Loading...
HomeMy WebLinkAboutCS 05-11 Report To Executive Committee PI CKERING Report Number: CS 05 -11 33 Date: January 10, 2011 From: Gillis A. Paterson Director, Corporate Services & Treasurer Subject: Tender / Contract Approval - Council's Fall Recess Recommendation: 1. That Report CS 05-11 of the Director, Corporate Services & Treasurer regarding tender and contract approvals during Council's Fall recess due to the 2010 Municipal Election be received; 2. That Council pass a Resolution ratifying the approval of the Tenders and Contracts by the Chief Administrative Officer contained in this Report during Councils' recess being: Quotation No. Q-61-2010, Boulevard Improvements - Kingston Road at Walnut Lane; Quotation No. Q-65-2010, Hot Water Boiler Replacement - Pickering Civic Complex; Tender No. T-22-2010, Charlotte Circle Road Improvements; Tender No. T-23-2010, Brockridge Park Pedestrian Bridge and Walkway Replacement, Request for Proposal No. RFP-9-2010, Whitevale Master Drainage Plan; and, Request for Proposal No. RFP-13-2010 for Pickering Road Needs Study, 3. That the Director, Corporate Services & Treasurer be authorized to: a) draw the sum of $8,430 from the Parkland Reserve Fund, in addition to the draws from the various sources as approved by Council in the Capital Budget for all projects in this report, for the Brockridge Park Pedestrian Bridge and Walkway Replacement; b) draw the sum of $14,984 from the Parkland Reserve Fund for the Shadybrook Park playground project for walkway reconstruction; and 4. That the appropriate City of Pickering officials be authorized to take the necessary action to give effect thereto. Executive Summary: Council is required to approve contracts. awarded by the Chief Administrative Officer (CAO) during recesses of Council. The tender and contract approvals contained in this report were approved by the Chief Administrative Officer during the Fall recess of Council which met City Policy and were,within the approved Budget. Report CS 05-11 Date: January 10, 2011 Subject: Tender/ Contract Approval Page 2 - Council's Fall Recess 34 Financial Implications: The capital projects listed above and described in this report are being funded from various sources as approved by Council in Capital Budgets. The total projected costs are below budget in the net amount of $61,370 and the surplus funds will be returned to the various funding sources for use in future budgets. There are no additional financial implications associated with these projects or this report. The Tender for the Brockridge Pedestrian Bridge and Walkway Replacement, while being over budget by $8,430 was approved under the joint authority of the Chief Administrative Officer and the Treasurer under the Council approved Financial Control Policy. Since the project was originally funded from a draw from the Parkland Reserve Fund, the increased funding requires Council approval. A similar situation existed for the Shadybrook Park playground project. With the exception of the Brockridge Park project as noted above, all other projects were awarded to the lowest bidder or in the case of an RFP, the highest scoring, and were within budget as required by Resolution #80/02 and therefore within staff's authority to approve during Council's recess. All amounts in this report have been rounded to the nearest dollar. Sustainability Implications: The boulevard project will allow for new sidewalk construction along a major arterial route promoting pedestrian transportation and improved access to the Durham Region Transit bus stop. Replacement of the boiler will reduce energy consumption and reduce maintenance costs, reducing the City's carbon footprint . Improvements to the roadway will reduce maintenance costs. Replacing the two pedestrian bridges will encourage pedestrian traffic. One of the main objectives of the Whitevale Heritage Conservation District is to investigate and utilize a wide and diverse range of alternatives to keep the rural community character. The environmental implications that can be realized in the Road Needs Study is reduced trucking, smoother traffic operations, reduced travel time, reduced emissions and reclaiming existing materials. Refer to attachments for additional information. Background: On May 21, 2002 Council passed Resolution #80/02 Item 4 authorizing the Chief Administrative Officer to act in Council's approving capacity on behalf of Council during any recess, break or absence of City Council, which states in part: "2. That, subject to the Council approved Purchasing Policy & Procedures, the Chief Administrative Officer be authorized to act in Council's approval capacity on behalf of Council during any recess, break or absence of City Council on the condition that: (a) such actions are in compliance with the Purchasing Policy & Procedure as approved under Resolution 136102; and (b) the costs thereof are within the budget previously approved by Council; and (c) a report respecting those approvals is subsequently submitted to Council." Report CS 05-11 Date: January 10, 2011 Subject: Tender / Contract Approval Page 3 35 - Council's Fall Recess Circumstances were such that two Tenders, two Quotations and two Requests for Proposal required approval by the Chief Administrative Officer during Council's Fall 2010 recess. It is recommended that Council receive this Report for information and ratify the approval of Quotation No. Q-61-2010, Boulevard Improvements - Kingston Road at Walnut Lane, Quotation No. Q-65-2010, Hot Water Boiler Replacement - Pickering Civic Complex, Tender No. T-22-2010, Charlotte Circle Road Improvements, Tender No. T-23-2010, Brockridge Park Pedestrian Bridge and Walkway Replacement, Request for Proposal No. RFP-9-2010, Whitevale Master Drainage Plan and Request for Proposal No. RFP-13-2010, Roads Need Study. The Shadybrook Park playground project required the addition of asphalt walkway reconstruction which put the project over the original quote by $14,984 plus HST, which will be financed by an increased draw from the Parkland Reserve Fund. Therefore, under authority of the foregoing, the following was approved by the Chief Administrative Officer during the fall recess of Council: Quotation No. Q-61-2010, Boulevard Improvements -Kingston Road at Walnut Lane The low Quotation No. Q-61-2010 submitted by the Montgomery MacEwen Contracting Ltd. for Boulevard Improvements - Kingston Road at Walnut Lane in the amount of $122,614.08 (HST included) be approved. Financial Implications: 1. Quotation Amount Q-61-2010 $108,508 HST (13%) 14,106 Sub Total $122,614 HST Rebate (11.24%) 1( 2,196) Total Net Purchase Cost $110,417 2. Approved Source of Funds Item Account Code Source of Funds Budget Required 5321.0323.6250 DC-City's Share $23,400 $23,400 Reserve Kingston Road Intersection 5321.0323.6250 Development Charges 19,500 19,500 Improvements Reserve Fund 5320.0712.6250 Move Ontario Reserve 60,000 59,156 $102,900 $102,056 i Report CS 05-11 Date: January 10, 2011 Subject: Tender / Contract Approval Page 4 Council's Fall Recess 36 3. Estimated Project, Costing Summa Q-61-2010 -Quotation , Boulevard Improvements -Kingston Road at Walnut Lane City of Pickering Portion Section 1, City Boulevard Improvements $77,250 Region of Durham Portion 'Section 2, Concrete Curb and Gutter and Catchbasin 31,258 Installation Total $108,508 Associated Costs Materials Testing 2,500 Construction Contingency 20,000 Sub Total - Associated Costs $131,008 HST (13%) 17,031 Total Gross Project Cost $148,039 HST Rebate (11.24°/x) (14,725) Total Net Project Costs $133,314 Less Region of Durham Portion 3( 1,258) Total Net City Portion Costs $102,056 Net Project Cost (over) under approved funds $844 Report CS 05-11 Date: January 10, 2011 Subject: Tender / Contract Approval Page 5 3 7 - Council's Fall Recess Quotation No. Q-65-2010 Hot Water Boiler Replacement - Pickering Civic Complex The low Quotation submitted by ACE Services/Tasis Contractors at a cost of $101,474 (HST included) be approved. Financial Implications: 1. Quotation Amount Quotation No. Q-65-2010 $89,800 HST (13%) 11,674 Sub-Total $101,474 HST Rebate (11.24%)' 1( 0,094) Total $91,380 2. A roved Source of Funds Civic Complex, OE&S Department Capital Budget Location Project Code Source of Funds Budget Required Replacement of Old Backup Boiler 5700.1001.6178 Federal Gas Tax $102,000 $101,474 FUNDS AVAILABLE $101,474 3. Estimated Project Costing Summa Quotation No. Q-65-2010 $89,800 HST (13%) 11,674 Total Gross Project Cost $101,474 HST Rebate (11.24%) (10,094) Total Net Project Cost $91,380 Net Project Cost under (over) approved funds $10,620 Report CS 05-11 Date: January 10, 2011 Subject: Tender / Contract Approval Page 6, - Council's Fall Recess 38 Tender No. T-22-2010 Charlotte Circle Road Improvements The low Tender No. T-22-2010 submitted by C.Valley Paving Limited for Charlotte Circle road improvements in the amount of $141,405.38 (HST included) be approved. Financial Implications: 1. Tender Amount T-22-2010 $125,138 HST (13%) . 16,268 Sub Total $141,406 HST Rebate (11.24%) (14,065) Total Net Tender Amount $127,341 2. A roved Source of Funds Item Account Code Source of Funds Budget Required Charlotte Circle Road 5320.1017.6250 Provincial Grants $225,000 $156,851 Improvements Transportation Initiatives 3. Estimated Project Costing Summa T-22-2010 -Tender for Charlotte Circle Road Improvements $125,138 Associated Costs Miscellaneous 4,000 Materials Testing 5,000 Construction Contingency 20,000 Sub Total $154,138 HST (13%) 20,038 Total Gross Project Cost $174,176 HST Rebate (11.24%) 1( 7,325) Total Net Project Cost $156,851 Net Project Cost (over) under approved funds $68,149 Report CS 05-11 Date: January 10, 2011 Subject: Tender / Contract Approval Page 7 39 - Council's Fall Recess Tender No. T-23-2010 Brockridge Park Pedestrian Bridge and Walkway Replacement The low Tender No. T-23-2010 submitted by Cedar Springs Landscape Group Ltd. in the amount of $105,773.77 (including HST) be approved. Financial Implications: 1. Approved Source of Funds 2010 Parks Capital Budget Item Account Code Source of Funds Budget Required Brockridge Park - 5780.1019.6129 RF Parkland $100,000 $100,000 upgrade play area and replace pedestrian bridge Additional Funds Required 5780.1019.6129 RF - Parkland 8430 Total Funds $100,000 $108,430 2. Tender Amount Tendered Amount $93,605 HST (13%) 12,169 Subtotal $105,774 HST-Rebate (11.24%) 1( 0,521) Total $95,253 Report CS 05-11 Date: January 10, 2011 Subject: Tender / Contract Approval Page 8 - Council's Fall Recess 40 3. Estimated Project Costing Summary T-23-2010 - Brockridge Park Pedestrian Bridge and Walkway $93,605 Replacement Associated Costs Consulting Fees 4,750 Miscellaneous (Permit and Advertisement Fees) 3,200 Contingency 5,000 Total Costs $106,555 MST (13%) 13,852 Total Gross Cost $120,407 HST Rebate (11.24%) (11,977) Total Net Cost $108,430 Net Project Cost under (over) approved funds ($8,430) Request for Proposal for Whitevale Master Drainage Plan, No. RFP-9-2010 The proposal No. RFP-9-2010 submitted by AECOM