Report to:  General Committee                                                 Date of Meeting: April 24, 2006

 

 

SUBJECT:                          Award of Tender # 001-T-06 and RFP # 012-R-06

                                            14th Avenue Watermain Construction, McCowan Road to Boxwood Crescent

 

PREPARED BY:               Simon Hung ext. 2136

 

 

RECOMMENDATION:

THAT the report entitled “Award of Tender # 001-T-06 and RFP # 012-R-06, 14th Avenue Watermain Construction, McCowan Road to Boxwood Crescent” be received;

 

AND THAT the contract for tender #001-T-06 for the construction of the watermain be awarded to the lowest price qualified bidder, Pachino Construction Co. Ltd. in the amount of $4,766,355.14 exclusive of GST;

 

AND THAT a contingency amount of $480,000 exclusive of GST be established to cover any additional construction costs and that the Director of Engineering be authorized to approve expenditure of this contingency amount up to the specified limit and to provide monthly statement of these expenditures to the Town Treasurer;

 

AND THAT RFP # 012-R-06 for construction inspection and contract administration services be awarded to the highest ranked and lowest price qualified consultant, Totten Sims Hubicki Associates in the amount of $92,500 exclusive of GST;

               

AND THAT a contingency amount of $9,250 exclusive of GST be established to cover any additional construction inspection and contract administration and that the Director of Engineering be authorized to approve expenditure of this contingency amount up to the specified limit;

                                                             

AND THAT staff be authorized to issue a quotation to retain a qualified geotechnical consulting firm in accordance with the Town’s purchasing bylaw to provide geotechnical service, materials testing and settlement monitoring at the CN Rail crossing before, during and up to one year after the construction for an upset limit not to exceed $75,000 exclusive of GST;

 

AND THAT staff be authorized to pay $1,850 exclusive of GST to CN Rail for the approval fee and issue a purchase order to CN Rail for an amount not to exceed $25,000 exclusive of GST for the execution of the Standard Pipe Crossing Agreement for the costs associated with the review, construction coordination and flagging protection services during construction;

 

AND THAT staff report back to Council with respect to including these and other costs in updates to the existing development charge by-laws;

 

AND THAT the Finance and Engineering Department report back to Council on the impact of this project and other Engineering capital projects funded from Development Charges on project debt financing requirements;

AND THAT the award be funded from the previously approved Engineering Capital accounts 083 5350 6745 005 (2005 Capital budget) in the amount of $2,200,000 and 083 5350 7264 005 (2006 Capital budget) in the amount of $5,000,000 for a total funding of $7,200,000;

 

AND THAT upon payment of all the invoices, any remaining funds will be returned to the original funding source.

 

RECOMMENDEDBY:

 

 

 

______________________________                    ________________________________

Alan Brown, C.E.T.                                                  Jim Baird, M.C.I.P., R.P.P.

Director, Engineering                                                Commissioner, Development Services

 

 

EXECUTIVE SUMMARY:

The construction of the new watermain on 14th Avenue between McCowan Road and Boxwood Crescent is crucial to support the on going development of the east Markham area.  Detailed design of the watermain was completed earlier this year and all the required approvals and properties have been obtained.  A status report was submitted to Development Services Committee on January 24, 2006 and authorizations and approvals were granted on the following requests: 

Ř      Enter into agreement with CN Rail, Hydro One and other external agencies.

Ř      Enter into agreements to acquire or expropriate easements as may be required.

Ř      Exemption to the Town’s Noise Control By-law #218-86 to allow construction between Middlefield Road and Markham Road to proceed 24 hours a day.

It is expected that the construction will start in July and be completed in December this year.  The total cost of the project is within the approved budget and any remaining funds will be returned to the original funding source.

 

FINANCIAL CONSIDERATIONS:

The project is funded from Development Charges and is included in the 2005 & 2006 Capital Budgets in the amounts of $2,200,000 and $5,000,000 respectively for a total of $7,200,000. The total estimated cost of the project is summarized in the following table: 

 

Project Costs Request for Approval in this Report (exclusive of GST)

Construction Cost

$4,766,355.14

Construction Contingencies

$480,000.00

Contract Admin. and Site Inspections

$92,500.00

Contract Admin. & Site Insp. Contingencies

$9,250.00

Geotechnical consultant

$75,000.00

CN approval and Crossing Agreement

$26,850.00

Total

$5,449,955.14

 

Project Costs Previously Approved (exclusive of GST)

Property acquisition

$140,350.00

Engineering Fee (4% actual)

$224,020.00

Total

$462,070.00

Total Project cost (exclusive of GST) = $5,912,025.14

 

The current August 2004 Development Charge By-law approved $2,816,925 in funding for this project and the By-law update later this year will reflect the above increased cost estimate.


