workload was not conducive to taking on further projects at this time.

 

OPTIONS / DISCUSSIONS

An assessment of the bid price as quoted by FDM Contracting demonstrates a +4.4% ($42,108) higher difference with the cost estimate prepared by the Town’s consultant engineer.   However, the disqualified bidder whose bid price was read out publicly was 22% ($220,000) higher than FDM Contracting submission.  Waterworks have confirmed that this project needs to be completed this year as it addresses water quality and is highly anticipated to be started and completed by Council and residents of the Town in 2010.  If this project was to be delayed further it would extend the Town’s water quality issues further that will negatively impact and might jeopardize our license from the Ministry of the Environment for operating the Town’s water distribution system.

 

This year’s first phase project of the program, 14 locations, were selected and prioritized based on customer complaint history, hydraulic modeling, and ease of construction. . Of the 14 locations, 6 are disconnection works accounting for 41.5% of total cost, and 8 are loopings that account for 58.5% of total cost. Due to construction and cost impact, watermain looping is considered only after careful assessment of all factors such as field conditions, maintenance costs and hydraulic effectiveness of ensuring water quality. Security of supply is also considered as a positive factor in watermain looping as a secondary feed to the site.

 

Based on this year’s project and costs, cost benefit analysis of the Phase 2 and 3 of the program would be re-assessed and adjusted to fit the best and most cost effective solution for addressing the identified watermain dead ends.

 

References were made to the previous project’s clients (which include the City of Toronto and the Region of Durham) for works completed within the last three years that are similar in size and scope to the Town’s works being tendered.  FDM’s client base provided favourable performance reviews, strongly recommending their experience and qualifications in the field of Water System Upgrades. 

 

 

FINANCIAL CONSIDERATIONS:

The following table is a summary of the financial considerations for this report:

 

Account Name

Account #

Budget Amount

Spent to Date

Committed

Budget Available

Amount to Allocate to this project

Budget Remaining

EREP Water System Upgrades

053 6150 7666 005

$1,012,000

$183,725

$99,750

$728,525

$728,525

-

EREP Water System Upgrades

053 6150 8433 005

$600,000

-

-

$600,000

$393,296

$206,704

Totals:

$1,612,000

$183,725

$99,750

$1,328,525

$1,121,821

$206,704

 

STAFF AWARD REPORT

 

To:

John Livey, Chief Administrative Officer

Re: 

206-S-10 Convergence Centre Renovations

Date: 

August 6, 2010

Prepared by:

Stephen Chait, Director, Economic development. Ext: 4871

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

PURPOSE:

To obtain approval to award the contract for Facility Project Management Services and Contract Administration for the  renovations of the Convergence Centre, 7271 Warden Avenue.

                RECOMMENDATION

Recommended Supplier

Mayhew & Associates  ( Preferred Supplier)

Original Budget and Account #

$           382,900.00

$           184,494.45

$           200,000.00

610-101-5399-10006 – Renovate Convergence Centre

056-5350-9516-005 – Installation of elevator

750-101-5399-10247 – Renovate Convergence Centre

Current Budget Available 

$            126,344.62

$            184,494.45

$            200,000.00

$            510,839.07

610-101-5399-10006

056-5350-9516-005

750-101-5399-10247

Total

Less cost of award

$            273,019.03

$            169,230.95

$              15,264.00

$              15,264.00

$              10,176.00

$              10,176.00

$            493,129.98

Construction Renovations (Inclusive of HST)

Accessibility – Install Elevator (Inclusive of HST)

Pro. Mgt/ C.A. Services (610-101-5399-10006)

Pro. Mgt/ C.A. Services (056-5350-9516-005)

Contingency (056-5350-9516-005)

Contingency (750-101-5399-10247)

Total cost of award, Inclusive of HST

Budget remaining after this award

($           161,938.41)   

$                       0.00

$            189,824.00 

610-101-5399-10006 - Construction

056-5350-9516-005 - Accessibility

750-101-5399-10247

* The shortfall in Construction account no. 610-101-5399-10006, will be recovered from leasehold improvement revenue from the tenants (approximately $155,000) and the balance from space rental and lease rent.

 

Staff further recommends that in accordance with By-Law 4-2000 which reads:

“… that the Chief Administrative Officer be authorized to award any required contracts greater than $350,000 for the annual Council Summer break between the last meeting in June or July, as the case may be, and the next regular Council meeting which are in compliance with the Town’s Purchasing By-law and which are within budget as approved by Council”

BACKGROUND:                                                                                                                                                                

The Jacques Whitford building located at 7271 Warden Avenue is being renovated to accommodate new tenants. Leasehold improvements, including the installation of an elevator are necessary to satisfy the terms of the lease with the new tenants who are due to take occupancy of the building during the first week of October. The tenants have agreed to fund the cost of leasehold improvements (Approx. $105k). Further there is a commitment from one of the tenants for an additional $50k to offset the costs of improvement in the presentation room

 

 

 

 

 

The scope of work for this project is as follows:

 

·         Selective demolition (including drywall partions, T-bar ceilings)

·         New drywall & T-bar Ceilings

·         Supply and Installation of new door packages (new glass doors and relocation and reinstallation of existing doors

·         Painting and wall covering

·         Glazing

·         Millwork

·         Mechanical work (plumbing, sprinklers and HVAC)

·         Electrical

·         Construction of an elevator shaft & control room

·         Installation of an Elevator lift and associated testing requirements

·         Appliances & Furniture

·         Site Supervision

 

The project will be managed by Mayhew Associates who were awarded the contract 061-R-09 “Facility Management, Project Management, Space Planning and Move Management for a four (4) year period.   Mayhew will provide ‘turn-key’ administrative services for this project that includes managing the contractors work and certifying the completion of work along with approving invoices for payment. The costs relating to these services will be charged to the project account mentioned above.

 

Due to the tight completion deadlines to accommodate the move of the tenants beginning October, bids for the construction was solicited by Mayhew from a select list of vendors. The construction project as identified above in scope of work was competitively bid .P & C General Contracting Ltd. being the low bidder in the amount of $442,249.98 ($434,601.00 + $7,648.98 HST).

 

BID Information

Suppliers

Bid Price (Inclusive of HST)*

P & C general Contracting Ltd.

$442,249.98

Quality Contracting Co. Inc.

$457,818.24

Rutherford Contracting Ltd.

$461,990.40

Aecon Buildings A division of Aecon Construction Group Inc.

$501,562.83

J. D. Strachan Construction Limited

$517,246.08

Pegah Construction Ltd.

$537,089.28

The Remington Group

$967,234.91

* Price have been increased by the 1.76% impact from HST

 

The fees for project management for Mayhew are as per the contract awarded under contract 061-R-09. The award to Mayhew is to an upset limit of $30,000 (based on the hourly rate specified under contract 061-R-09) for project management, contract administration and ‘turn-key’ administrative services to oversee this project. Contractors will be paid by Mayhew with the Town reimbursing Mayhew accordingly.   

 

Financial Consideration

Construction (P & C general Contracting Ltd.)                               $434,601.00

Project Management / Contract Administration (Mayhew)        $  30,000.00 Upset fee

Contingency (Construction / Consultant)                                        $  20,000.00

Sub-total                                                                                                 $484.601.00 

 

HST – Impact (1.76%)                                                                        $     8,528.98   

Total Project Award                                                                                            $  493,129.98