Canada Ltd. in the amount of $84,706 (including HST) plus,a contingency in the amount of $3,955 (including HST) for a total amount of $88,661 (including HST) be approved. Financial Implications: 1. Approved Source of Funds Item Account Code Source of Funds Budget Required Whitevale Master 2290.2392.0000 2010 Current $80,000 $791842 Drainage Plan Budget Total $80,000 $79,842 i Report CS 05-11 Date: January 10, 2011 Subject: Tender / Contract Approval Page 9 41 - Council's Fall Recess 2. Estimated Project Costing Summa RFP-9-2010 $74,961 Contingency 3,500 Net $78,461 HST (13%) 10,200 Total Gross Cost $88,661 HST Rebate (11.24%) (8,819) Total Net Project Cost $79.,842 Net Project Cost under (over) approved funds $158 Request for Proposal for Pickering Road Needs Study, RFP-13-2010 The proposal No. RFP-13-2010 submitted by Burnside & Associates-in the. amount of $69,587.66 (including disbursements and HST) be approved, Financial Implications: 1 Approved Source of Funds Item Account Code Source of Funds Budget Required Pickering Road 2320.2392.0000 2010 Current $75,000 $74,877 Needs Study Budget Total $75,000 $74,877 2. Estimated Project Costing RFP-13-2010 $61•,582 Contingency 12,000 Net $73,582 HST (13%) 9,566 Total Gross Cost $83,148 HST Rebate (11.24%) (8,271) Total Net Project Cost $74,877 Net Project Cost under (over) approved funds $123 Report CS 05-11 Date: January 10, 2011 Subject: Tender / Contract Approval Page 10 - Council's Fall Recess 42 Attachments: 1. Operations & Emergency Services Memorandum, October 6, 2010 2. Operations & Emergency Services Memorandum, October 14, 2010 3. Operations & Emergency Services Memorandum, October 15, 2010 4. Operations & Emergency Services Memorandum, November 5, 2010 5. Operations & Emergency Services Memorandum, November 17, 2010 6. Operations & Emergency Services Memorandum, November 30, 2010 7. Operations & Emergency Services Memorandum, October 6, 2010, 8. Resolution #80/02, Item #4 9. Resolution #85/00, Item #1 Prepared By: Approved / Endorsed By: I ' I Vera A. Felgemac r Gillis A. Paterson, C.M.A. CSCMP, CPPO, CPPB, C.P.M., CMM III Director, Corporate Services & Treasurer Manager, Supply & Services GAP-vaf Copy: Chief Administrative Officer Recommended for the consideration of Pickering Ci Council ,0,zolo Tony Preved61, P.Eng. Chief Administrative Officer i , ATTACHMENT 4 3 CITY OF P€CKE,-R i* - Ciaj o¢~ CAO O CT 14 2010 RECEIVED r ~x I;I r: PICKERING° ~ A" s`Rv""" FO LOW UP. EMO COPY FWD MAYOR COUNCIL To: Tony Prevedel COUNCIL PX, t CAOMGMTCOM ctober 6, 2010 Chief Administrative Officer ECTOR$ CORP SERV. From: Everett Buntsma OES OFFICE SUST Director, Operations & Emergency Se ^ ' C&R PLAN & DEV NG SERV LEGAL & LS Copy: Director, Corporate Services & Treas FIRE CLERK Division Head, Engineering Services OPER &,FAC HUMAN.RES Manager, Supply & Services, Supervisor, Engineering & Capital Works Iar Subject: Quotation No.Q-61-2010 - Quotation for Boulevard Improvements - Kingston Road at Waingt,Lan File: A-1440 Quotations have been received for Boulevard Improvements - Kingston Road at Walnut Lane by the closing date September 28, 2010. Ten companies were invited to participate and five companies submitted quotations. The lowest bid submitted was from Montgomery MacEwen Contracting Ltd. in the total amount of $122,614.08 (HST included). Recommendation: 1. That Quotation No. Q-61-2010 submitted by the Montgomery MacEwen Contracting Ltd. for Boulevard Improvements - Kingston Road at Walnut Lane including storm sewer works, boulevard improvements and Regional Road works at a cost of $122,614.08 (HST included) be accepted; 2. That the total gross project cost of $148,039 (HST included) including the quotation amount, the Region of Durham's portion and other associated costs and net project cost of $133,314 (net of HST rebate) be approved; 3. That the Director, Corporate Services & Treasurer be authorized to finance the project as follows: a) that the sum of $23,400 be funded from the DC-City's Share Reserve as approved in 2003 External Subdivision Works Budget; b) that the sum of $19,500 be funded from the Development Charges Reserve Fund as approved in 2003 External Subdivision Works Budget; c) that the sum of $59,156 be funded from the Move Ontario Reserve as approved in the 2007 Roads Capital Budget; 44 d) that the sum of $31,258 be funded by the Regional Municipality of Durham; e) the Treasurer is authorized to take any actions necessary in order to effect the foregoing; and; 4. That the appropriate City of Pickering officials be authorized to take necessary action to give effect hereto. Executive Summary: As part of the 2003 External Subdivision Works Budget and the 2007 Roads Capital Budget Boulevard, improvements.for Kingston Road at Walnut Lane was approved as a construction project. Quotation No. Q-61-2010 was issued on Wednesday, September. 15, 2010 and closed on Tuesday, September 28,2010 with five (5) bidders responding. The project also includes Region of Durham roadwork. The total gross project cost is estimated to be $148,039and the total net project cost is estimated to be $133,314 (net of HST). The portion related to the Regional Road works to be recovered from the Region of*Durham in the amount of $31,258 reduces the City's share to $102,056 (net of HST). In accordance with Purchasing Policy Item 04.07 (revised 2007) a formal quotation award exceeding $81,000 is subject to Council approval. The Chief Administrative Officer has the authority to approve this quotation during the recess of Council. 1. Quotation Amount Q-61-2010 $108,508.03 HST (13%) 14,106.05 Sub Total 122,614.08 HST Rebate (11.24%) (12,196.30) Total Net Purchase Cost $110,417.78 2. Approved Source Of Funds Item Account Code Source of Funds Budget Required 5321.03216250 DC-City's Share 23,400 23,400 . Reserve Kingston Road Intersection 5321.0323.6250 Development Charges $19,500 $19,500 Improvements Reserve Fund 5320.0712.6250 Move Ontario Reserve $60,000 59,156 102,900 102,056 Q-61-2010 - Quotation for Boulevard Improvements - Kingston Road at Walnut Lane October 6, 2010 Page 2 45 Estimated Project Costing Summary Q-61-2010 -Quotation , Boulevard Improvements - Kingston Road at Walnut Lane, City of Pickering Portion Section 1, City Boulevard Improvements $77,250 Region of Durham Portion Section.2, Concrete Curb and Gutter and Catchbasin 31,258 Installation Total Q-61-2010 $108,508 Associated Costs Materials Testing 2,500 Construction Contingency 20,000 Sub Total - Associated Costs $13.1,008 HST 17,031 Total Gross Project Cost $148,039 HST Rebate (14,725) Total Net Project Costs $133,314 . Less Region of Durham Portion (31,258) Total Net City Portion Costs 102,056 Net Project Costs (over) under Approved Funds $844 The Director, Corporate Services & Treasurer has reviewed the budgetary implications and the financing of the expenditures, contained in this report and concurs. The financing approvals provided by Council in 2003 and 2007 Budgets are still valid. Q-61-2010 - Quotation for Boulevard Improvements - Kingston Road at Walnut Lane October 6, 2010 Page 3 46- Sustainability Implications: This project will allow for new sidewalk construction along a major arterial route promoting pedestrian transportation, and improved access to the Durham Region Transit bus stop. Background: As part of the 2003 Development Charges Budget, Boulevard Improvements for Kingston Road at Walnut Lane was approved as a construction project. Originally these works were to be incorporated with road works to be undertaken by the Region of Durham at this location. The Region project did not proceed at that time. In 2006 a quotation was called by the City to undertake the boulevard improvements, however, the low bid received exceeded the budget. In 2007 additional.funds were approved in the Roads Capital budget and the City was ready to proceed, but was put on hold due to Home Depot Development. Now that all other works in the vicinity of the intersection have been completed, the project can now proceed. Quotation Q-61-2010 was issued on Wednesday, September 15, 2010 and closed on Tuesday, September 28, 2010 with five (5) bidders responding. The project also includes Region of Durham roadwork. The total gross project cost is estimated to be $148,039 and an estimated total net project cost is estimated to be $133,314 (net of HST). The portion related to the Regional Road works to be recovered from the Region of Durham in the amount of $31,258 reduces the City's share to $102,056 (net of HST). In accordance with Purchasing Policy Item 04.07 (revised 2007) a formal quotation award exceeding $81,000 is subject to Council approval. The Chief Administrative Officer has the authority to approve this quotation during the recess of Council. Montgomery MacEwen Contracting Limited has recently completed work for the City on Tender T- 10-2009 for Sideline 4 Road Reconstruction Phase Two and is deemed acceptable by the Supervisor, Engineering & Capital Works. The Health'& Safety Policy, Confined Space Awareness Training and list of employees trained, current WSIB Council Amendment to Draft #7 (CAD-7), Certificate of Clearance issued by Workplace Safety& Insurance Board as submitted by Montgomery MacEwen Contracting Limited have been reviewed by the Coordinator, Health & Safety and deemed acceptable. The Certificate of Insurance has been reviewed by the Manager, Taxation and is deemed acceptable. In conjunction with staff's review of the contractor's previous work experience and the bonding available on this project, the quotation is deemed acceptable. Upon careful examination of all quotations and relevant documents received, the Operations & Emergency Services Department, Engineering Services Division recommends the acceptance of the low bid submitted by Montgomery MacEwen Contracting Limited for Quotation Q-61-2010 in the amount $122,614 (HST included) and that the City' portion of the total net project cost of $102,056 be approved. This memo has been prepared in conjunction with the Manager, Supply & Services who concurs with the foregoing. Q-61-2010 - Quotation for Boulevard Improvements - Kingston Road at Walnut Lane October 6, 2010 Page 4 47 Attachments: 1. Supply & Services Memorandum dated September 28, 2010. 