1. Purpose                2. Background         3. Discussion             4. Financial         5. Environmental

 

6. Accessibility       7. Engage 21st             8. Affected Units       9. Attachment(s)

 










The construction tender # 001-T-06 was issued in accordance with the Purchasing By-law 2004-341.  Staff and the consultant have reviewed the bid documents and are satisfied that all terms, conditions, bid prices and specifications comply with the Town’s requirements.  The tender results are summarized below:

BID INFORMATION

Advertised, place and date

February 3, 2006

Bids closed on

March 15, 2006

Number of contractors picking up bid documents

26

Number of contractors responding to bid

7

Detailed pricing information as submitted is as follows exclusive of GST;

 

Contractors

Base Bid

Provisional

Total Price

1

Pachino

$4,367,505.14

$398,850.00

$4,766,355.14

2

F.C.M.

$4,550,120.00

$286,380.00

$4,836,500.00

3

Advice

$4,900,106.31

$146,850.00

$5,046,956.31

4

Memme

$5,319,104.00

$-147,599.00

$5,171,505.00

5

Drainstar

$5,220,280.00

$280,350.00

$5,500,630.00

6

Comer

$5,538,230.00

$302,100.00

$5,840,330.00

7

Dig-Con

$5,890,925.00

$1,761,100.00

$7,652,025.00

 

Contract Administration and Site Inspection Services

 

The Request For Proposal (RFP) # 012-R-06 was issued on February 14, 2006 in accordance with Purchasing By-law 2004-341 and a total of 24 consulting firms picked up documents. The RFP closed on March 15 2006 and proposals were received from the following five firms.

·        Totten Sims Hubicki Associates

·        Masongsong Associates Engineering

·        SCS Consulting Group Ltd

·        Marshall Macklin Monaghan Ltd

·        Trow Consulting Engineers Ltd          

 

Staff has reviewed the bid documents and is satisfied that all terms and conditions comply with the Town’s requirements.  Summary pricing information is included as Attachment “B”.

 

A Standard Pipe Crossing Agreement is required with CN Rail where the watermain crosses under their rail line.  A purchase order of $25,000 is required for the execution of the agreement.

 

A geotechnical consultant will be retained by the Town to carry out material testing for the installation of the watermain and settlement monitoring at the CN Rail crossing.  Staff will invite qualify consultants to submit proposal to perform the required tasks.  An upset limit of $75,000, exclusive of GST, shall be approved for this service. 

 

Further to the January 24, 2006 Project Status Report, all the required permanent and temporary easements have been secured by agreements.

 

PROPOSAL EVALUATION:

The RFP was evaluated by an Evaluation Team consisting of staff from Engineering Department with Purchasing staff verifying for accuracy and compliance.  All five proposals were evaluated based on pre-established evaluation criteria as listed in the RFP with resulting scores as per Table A.

 

Table A

 

Points

TSH

Masongsong

SCS

MMM

Trow

Past experience

20

10.00

8.00

7.00

13.00

12.00

Qualification

20

20.00

15.00

16.00

20.00

16.00

Project Understanding

30

26.00

27.00

28.00

24.00

26.00

Total above

 

56.00

50.00

51.00

57.00

54.00

Project Costs

30

30.00

28.12

25.56

24.78

20.33

Total

100

86.00

78.12

76.56

81.78

74.33

RANK

 

1

3

4

2

5

 

Based on the pre-established evaluation criteria with resulting scores as per Table A, Totten Sims Hubicki Associates (TSH) achieved the overall highest total scores.  TSH has proposed a comprehensive proposal with a solid administration and site supervision team and staff are confident that their project team will provide the anticipated services that meet the requirements as outlined in the RFP.  We therefore recommend that TSH be awarded the contract. 

 

PROJECT SCHEDULE

Subject to Council’s award of this tender, construction of this project is scheduled to commence May 2006 and will be completed by December 31, 2006.