2. Location Map Prepared By: Approved By: 0 D rre Selsky ' Everett B sma Supervisor, Engineering & Ca al Works Director, Operations & Emergency Services Vera A. F , gemacher Gillis A. Paterson Manager, Supply & Services Director, Corporate Services & Treasurer C.P.P., CPPO, CPPB, C.P.M., CMM III Caryn Kong Rich rd W. Hol orn, P. Eng. Senior Financial Analyst Div ion Head, Engineering Services Capital and Debt Management ~A DS:ds WREVEDEL TONCHIEF ADMINISTRATIVE OFFICE Q 13,2010 Q-61-2010 - Quotation 'for Boulevard Improvements - Kingston Road at Walnut Lane October 6, 2010 Page 5 48 cis o~ RECEIVED SEP 18 2010 PICKERING CITY OF PICKERING 1 1 1~ 1 V ENGINEERING SERVICES Memo To: Richard Holborn . September 28, 2010 Department Head, Engineering Services From: Vera A. Felgemacher Manager, Supply & Services Copy: Supervisor, Engineering & Capital Works Subject: Q-61-2010 - Quotation for Boulevard Improvements - Kingston Road at Walnut Lane File: F-5300-001 Based on a Budget amount of $100,000 provided to Supply & Services, a formal quotation document was prepared to solicit pricing for this project. Quotations were invited from ten (10) companies of which five (5) have responded by the official closing date.. Copies of the quotations are attached for review. Quotations shall be irrevocable for 60 days after the official closing date and time. SUMMARY HST Included Bidder Total Amount After Calculation Agreement Check to Bond Montgomery Mac Ewen $122,614.08 $122,614.08 Yes Contracting Ltd. Bry Ron Contracting Ltd. $128_,469.70 $128,117.14 Yes Royalcrest Paving Ltd. $142,281.69 $142,281.69 Yes Elirpa Construction & Materials Ltd $174,708.14 $174,708.14 Yes . Coco Paving Inc. No Bid Montgomery MacEwen Contracting Ltd. has submitted the lowest bid. Please advise as soon as possible, if the quotation submitted by Montgomery Mac Ewen Contracting Ltd. will be considered in order that the following documentation as specified in Standard Quotation Terms and Conditions Item 24 can be received and reviewed during the evaluation phase of the quotation call: (a) a copy of the Health and Safety Policy to be used on this project, currently dated and signed; 49 (b) a copy of the current Cost and Frequency Report issued by Workplace Safety.& Insurance Board (in lieu of the Cost and Frequency document, a copy of the current CAD 7, NEER, or MAP reports may be submitted); (c) a copy of the current Certificate of Clearance issued by Workplace Safety & Insurance Board; (d) a certificate of insurance completed by the bidder's agent, broker or insurer (City form is attached); (e) Such further information as the City may require, as requested in writing. In accordance with Purchasing Policy Item 04.05 (revised 2007) an award exceeding $81,000 is subject to.Council approval. Include a response to the following items in your Report to Council: (a) if items (a) through (e) noted above, are.acceptable to the Co-ordinator, Health & Safety; (b) if the certificate of insurance is acceptable to the Manager, Taxation; (c) any past work experience Montgomery MacEwen Contracting Ltd. including work location; (d) without past work experience,. if reference information is acceptable; (e) the appropriate account number(s) to which this work is to be charged; (f) the budget amount(s) assigned thereto; Treasurer's confirmation of funding; (g) (h) related departmental approvals; (i) any reason(s) why the-low bid of Montgomery MacEwen Contracting Ltd. is not acceptable; and Q) related comments specific to the project. Please do not disclose any information to enquiries. Bidders will be advised of the outcome in due course. If you require further information, feel free to contact me or a member of Supply & Services. If y u require further information, please feel free to contact me or a member of Supply & Se ces. VAF/jg Attachment'. Quotation NO. Q-61-2010 Page 2 Boulevard Improvements - Kingston Road at Walnut Lane 009 5 0 PICKE ENGINEERING SERVICES Attachment for Q-61-2010 BOULEVARD IMPROVEMENTS- KINGSTON ROAD AT WALNUT LANE 4 ORES 4 W Z ~ / m TM~R~ ly J J ~ Z 0 P ~A q Z F] D CU LP C}SS _J Cq[:S_ Q AVENUE 9? Q Cq AV E N U E ZZ CQ V a Z Z > ran M EAU~7W UQJ G LrJ J g~ W R IOGEW J J \ w Q w m L" a o 3 ~~Pa J 29 W Q. d U LEN Fz _j GRES_ EDEN Q LL a~❑ G RTSUBJECT AREA 4Q~ t~ LOCATION MAP .PROPOSED REQUEST FOR PROPOSAL INCLUDES: City of Pickering Portion: Boulevard Urbanization at the corner which includes; • The installation of a shallow storm sewer in the existing ditch line • The boulevard is to be filled and fine graded • A concrete pedestrian sidewalk will be installed • A small stone landscape wall maybe required to pick up the slope as the sidewalk changes grade Region of Durham Portion: • To facilitate the boulevard urbanization, the concrete curb and gutter will be extended west from Walnut Lane (along Kingston. Road) • A catch basin will be installed to pick up the stormwater along the curb line 4 ATTACHMENT #-Q,-TO, REPORT 51 C11 g r° 1 CAO QQ, v . I RECEIVED rr. PICKERIN . ,..,f FILE EMO FOLLOW UP COPY PWU To: Tony Prevedel MAYOR s rCOUNCIL tober 14, 2010 Chief Administrative Officer COUNCIL PK6,`- •-CAO MGMTCOM From: Everett Buntsma DIRECTORS ~1 CORP SERV Director, Operations & Emergency Se ; OES OFFICE SU$T C&R PLAN DEV Copy: Director, Corporate Services & Treasu ENG SERV LEGAL & LS Engineering Services FIRE CLERK Division Head, OPER & FAC HUMAN RES Manager, Supply & Services Supervisor, Engineering & Capital Wo 777 -5: 77 M - Ell) CITY F PMK A,1,4Q Subject: Tender No. T-22-2010 OCT 2 0 2010 Tender for Charlotte Circle Road Improvements File:.A-1440 UPPLYAN SERIBtC-E- Tenders have been received for Charlotte. Circle road improvements by the closing date October 6, 2010. Seven companies submitted tenders. An' advertisement Was placed in the Daily Commercial News and on the City's website. The lowest bid submitted was from C.Valley Paving Limited in the total amount of $141,405.38 (HST included). Recommendation: 1. That Tender No. T-22-2010 submitted by C.Valley Paving Limited for Charlotte Circle road improvements at a cost of $141,405.38 (HST included) be accepted; 2. That the total gross project cost of $174,176 (HST included) including other associated costs and net project cost of $156,851 (net of HST rebate) be approved; 3. That the Director, Corporate Services & Treasurer be authorized to finance the project as follows: a) that the sum of $156,851 be funded from Provincial Grants - Transportation Initiatives as approved in the 2010 Roads Capital Budget; b) the Treasurer is authorized to take any actions necessary in order to effect the foregoing; and; 4. That the appropriate City of Pickering officials be authorized to take necessary action to give effect hereto. Executive Summary: 52 As part of the 2010 Roads Capital Budget Charlotte Circle road improvements was approved as a construction project. Tender No. T-22-2010 was issued on Monday, September 13, 2010 and closed on Wednesday, October 6, 2010 with seven (7) bidders responding. The lowest compliant bid was submitted by C. Valley Paving Limited and is being recommended for acceptance. The total gross project cost is estimated to be $174,176 and the total net project cost is estimated to be $156,851 (net of HST rebate). In accordance with Purchasing Policy Item 04.07 (revised 2007) a formal tender award exceeding $108,000 is subject to Council approval. The Chief Administrative Officer has the authority to approve this Tender during the recess of Council. 1. Tender Amount T-22-2010 $125,137.50 HST (13%) 16,267.87 Sub Total 141,405.38 HST Rebate (11.24%) (14,065.46) Total Net Tender Amount $127,339.92 2. Approved Source Of Funds Item Account Code Source of Funds Budget Required Charlotte Circle Road 5320.1017.6250 Provincial Grants $225,00 0 $156,851 Improvements Transportation Initiatives 3. Estimated Project Costing Summary Estimated Project Costing Summary T-22-2010 -Tender for Charlotte Circle Road Improvements 125,138 Associated Costs Miscellaneous 4,000 Materials Testing 5,000 Construction Contingency 20,000 Sub Total $154,138 HST 20,038 Total Gross Project Cost $174,176. HST Rebate (13%) 1( 7,325) Total Net Project Cost 11.24%) $156,851 Net Project Costs (over) under Approved Funds $68,149 The Director, Corporate Services & Treasurer has reviewed the budgetary implications and the financing of the expenditures contained in.this report and concurs. T-22-2010 -Tender for Charlotte Circle Road Improvements October 14, 2010 Page 2 53 The Director, Corporate Services & Treasurer has reviewed the budgetary implications. and the financing of the expenditures contained in this report and concurs. Sustainability Implications: This project will allow for improvements to the roadway geometrics and vehicular flow in this area. The new road works will reduce maintenance costs for the next several years. Background: As part of the 2010 Roads. Capital Budget Charlotte Circle road improvements was approved as a construction project. Tender No. T-22-2010 was issued on Monday, September 13, 2010 and closed on Wednesday, October 6, 2010 with seven (7) bidders responding. The total gross project cost is estimated to be $174,176 and the total net project cost is estimated to be $156,851 (net of HST rebate). C. Valley Paving Limited has recently completed work for the City on Tender T-21-2009 for Luna Cobrt Reconstruction and is deemed acceptable by the Supervisor, Engineering & Capital Works. The Health & Safety Policy, Confined Space Awareness Training and list of employees trained, current WSIB Council Amendment to Draft #7 (CAD-7), Certificate of Clearance issued by Workplace Safety& Insurance Board as submitted by C. Valley Paving Limited have been reviewed by the Coordinator, Health & Safety and deemed acceptable. The Certificate of Insurance has been reviewed by the Manager, Taxation and is deemed acceptable. In conjunction with staff's review of the contractor's previous work experience and the bonding available on this project, the tender is deemed acceptable. Upon careful examination of all tenders and relevant documents received, the Operations & Emergency Services Department, Engineering Services Division recommends the acceptance of the. low bid submitted by C. Valley Paving Limited for Tender T-22-2.010 in the amount $141,405.38 (HST included) and that the total net project cost of $156,851 be approved. In accordance with Purchasing Policy Item 04.07 (revised 2007) a formal tender award exceeding $108,000 is subject to Council approval. The Chief Administrative Officer has the authority to approve this tender during the recess of Council. This memo has been prepared in conjunction with the Manager, Supply & Services who concurs with the foregoing. Attachments: 1. Supply & Services Memorandum dated October 6, 2010. 2.. Location Map T-22-2010 -Tender for Charlotte Circle Road Improvements October 14, 2010 Page 3 54 Prepared By: Approved By: t ~ I Darrell Selsky Everett Buntsma Superviso Engineering apital Works Director, Operations & Emergency Services Vera elgem cher Gillis A. Paterson Manager, Supply & Services Director, Corporate Services & Treasurer C.P.P., CPPO, CPPB, C.P.M., CMM III Caryn Kong Richard W. (born, P. Eng. Senior Financial Analyst Diviion He , Engineering Services Capital & Debt Management DS:ds AP7NY~ Q D T E Y DEL CHIEF ADMINISTRATIVE OFFICER T-22-2010 -Tender for Charlotte Circle Road Improvements October 14, 2010 Page 4. 5 5 left PICKERIl\TG x'11 To: Richard Holborn October 6, 2010 Division Head, Engineering Services- From: Vera A. Felgemacher Manager, Supply & Services Copy: Supervisor, Engineering & Capital Works Subject: Tender No. T-22-2010 Charlotte Circle Road Improvements Closing: Wednesday, October 6, 2010 File: F-5400-01 Tenders have been received for the above project. Fifteen (15) bidders were invited to participate. An advertisement was placed in the Daily Commercial. News and posted on the City's website. A copy of the Record of Tenders Opened and Checked used at the public tender opening is attached. Tenders shall be irrevocable for 60 days after the official closing date and time. Purchasing Procedure No. PUR 010-001, Item 10.03 (r) provides checking tendered unit prices and extensions; unit prices shall govern and extensions will be corrected accordingly, which has been done. All deposits other than the low three bidders may be returned to the applicable bidders as provided for by Purchasing Procedure No. PUR 010-001, Item 10.03(w). Three (3) bids have been retained for review at this time. Copies of the tenders are attached for your review along with the summary of costs. SUMMARY HST Included Bidder Total Tendered Amount After Calculation Check C. Valley Paving Ltd. $141,405.38 $141,405.38 !Ashland Paving Ltd. $164,490.31 $164,490.31 : Royalcrest Paving Ltd. $171,596.15 $171,596.15 Elirpa Construction & $203,148.91 $203,148.91 Materials Ltd. $211,434.33 $211,434.33 J ;Coco Paving Inc. Page 1 ;Montgomery Mac Ewen $216,610.12 $216,610.12 56. Contracting Ltd. Aloia Bros. Concrete Ltd. $227,676.36 $227,676.36 Pursuant to Information to Bidders Item 25, the following will be requested of the low bidder for your review during the evaluation stage of this tender call. Please advise when you wish us to proceed with this task. (a) A copy of the Health and Safety Policy to be used on this project; (b) A copy of the current Workplace Injury Summary Report issued by Workplace Safety & Insurance Board (in lieu of the Workplace Injury Summary Report document, a copy of the current CAD 7, NEER, or MAP reports may be submitted); (c) A copy of the current Clearance Certificate issued by Workplace Safety & Insurance Board; (d) Proof of compliance with amended Confined Space Entry Regulations (September 30, 2006). Copies of certified Training and Procedures to be used on this project. (e) A list of employees trained in the confined space entry procedure who will be working on this project (f) The City's certificate of insurance or approved alternative form shall be completed by the bidder's agent, broker or insurer; (g) list of Sub-Contractors in accordance with General Conditions Item 36 and page 45; Include the following items in your Report to Council (a) if items (a) through (e) noted above, are acceptable to the Co-ordinator, Health & Safety; (b) if item (f) - Insurance - is acceptable to the Manager, Taxation; (c) without past work experience, if reference information of the low bidder C. Valley Paving Ltd. is acceptable; (d) the appropriate account number(s) to which the project is to be charged; (e) the budget amount(s) assigned thereto; (f) Treasurer's confirmation of funding;. (g) related departmental approvals; (h) any reason(s) why the low bid of C. Valley Paving Ltd. is not acceptable; and (i) related comments specific to the project. Please do not disclose any information to enquiries except you can direct them to the City's website for the unofficial bid results as read out at the Public tender opening. Bidders will be advised of the outcome in due course. JSe require further information, please feel free to contact me or a member of Supply & ces. VAF/jg Attachments Tender No. T-22-2010 Page 2 Tender for Charlotte Circle Road Improvements Pilo- P_rdnn_n1 57 W o U Z LO Z.: ~ U a ~ W Q. W - Y ~ U o. LLI 0 o c Z C) L co Q = , E W U W Z W LIJ U d L of c cfr _O ° U `u w L O W c U ° m ~ d 70 p Q Q r; .0 Cf) U , Hi 0 CL` Q o N z U J CB ~ Fu U ta- a. W d W a J 06 . C J O v e Q C) a- a IL >1 0 o a U t:t , CL co 'z M L) L >1 :E O 0 U U Q Q W ATTACHMENT #-,i-TO REPORT # CS vS-~ C* -00 CAO 58 RECEIVED PICKERING FILE ~4 ~y r emo • t-ULLOW UP, COPY FWD To: Tony Prevedel 11 01 obey 15, 2010 Chief Administrative Officer MAYOR couNCIL .emu COUNCIL P,KCj GAO MGMT COM From: Everett Buntsma a F" -Ow Director, Operations & Emergency Se IRECTORS CORP sERv O E S OFFICE SUST Copy: Director, Corporate Services & Treasur C&R PLAN & DEv Division Head, Engineering Services ENG SERV LEGAL & LS Manager, Supply & Services FIRE CLERK Senior Financial Analyst-Capital & Deb c HUMAN,RES Stormwater & Environmental Engineer Subject: Request for Proposal for Whitevale Master Drainage Plan No. RFP-9-2010 File: A-1440 Request for Proposal No. RFP-9-2010 was issued for Consulting Services for the Whitevale Master Drainage Plan for the Hamlet of Whitevale. The proposal from AECOM Canada Ltd. in the amount of $ $84,706 (including HST) is the highest average scoring proposal and is being recommended by the Evaluation Committee for consideration. Recommendation: 1: That proposal No. RFP-9-2010 submitted by AECOM Canada Ltd. in the amount of $84,706 (including HST) plus a contingency in the amount of $3,955 (including HST) for a total amount of $88,661 (including HST) be approved; 2. That the net project cost of $79,842 (including net HST) be approved; 3. That the Director, Corporate Services & Treasurer be authorized to finance the project as provided for in the 2010 Current Budget; and 4. That the Chief Administrative Officer approves the award of RFP-9-2010 during a recess of Council. Executive Summary: In 2010, funds were budgeted in the Municipal Property & Engineering Consulting & Professional account to hire a consultant for the Whitevale Drainage Study. On July 30, 2010, Engineering Services developed Terms of Reference to initiate a request for proposal process. The Terms of Reference were posted on the City's website, which resulted in eight consulting firms responding by the closing date of August 24, 2010. All eight proposals received were deemed compliant and evaluated in accordance with the criteria contained in the Terms of Reference (ToR), and the Evaluation Committee scored them accordingly. I 59 The proposal from AECOM received the highest average score. Fhe City's purchasing policy states that an award of a proposal with a total purchase price over $54,000 is subject to Council approval. The CAO has designated authority during a recess of Council. Staff recommend that the CAO accept the recommendation of the Evaluation Committee and award the proposal No. RFP-9-2010 submitted by AECOM and authorize staff to undertake the project. .Financial Implications: i 1. Approved Source of Funds Item Account Code Source of Funds Budget Required. Whitevale Master . 2290.2392.0000 2010 Current $80,000 $79,842 Drainage Plan Budget Total $80,000 $791842 2. Estimated Project Costing RFP-9-2010 $74,961 Contingency. 3,500 Net $78,461 HST (13%) $10,200 Total Gross Cost $88,661 HST Rebate (11.24%) (8,819) Total Net Project Cost $79,842 3. Project Cost under (over) approved funds $158 The 2010 Current Budget included $80,000 for the Whitevale Drainage Study. Additional funds may be required, such as, a fee to review the study document by approval agencies, therefore, additional funding may be requested in the 2011 Current Budget. Sustainability Implications: A wide and diverse range of alternatives should be. considered and assessed in accordance with the Municipal Class EA process. A long list of potential drainage improvement measures that consist of traditional source, conveyance and end-of-pipe facilities as well as Low Impact Development (LID) technologies such as infiltration measures, permeable pavement and rainwater harvesting will be investigated and utilized as a way to keep the rural community character that is one of the main objectives of the Whitevale Heritage Conservation District. October 15, 2010 RFP-9-2010 Page 2 Whitevale Master Drainage Plan Background: In July of 2008, the Hamlet of Whitevale experienced intense rainstorms, which resulted in severe flash flooding throughout the community, including washout of approaches to the historic Whitevale Bridge, roads and several properties. These damages from the 2008 60 storms illustrated the need to implement cost-effective retrofit projects to improve drainage and conveyance systems throughout the Hamlet of Whitevale. In 2009, funds were budgeted in the Consulting & Professional account for Municipal Property & Engineerning to hire a consultant to complete a Drainage Study for the Hamlet of Whitevale. However, this assignment was not initiated and the funds were requested again and subsequently approved in the 2010 Current Budget. Staff initiated a request for proposal process to undertake a Master Drainage Plan for the Hamlet of Whitevale, which will follow Approach #2 under the Master Planning Process highlighted in Appendix 4 of the Municipal Class Environmental Assessment Document (October 2000, as amended in 2007). As a result of the proposal call, proposals were received from the following eight companies: • Valdor Engineering Inc. • Masongsong Associates Engineering Ltd • Sanchez Engineering Ltd. • The Municipal Infrastructure Group Ltd. AECOM Canada Ltd. • Morrison Hershfield Ltd. • Dillon Consulting Ltd. • XCG Consultants Ltd. The closing date for the request for proposals was August 24, 2010. On September 23, 2010 an Evaluation Committee consisting of the Division Head, Engineering Services, Manager, Development Control, Stormwater & Environmental Engineer, Supervisor, Roads Operations and a Supply & Services representative reviewed the proposals against the criteria outlined in the Terms of Reference. The proposal from AECOM Canada Ltd. received the highest average score and the Evaluation Committee recommends it be considered for acceptance. Upon careful examination of all proposals, staff recommend that the CAO accept the recommendation of the Evaluation Committee to accept the proposal No. RFP-9-2010 provided by AECOM Canada Ltd. in the amount of $88,661 (HST included) and that a net Project Cost of $79,842 including a contingency be approved. Attachments: -1. Supply & Services Memo dated August 24, 2010 October 15, 2010 RFP-9-2010 Page 3 Whitevale Master Drainage Plan 61 Prepared By: Approved/Endorsed By: - Marilee Gadzovski Everett B . sm Stormwater & Environmental Director Engineer Operations & Emergency Services Ric rd Holb ` n Gillis A. Paterson ision Hea Director Engineering ervices Corporate Services & Treasurer Vera A. Felgem her C.P.P.,.CPPO, CPPB, C.P.M., CMM III Manager Supply & Services EB:mg APP TO Y PREVEDEL CHIEF ADMINISTRATIVE OFFICER October 15, 2010 RFP-9-2010 Page 4 Whitevale Master Drainage Plan Call 00 6 2 PICKERING Memo To: Richard Holborn August 24, 2010 Division Head, Municipal Property & Engineering From: Vera A. Felgemacher Manager, Supply & Services Copy: Stormwater & Environmental Engineer Co-ordinator, Health & Safety Subject: Request for Proposal No. RFP-9-2010 Consulting Services for Consulting Services for Whitevale Master Drainage Plan Closing: Tuesday, August 17, 2010, 2:00pm (local time) = File: F-5300-001 An advertisement was placed on the City's website inviting companies to download the Terms of Reference for the above mentioned proposal. Eight (8) proposals were received by the closing date and time. A preliminary review to ensure the "Essential Submission Requirements" appear in each submission has been undertaken by Supply and Services. This compliance checklist is to be used in evaluating the "overall completeness. and quality of submission". Each item is to be reviewed more closely by committee members and scored to reflect each item's relevance and value. Please refer to Terms of Reference - Evaluation of Submissions, Page 5 for instructions on how proposals are to be evaluated by committee members. The Health & Safety documentation received with the submissions has been provided to the Co- ordinator, Health & Safety to review and will provided a score out of 3 points for each submission. This will be combined with the remaining scores during the committee review to assist in determining the total average scores for each submission. Attachments are as follows: 1.' Preliminary Compliance Checklist 2. Evaluation form (to be used by Evaluation Committee. Members) 3. Copy of Terms of Reference 4. Copy of the proposals received Please co-ordinate an appropriate date and time to arrange a meeting for the evaluation committee. Each member should review the submissions carefully according to the criteria before the meeting time. Please do not disclose any information to enquiring bidders during this time - they will be advised of the outcome in due course. Please direct enquires to Supply & Services. If you require further information, please contact me. VAF/jg Attachments < N N .a (A UJ NNN-'-' -ate N N-'OCO00~lO QD -0c N.~ C OOH w CD 0 (D O o 9 zr O O O O N (n ~ O ((D N o 0 0 3 r ~ N ~ 0 m cnn o o ((DD Co o ~7 u o' (1) =3 C fu CL m o CD = 77 CA to -0 14' (D (D N -0 0) N DQ •r* O (~D on (D p g v n• 0 (D Q I N to N a y 3 -3a Z x w O cn . EX cn v cn :3 ro o cn = r 0 v m ((D o a C' N. :r O CL CL M U) W (n -0 0 a CD :3 m ::r (D E :3 ° n (n Q° m w CD cD CD c n cn CD. UO 6- 0 n Q p (D N :3 :3 3 CL - 0 O N cD p N N O_ Q n ~ (n m cD Q. a cn CD cn O (D t t t t t tvCD v n N 0-CD _ p to O • ' (D 0 CL 5-:3 Q ~ (n CL tQ ~7 N O ~ .0 r (Q cn n -a O O (D (D 0 (D CL N n ID o 3 w cD v, O n v * °o t t t 1(, t t to D 0 ' 0-0 v ° co 3 o (ND Q (D - -ti O n :3 O- B =r O p c v ° ° ~ fu 0 CT --h m O CD ° 3 0 as Q 0 :3 (D o Q 3 N :3 Q n 0 to (D (D O S N CT N (D n O O• v co 0 D p 4 CA -q t t t t t t t cD 0 0 0- (O O ~ (7 X (A (n cn N O O 3 :r CD O Q 0 t t t t ` t t N (D N 3 z (D cD g (D 0 O o U) w p w Q n CD a CD a CD (n n (D j (D O q. O O co w O O to -0 O N w a C: (D 0 CD (D CL 5_ n 6 (D (J ro CCD m m (D m (D CCD N N U) Vl N N N (n (C) tT 3 (D O. n = ~ =3 Q O vim' U' 3 0 x ° cn CL o o n o m m 0 C) N j Z 64 M~l GI m < ~ m m On O m cr m ° N Z Q D w T m FD. r o Z v ~7 3 a Q r r' u, - FD' 3 - m C7 2 CD 0 D CD (D 0 N 0 6 CL p m 3. c m m n z CD N O < (D (D 3 7 o N (D o. m 0- `CG' 7 n n :3 Cn (D .0 N Cl (1 U) - w c° <D m n° m CD C, 2) N O C) N° O. n ? O 1l -0 91 (D o '0 N N (D N N 0 O o CD fJ C m m 3 0• (D C n c CD C -0 M CD -0 3 w 0 CL CD C) E3 m 7 m x w m 3 m p - vm °-0.a 7G o v -R - 3 O$ O 0 N N Jc o 7 fD O (Q CD 0 CD w N o ? a ? O N C') N m - (ND N CD N O 6 N S N ~ G D 7 o v . ~ CD 3 00 Q C 7 .1 N o d ~ d to a 0 -o ~o d 0 y ~ ~ o 0° I 3 3 O 7 N 65 Citq D REQUEST FOR PROPOSAL Consulting Services for Whitevale Master Drainage Plan No. RFP-9-2010 i Request for Proposal No. RFP-9-2010 Consulting Services for Whitevale Master Drainage Plan INFORMATION TO BIDDERS 6 DELIVERY, CLOSING DATE, TIME AND LOCATION 1. One original and 4 (four) copies of the bidders submission shall be provided by the closing date and time, and each shall be no more than five letter size pages printed "double-sided". 2. Each submission shall be printed double-side, corner "stapled" or "clipped". No other form of binding (cerlox, heated plastic spine, vinyl, 3 ring binders or similar) to be used. 3. All submissions will be prepared at no cost to the City and will become the property of the City. 4. Submissions shall be sealed, clearly marked with the bidder's company name and clearly marked as to content - RFP-9-2010, Consulting Services for Whitevale Master Drainage Plan and shall be delivered only to Supply & Services, 2nd Floor, Pickering Civic Complex, One The Esplanade, Pickering, Ontario L1V 6K7, before 12:00 p.m. local time: Tuesday, August 24, 2010 5. Bids will be deemed to have been received when a City representative has stamped the envelope with the time and date of receipt with the time clock located at the Corporate Services counter. The time clock located at the Corporate Services counter is the official time piece. Bids not received at the Corporate Services counter will not be considered. 6. The bidder is responsible for delivering the proposal before the closing date and time and assumes the risk of and all means of delivery be it by hand, postal service or courier. 7. Bids submitted by facsimile or electronic delivery, secure site or otherwise, will not be considered. 8. Bids received after the official closing time are considered LATE, will not be accepted and will be returned unopened to the bidder. 9. Where a bid does not bear the Consultant or company name and/or address and it is received late by the City, the City is required to open the envelope or carton only for the purpose of returning the submission. 10. Submissions will be opened by a member of Supply & Services as soon as practicable following the closing date and time, which is not a public opening. Only the company names of submissions received by the closing date and time will be made available to enquiries. This is only a list of company names responding to the proposal and is not deemed to indicate compliance with submission requirements. Page 2 of 14 Request for Proposal No. RFP-9-2010 Consulting Services for Whitevale Master Drainage Plan 67 11. Proposals shall be irrevocable for sixty (60) days and pricing shall remain valid for acceptance by the City of Pickering until December 31, 2010. 12. The City, its elected officials, employees and agents will not be responsible for any liabilities, costs, expenses, loss or damage incurred, sustained or suffered by any person or business prior or subsequent to, or by reason of the acceptance, or non- acceptance by the City of any submission, or by reason of any delay in the acceptance of any submission. 13. In the receipt of proposals, no obligation is incurred by the City to accept the lowest, highest or any proposal. 14. Should a dispute arise from the terms and conditions outlined herein, regarding meaning, intent or ambiguity, the decision of the City shall be final. ESSENTIAL SUBMISSION REQUIREMENTS 15. The submission of a proposal will be considered presumptive evidence that the bidder has carefully examined the City's requirements, investigated and is fully informed of all conditions which may be encountered and may affect the delivery of the services, quality and volume of work to be performed outlined within the Terms of Reference. 16. Proposal is to include the following essential documentation and be organized and presented in the order outlined below, in an indexed format. Proposals which do not include essential documentation, are incomplete or assembled not in accordance with instructions will adversely affect its evaluation by way of scoring reductions and could include not considering the proposal at all. 17. Work Plan and Schedule The proposal shall include a comprehensive work plan and schedule including details of the Study Approach and Task List identified in Item No. 37, personnel assigned to each task, schedule of activities and budget requirements, milestones, projected dates for Draft and Final deliveries, and timing for meetings with Technical Group and/or agency consultation meetings. Consultants are encouraged to suggest and identify modifications and revisions within their proposal to the Study Approach and Task List identified in Item 37 that they believe would provide additional value to the project and will lead to the enhancement of the final product. The Project Schedule is exempt from the page count referred to in Item 1 and is acceptable to be printed on 11 x 17 paper size for clarity. 18. Qualifications of Personnel Resume(s) for each of the personnel assigned to the project and a description of roles of each of the personnel in carrying out the scope of services required. Detailed resumes are excluded from page count referred to in Item 1. Page 3 of 14 i Request for Proposal No. RFP-9-2010 Consulting Services for Whitevale Master Drainage Plan 19. References 68 Provide three references including contact information from municipal / government clients which include a description of the work performed and the outcomes. 20. Professional Fees Per diem and hourly fees shall be stated for each person. Time for each personnel assigned, by individual task, within each stream of work, with fees totalled per task and stream of work. Rates and details of disbursements shall be stated, as applicable. The Budget Matrix is exempt from the page count referred to in Item 1 and is acceptable to be printed on 11 x 17 paper size for clarity. 21. Company Experience A description of company experience in undertaking projects having similar complexity, scope and importance, of similar value, and lessons learned from similar completed projects that will be applied to this one. 22. Insurance, Health & Safety, Addenda, Accessibility, Conflict of Interest (a) Proof of insurance or letter from Insurance Agent/Broker confirming the bidder can be insured for Commercial General Liability Insurance Coverage, Automobile Liability Insurance Coverage, Property Damage and Professional Liability, each of not less than Two Million Dollars ($2,000,000). (b) A copy of the current Clearance Certificate issued by Workplace Safety & Insurance Board. (c) A copy of the current Workplace Injury Summary Report issued by Workplace Safety & Insurance Board (in lieu of the WISR, a copy of the current CAD 7, NEER, or MAP reports may be submitted); and (d) Acknowledge City's Health & Safety Regulations and Accessibility. Regulations (attached); (e) Statement to acknowledge Addenda received. If no Addenda has been issued by the City and therefore, not received, a statement to that effect shall be included. (f) Statement to confirm that there is no actual or potential conflicts of interest that would preclude involvement on this project, and that we will be notified in the event a specific task creates an actual or potential conflict of interest that may preclude involvement in a particular component of the project. (a) to (f) excluded from the page count referred to in Item 1. Page 4 of 14 Request for Proposal No. RFP-9-2010 69 Consulting Services for Whitevale Master Drainage Plan EVALUATION OF SUBMISSIONS. 23. Submissions will be evaluated according to the following criteria: Relative Value 100 a. Overall completeness and quality of submission 15 b. Work plan and schedule, modifications or enhancements to 30 study approach, and quality of references c. Professional Fees 15 d. Qualifications of personnel, relevant company experience in 35 undertaking projects of similar complexity, scope, importance and value and lessons learned to be applied to this project. e. Insurance, health and safety, acknowledgment of addenda, 5 accessibility Regulations, and conflict of interest 24. Submissions will be reviewed by an Evaluation Committee consisting of City Staff and evaluated according to the criteria described above. The Evaluation Committee will rank the submissions lowest to highest score and develop a short-list of up to 2 highest scoring proposals for consideration. An interview may be requested of the 2 consultants by the evaluation committee to tabulate a combined average score (proposal score and interview score) to recommend the highest scoring consultant for consideration. The Evaluation Committee may recommend the highest scoring proposal for consideration without undertaking the interview process. The score or ranking by the committee for any or all proposals/interview will not be disclosed on enquiry. 25. Unsatisfactory references known to a member of the evaluation committee or unsatisfactory previous work experience will result in the Consultant's proposal not being considered. 26. The City reserves the right to: accept a proposal in whole or in part; expand the number of consultants for consideration, as recommended by the evaluation committee; • not consider, not accept or reject any or all submissions; • waive omissions, notwithstanding essential items; or • cancel or amend this call. If in so doing the best interests of the City will be served and no liability shall accrue to the City from such undertakings and all decisions derived therefrom. Page 5 of 14 Request for Proposal No. RFP-9-2010 Consulting Services for Whitevale Master Drainage Plan 27. Professional fees must include all operating, overhead, and incidental costs and the Consultant must be satisfied as to the total requirements of this request for proposal. 70 Pricing is subject to the Harmonized Sales Tax. 28. All invoices will precisely indicate the tasks for which work has been completed as well as the remaining percentage of a task or tasks to be done. 29. Any representation or solicitation to the City, its elected officials, employees or agents with respect to the proponent's submission will disqualify the submission. The City, its elected officials, employees and agents will not be responsible for any liabilities, costs, expenses, loss or damage incurred, sustained or suffered by 'any proponent, prior or subsequent to, or by reason of the acceptance, or non-acceptance by the City of any submission, or by reason of any delay in the acceptance of any submission. 30. Disclosure of information submitted is subject to the Municipal Freedom.of Information and Protection of Privacy Act. To prevent the release of information the proponent must state the information is submitted in confidence and indicate the nature of the confidential information and what harm would result from the release. ENQUIRIES 31. All enquiries shall be in writing and submitted by facsimile to 905.420.5313 to the attention of Supply & Services before 2:00 pm local time Thursday, August 12, 2010. Both the questions and answers will be available without stating the source(s) of the enquiry in an ADDENDUM within approximately 2 working days. 32. Addenda are posted on the City of Pickering website at: http://www.cityofpickering.com/standard/cityhaII/supply/main.htmI 33. It is the bidder's sole responsibility to check often on the City's website for addenda, in particular. before the bid closing date and time. The onus is on the bidder to check the website prior to closing to ensure that they have received all addenda. 34. All addenda must be acknowledged in the proposal as instructed. BACKGROUND 35. During the summer of 2008, the Hamlet of Whitevale experienced intense rainstorms, which resulted in severe flash flooding throughout the community, including washout of approaches to the historic Whitevale Bridge, roads and several properties. These damages from the 2008 storm illustrated the need to implement cost-effective retrofit projects to improve the drainage and conveyance system throughout the Hamlet of Whitevale. As such, the City of Pickering has secured funds through the 2010 Current Budget to complete a Master Drainage Plan for the Hamlet of Whitevale, which will follow Approach #2 under the Master Planning Process highlighted in Appendix 4 of the Municipal Class Environmental Assessment Document (October 2000, as amended in 2007). I Page 6of14 Request for Proposal No. RFP-9-2010 71 Consulting Services for Whitevale Master Drainage Plan SUBJECT SITE 36. The subject site as shown in the attached figure is known as the Hamlet of Whitevale that was designated as a Heritage Conservation District in 1993. It is a rural community located in a scenic river valley along the banks of the West Duffins Creek that is dominated by a mixture of agricultural lands and large residential properties that have not changed significantly in character since the late 19th century. The Whitevale Heritage Conservation District was established to ensure the preservation and enhancement of the special character of Whitevale, particularly as a rural community. Drainage throughout the Hamlet is currently serviced by a series of ditches, swales; culverts and older storm sewers that are in need of repair and maintenance and in some cases have been altered by private property owners from their original design and function. SCOPE OF CONSULTING SERVICES 37. Task 1: Background Review The Consultant will contact and obtain from relevant agencies, such as the City of Pickering and Toronto and Region Conservation (TRCA), relevant information on the Hamlet of Whitevale and the its watersheds.. This task will primarily involve the consolidation of available data on the existing drainage conditions, and systems including but not limited to the following: • Stream corridors - including drainage ditches and swales; Existing floodplain mapping (including hydrology and hydraulic studies); Extent of stream corridors, swales or ditches in public and private ownership; • Extent of cross road culverts, bridges, storm sewers and appurtenances (inlets, outlets, manholes, catchbasins) on municipal rights of way, other land and/or easements; Review the status, findings and recommendations of existing master drainage /stormwater management reports for the tributary watersheds; • Public use, recreational linkages (public access to corridors). Task 2: Define Data Gaps Based upon the review and consolidation of existing information, data gaps will be identified. The only major data gap that is anticipated is the detailing of the existing conveyance system. If the need for significant work to fill data gaps arises, the Consultant should identify a detailed,program outlining the information to be collected, the preferred method for conducting the work, and the. format in which the data is required. Together with the Technical Working Group, the most-effective manner for obtaining the data will be reviewed and discussed. Page 7 of 14 Request for Proposal No. RFP-9-2010 Consulting Services for Whitevale Master Drainage Plan Task 3: Prepare a GIS Based Map(s) for the Hamlet of Whitevale 72 Using the information collected from the previous tasks, the Consultant will prepare an overall map of the Hamlet of Whitevale and the associated watersheds and sub watersheds including up-to-date information. The map(s) should indicate the key characteristics of the Study area, such as: watershed/sub watershed areas, watercourses, ditches, culverts, bridges,, storm sewers, natural hazards (e.g. floodplains, erosion sites) and calculated flow locations. Task 4: Characterization of Existing Conditions The Consultant will characterize and detail the existing drainage, conveyance and stormwater management system. The characterization is to include the size, type, extent of the minor and major systems that may need to be obtained through camera and surveying. Task 5: Confirm Goals and Objectives In collaboration with the Technical Working Group and based on the completion of Tasks 1 to 4 above, confirm the goals, objectives and targets for the Hamlet of Whitevale and the associated watersheds and conveyance systems. Part of this task will be to research the legal issues, namely, the City's obligations, encumbrances, and/or liabilities for this unique rural community and to identify if any policies or legislation apply (i.e. Drainage Act, Conservation Authority Act, riparian rights etc.). Task 6: Identify and Assess Alternative Solutions The Consultant will identify and conduct an analysis of alternative measures that can be implemented to achieve the stated goals and objectives for the Hamlet of Whitevale. A wide and diverse range of alternatives should be considered and assessed in accordance with the Municipal Class EA process. Measures to be considered should include, but not limited to: source, conveyance and end-of-pipe stormwater management solutions, which may include the need for hydrological and/or hydraulic modeling to assess impacts of the various alternatives. In addition, enhances or innovative best management practices; namely Low Impact Development (LID); such as infiltration and permeable pavement should be investigated and utilized as a way to keep the rural community character that is one of the main objectives of the Whitevale Heritage Conservation District. Task 7: Identify Preferred Alternative The initial list of alternatives will be evaluated to produce a short list of the alternatives that will meet the stated objectives and targets. An overall evaluation and ranking system will then be developed for the remaining solutions using a decision matrix with appropriate criteria to enable the selection of the most suitable alternative. The alternative strategies will be evaluated against a series of natural environment, social and economic criteria organized on the basis of specific study assessment groups, such as: physical form, cultural, socioeconomic, engineering/technical and cost. Page 8 of 14 3 Request for Proposal No. RFP-9-2010 ' Consulting Services for Whitevale Master Drainage Plan Task 8: Implementation Plan A key aspect of the preferred alternative will be the preparation of the implementation plan and the associated capital cost for each component. The Consultant will establish a prioritized plan that recognizes the most effective manner to implement the required works, taking into account the capital resources available to the City. The implementation plan will also provide guidance on the additional Environmental Assessment requirements, if any, and the technical approvals that will be involved during the detailed design phase. If necessary, identify any land or easement(s), permanent and working, necessary to implement the preferred servicing strategy. Assist in the preparation of easement and purchase documents to the degree requested by the City. In developing the preferred alternative, the Consultant will also investigate alternative funding mechanisms that can be employed to implement the works. Task 9: Study Report A comprehensive Study Report will be prepared to fully document the Study findings, including: • The characterization of the contributing watercourses and watershed area; • A discussion of the field investigations that were undertaken; • A description of the technical analyses that were compiled; • The list of alternative measures that were examined as part of the Study; The evaluation process that was followed in the selection of the preferred alternative; The public consultation process and activities that were undertaken; A full description of the component projects, which collectively represent the preferred alternative(s), the information will consist of a conceptual design, costing and potential funding sources, prioritization of each component, together with the additional Environmental Assessment requirements to bring the works to completion; and, • The identification of individual projects as Schedule A, B or C undertakings, based on their level of complexity, together with the additional EA requirements. Task 10: Public Consultation The Consultant will be responsible for organizing and guiding the public consultation aspects of the Study in accordance with the requirements of the Master Planning Process as defined in the Municipal Class Environmental Assessment Document (October 2000, as amended in 2007). Accordingly, a plan should be prepared for approval by the Technical Working Group that outlines the proposed activities, the associated objectives, and the recommended timing. It is anticipated that the public consultation will consist of, but not limited to, a Notice of Commencement, Notice of Public Information Centres and a Notice of Completion. Allowance should be made for at least two Public Information Centers, which are to be facilitated. Page 9 of 14 Request for Proposal No. RFP-9-2010 Consulting Services for Whitevale Master Drainage Plan 74 The Consultant will be responsible for the preparation of all materials, including notes, advertisements, circulation notices to all parties, the display boards, handouts and uestionnaires the collection of comment forms and the preparation of responses to questionnaires, all questions received. The City will assist the Consultant by arranging for the placement of the advertisements. Task 11: Meetings Make provision for four meetings with the Technical Working Group, one of which will be a start-up meeting following the award of the successful proposal. Task 12: Approvals Given the intent of this Drainage Study is to provide a strategy and direction to improve drainage conditions within the Hamlet of Whitevale, the process will not provide sufficient details to secure formal technical approvals. However, it will be important that the preferred alternatives be satisfactory to the review and regulatory agencies before such solutions are moved into detailed design. Therefore, a working dialogue with the review and regulatory agencies will be established by the Consultant in order to identify and address the key issues that will ultimately form the focus of their review and approval. Relevant agencies include, but will not be limited to: TRCA, Ministry of the Environment, Ministry of Natural Resources, Transport Canada and Department of Fisheries and Oceans. DELIVERABLES 38. The following deliverables will be required for the project: Phase 1 - Existing Conditions Report detailing the Background Information For the Existing Conditions Report: 5 draft copies (paper); one copy in digital format using the Microsoft Office suite of applications (all drawings and mapping to be provided in AutoCad.dwg or.dxf; one copy in PDF format). Phase 2 - Full Drainage Study detailing the Preferred Alternatives For the Full Drainage Study: 15 copies (paper); one camera ready copy of the final version; one copy of the final version in digital format using the. Microsoft suite of applications (all design drawings and mapping to be provided in AutoCad.dwg or.dxf; one copy in PDF format). 39. All documents shall become the.property of the City of Pickering and the City shall be the sole copyright holder of these documents. STUDY MANAGEMENT AND TECHNICAL WORKING GROUP 40. The City of Pickering will manage the study. Day to day reporting and communications as well as supervising the study work to ensure that it is carried out in accordance with Page 10 of 14 Request for Proposal No. RFP-9-2010 7 5 Consulting Services for Whitevale Master Drainage Plan the Terms of Reference and to the satisfaction of the City of Pickering will be with the Stormwater & Environmental Engineer, Engineering Services Division, Operations & Emergency Services Department. 41.. A Technical Working Group (TWG) will be established to provide technical input, advice and address issues. The TWG will comprise, as a minimum, staff from several departments, such as, Planning & Development and Operations & Emergency Services. The Consulting Team shall meet with the TWG as a regular part of the process and at milestones during the study. The TWG shall monitor study progress, liaise with the Consultant, and exercise budgetary control and revisions to the Terms of Reference. 42. In addition, the Consultant shall be responsible for recording, typing and distributing minutes of the TWG meetings, subject to the approval of the Stormwater & Environmental Engineer. 43. Acceptance of a proposal is subject to requisite City approval(s) and confirmation of a purchase order to the consultant.. UPSET LIMIT 44. An upset limit of $75,000 including disbursements, excluding HST has been established for the completion of this project AVAILABLE INFORMATION 45. The following information will be provided to the successful consultant. • Teranet property fabric and 2008 orthophotography at a 0.2 m resolution for the study area in a digital format that are both geo-referenced. • The Whitevale and District Residents' Association has formed its own stormwater committee and has created a drawing indicating areas of concern that may be . used as a resource to the successful candidate, who may wish to meet with the committee in order to hear the residents knowledge of the drainage patterns within the Hamlet. Page 11 of 14 Request for Proposal No. RFP-9-2010 Consulting Services for Whitevale Master Drainage Plan 76 t ~ r ~FI 7 ~-WH ITEVALE 4,1 tiff O Q 41 , c~ O USES o s' rl 6 K CHUFJ IV IN am momm Now Immus some low I !air kJ STREET 1t O ~I r 3~~1irTVA.~ , ~I res~o II 46 app ~ ~ ■ NW\ ,.-rR.i . t~ C7 ~ 5 r; \ t d~ ~ I 4~~7 I ~ rcanr ,n~e i .y+ I ~I g 1 pia t ~ ~ r~~ L! }+I ' ~ ~ r t I a-• . rtirU • In yr I I Iew t- ri- t 4> r r » oxry a~r~ k (f 1 ! ~ r l,At 'f ~'.II~Cviilpil-L II( Jll ' - HAMLET HAMLET OF WHITEVALE j CAy aDUNDARY FIGURE #1 - LOCATION MAP 'KIER NTS JOLY,201J OMP-eV;fAD W-k',O AA'N5 ;1,:"C.(G~V.~a<i,YlcrJ.. _ b'hiter~ie Way. Page 12 of 14 7 7 Request for Proposal No. RFP-9-2010 Consulting Services for Whitevale Master Drainage. Plan HEALTH AND SAFETY REGULATIONS 1. (a) The City is the "owner" throughout the term of this contract. (b) The Company is the "employer" throughout the term of this contract. 2. The company certifies that it, its employees, its subcontractors and their employees, (a) are aware of their respective duties and obligations under the Occupational Health and Safety Act, as amended from time to time, and all Regulations thereunder (the Act); and (b) have sufficient knowledge and training to perform all matters required pursuant to this contract/quotation safely and in compliance with the Act. (c) are covered by WSIB. 3. In the performance of all matters required pursuant to this contract/quotation, the company shall, (a) act safely and comply in all respects with the Act, and (b) ensure that its employees, its subcontractors and their employees act safely and comply in all respects with the Act. 4. The company shall rectify any unsafe act or practice and any non-compliance with the Act at its expense immediately upon being notified by any person of the existence of such act, practice or non- compliance. 5. The company shall permit representatives of the City on site at any time or times for the purpose of inspection to determine compliance with this contract/quotation. 6. No act or omission by any representative of the City shall be deemed to be an assumption of any of the duties or obligations of the company or any of its subcontractors under the Act. 7. The company shall indemnify and save harmless the City, (a) from any loss, inconvenience, damage or cost to the City, which may result from the company or any of its employees, its subcontractors or their employees failing to act safely or to comply in all respects with the Act in the performance of any matters required pursuant to this contract/quotation; and (b) against any action or claim, and costs related thereto, brought against the City, by any person arising out of any unsafe act or practice or any non-compliance with the Act by the company or any of its employees, its subcontractors or their employees in the performance of any matter required pursuant to this contract/quotation. (c) from any and all charges, fines, penalties, and costs that may be incurred or paid by the City if the City (or any of its council members or employees) shall be made a party to any charge under the Act in relation to any violation of the Act arising out of this contract/quotation. 8. The company shall abide by the Workplace Safety & Insurance Board Act, as amended from time to time and all Regulations thereunder. CONDITION OF WORK SITE 9. The company shall remove and legally dispose of debris, packaging and waste materials frequently, or as directed by the City, in accordance with all governmental regulations applicable to such activities. LIABILITY 10. The company agrees to at all times defend, fully indemnify and save harmless the City from all actions, suits, claims and demands, losses, costs, charges and expenses arising by reason of injury or death to any person or any property or charges brought or made against or incurred by the consultant's negligent acts, errors or omissions in its performance of the work herein. Acknowledged: Date: Company Signature Print Name Page 13 of 14 Request for Proposal No. RFP-9-2010 Consulting Services for Whitevale Master Drainage Plan ACCESSIBILITY REGULATIONS FOR CONTRACTED SERVICES 78 In accordance with Ontario Regulation 429/07, Accessibility Standards for Customer Service Section. 6, every provider of goods and services shall ensure that every person who deals with members of the public or participates in the developing of the service provider's policies, practices and procedures governing the provision of goods and services to members of the public, shall be trained on the following: 1. How to interact and communicate with persons with various types of disability. 2. How to interact with persons with disabilities who use assistive devices or require the assistance of a guide animal, or a support person. 3. How to use equipment that is available on the premises that may help in the provision of goods or services. 4. What to do if a person with a particular type of disability is having difficulty accessing the provider's goods or services. 5. Information on the policies, practices and procedures governing the provision of goods and services to people with disabilities can be found on the Ministry of Community & Social Services website. The following link provides access to the training module: www.mcss.gov.on.ca/mcss/serve-ability/HTML Enq/screen01.html Contracted employees, third party employees, agents and others who deal with members of the public on behalf of the City of Pickering must meet the requirements of Ontario Regulation 429/07 with regard to training. A document describing the training policy, a summary of the contents of the training and details of training dates and attendees must be submitted to the City of Pickering upon request. I acknowledge that the training module has been completed accordingly. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Acknowledged By Company Name Date Authorized Official Title Name (please print) Signature i Page 14 of 14 ADDENDUM NO.1 Request for Proposal No. RFP-9-2010 _ Consulting Services for Whitevale Master Drainage Plan The following information is provided to prospective bidders to clarify, add to, or amend. the information provided in the proposal documents. This addendum forms an integral part of the proposal and contract documents and is to be read, interpreted and coordinated with all other parts of the documents. The cost of all contained herein is to be included in the total amounts / contract sum. The following revisions supersede the information contained in the original terms and specifications issued for the above named project to the extent referenced and shall become part thereof. Acknowledge receipt of this addendum by a statement within your proposal or by acknowledging the form and returning with your proposal. Reference: Information to Bidders, Enquiries, Page #6, Item #31 Any changes to this request for proposal will be issued as an addendum. The following questions were submitted for clarification. Answers are provided as follows: 1. Question: Regarding Task 4, is the cost to survey or camera the minor and major systems to be included in the total cost, included as an optional item, or costed at a later date once the extent of any survey or camera work is better understood? Without knowing the extent of the survey/camera requirements, upon what basis would the City suggest costing this.item? Response: Minor System: A review of the preliminary information estimate that there is an approximate total length of 90 m for eight cross road culverts and approximate total length of 400 m of an old storm sewer along Whitevale Road. Major System: Provide surveying price per day per crew, with an estimate of the number of days to complete the creeks, swales and/or ditches, which should include the time required to process the survey data etc. 2. Question: Does the City foresee the need for any detailed environmental/ecological assessments to be completed? Response: No environmental or ecological assessments are anticipated for this project. However, it is anticipated that enough natural environmental information is known to accurately assess the possible impacts of the alternative solutions and mitigating measures on the natural environment required through the Municipal Class Environmental Assessment Process. Page 1 of 2 ADDENDUM NO.1 Request for Proposal No. RFP-9-2010 Consulting Services for Whitevale Master Drainage Plan 3. Question: 80 In the background section, Item 35, the RFP references intense rainstorms during the summer 2008. Please clarify if there were several events resulting in the washout of the Whitevale Bridge, roads and properties or if the event in question occurred in and around July 23, 2008? If there are other events resulting in the damages, please provide the dates. Response: The Storm event was July 23, 2008. 4. Question: In the Subject Site Description, Item 37, the RFP indicates drainage is serviced via ditches, swales, culverts and old storm sewers. In order to.estimate the potential cost associated with camera inspection of the minor system (as outlined in Scope Of Consulting Services, Item 37, Task 4), please provide an estimated length of sewer to be used for this pupose. Response: Please refer to answer to Question 1. 5. Question: Please clarify if an acknowledgement of the City's Accessibility Regulations as outlined in Item 22. (d) of the Essential Submission Requirements requires that the . training of staff has already been completed. Our understanding is that the training can be completed once the contract is awarded? Response: When the acknowledgement of the City's Accessibility Regulations is signed, it is _ confirming that all employees proposed to work on the project have had the sufficient training required to complete the project (at the time of signature). ACKNOWLEDGE ALL ADDENDA AS INSTRUCTED IN THE PROPOSAL OR ACKNOWLEDGE THE FORM AND RETURN WITH YOUR PROPOSAL End of Addendum No. 1 ATTACHMENT # TO REPORT # ~La I ` ity .1 ITY OF CAO I I _ NOV 1 2010 RECEIVED ~Y PTCKERING FILE emo L ID FOLLOW UP COPY FWD To: Tony Prevedel MAYOR COUNCIL Nov mber 5, 2010 Chief Administrative Officer COUNCIL PKG''' CAO MGMT COM From: Everett Buntsma DIRECTORS CORP SERV Director, Operations & Emergency Serve ES OFFICE SUST C&R PLAN & DEV Copy: Director, Corporate Services & TreasurEr- ENG SERV LEGAL & LS Division Head, Engineering Services FIRE CLERK Supervisor, Engineering & Capital Work OPER & FAC HUMAN RES Co-ordinator, Landscape & Parks Devel p, en Subject: Tender No. T-23-2010 Tender for Brockridge Park Pedestrian Bridge and Walkway Replacement File: A-1440 Tender No. T-23-2010 was issued for the Brockridge Park Pedestrian Bridge and Walkway Replacement on September 30,-2010. Seven companies submitted a bid by closing time on October 20, 2010. The lowest bid of $105,773.77 (including HST) was received from Cedar Springs Landscape Group Ltd. Recommendation: 1. That Tender No. T-23-2010 submitted by Cedar Springs Landscape Group Ltd. in the amount of $105,773.77 (including HST) be accepted; 2.- That the total gross project cost of $120,407 including the tender amount, associated costs, and HST, and the net project cost of $108,430 be approved; 3. That the Director, Corporate Services & Treasurer be authorized to finance the project as follows: a) the sum of $100,000 as provided for in the 2010 Capital Budget be funded from the Parkland Reserve Fund; b the additional funds required in the amount of $8,430 be funded from the Parkland Reserve Fund; 4. That the Chief Administrative Officer provide acceptance of T-23-2010 to proceed; and 5. That the appropriate City of Pickering officials be authorized to take necessary action to give affect hereto. Executive Summary: 82 As part of the 2010 Parks Capital Budget, pedestrian bridge replacement was approved as a construction project. The Operations & Emergency Services Department, Engineering Services Division recommends acceptance of the low bid received from Cedar Springs Landscape Group Ltd. for the amount of $105,773.77 (HST included). The City's purchasing policy states that tenders require Council approval in order to proceed.- The Chief Administrative Officer has designated authority during a recess of Council. Financial Implications: 1. Approved Source Of Funds 2010 Parks Capital Budget Item Account Code Source of Funds Budget Required Brockridge Park - 5780.1019.6129 RF - Parkland $100,000 $100,000 upgrade play area and replace pedestrian bridge. Additional Funds Required 5780.1019.6129 RF - Parkland $8,430 Total Funds $100,000 $108,430 2. Tender Amount Tendered Amount $93,605.11 HST (13%) 12,168.66 Subtotal 105,773.77 HST-Rebate (11.24°/x) (10,521.21) Total $95,252.56 November 5, 2010 Tender T-23-2010 Page 2 Brockridge Park Pedestrian Bridge and Walkway Replacement • 3.8 3 Estimated Project Costing Summa T-23-2010 - Brockridge Park Pedestrian Bridge and Walkway Replacement $93,605 Associated Costs Consulting Fees 4,750 Miscellaneous (Permit and Advertisement Fees) 3,200 Contingency 5,000 Total Costs 106,555 HST (13%) 13,852 Total Gross Cost $120,407 HST Rebate (11.24%) 1( 1,977) Total Net Cost $108,430 Project Cost under (over) approved funds by ($8,430) Although the total estimated net project cost exceeds the budget amount approved in the 2010 Capital Budget, this excess is primarily a result of the contingency provision and is less than 10% of the approved budget. Section 11.02 (a) and (b) of the Financial Control Policy provides that such over expenditures may be. allowed provided the overage is less than 10% of the approved expenditure and are offset by corresponding under expenditures. Under expenditures in other projects are anticipated but cannot be specifically identified at this time. Under Section 11.02 (c), the increased financing will come from the Parkland Reserve Fund and Council confirmation will be obtained when the Manager, Supply & Services presents the report to Council on awards during the Council recess. Sustainability Implications: In an effort to improve public safety and encourage pedestrian traffic around Brockridge Park and from Beaton Way down to Brock Road, the two pedestrian bridges are being. replaced. The larger of the two bridges that connects the walkway from Beaton Way to the park was washed out in July 2008 and has been removed. The smaller bridge has been settling and requires maintenance work. November 5, 2010 Tender T-23-2010 Page 3 Brockridge Park Pedestrian Bridge and Walkway Replacement Background: 84 As part of the 2010 Parks Capital Budget, the two pedestrian bridges. crossing the drainage ditch in Brockridge Park were approved for replacement. Of the two bridges, the one on the walkway down from Beaton Way was washed out in July 2008 and was subsequently removed, closing this section of walkway. The other bridge is showing signs of failure. The project was originally tendered under Tender No. T-21-2010, in conjunction with the redevelopment of the two playgrounds within the park and the site preparation work fora new storage building for the Pickering Baseball Association. The tender came in significantly over budget and it was decided to retender the replacement of the two bridges separately and request additional funds. in the 2011 budget to undertake the playground redevelopment. Seven bids were received for Tender T-23-2010 with the low bid coming from Cedar Springs Landscape Group Ltd. The three references provided by Cedar Springs Landscape Group Ltd. were checked and favourable responses were received on their past performance. The Health & Safety Policy, Workplace Injury Summary Report and current WSIB Certificate of Clearance issued by Workplace Safety & Insurance Board as submitted by Cedar Springs Landscape Group Ltd. have been reviewed by the Coordinator, Health & Safety and deemed acceptable. The Certificate of Insurance has been reviewed by the. Manager, Finance and Taxation and is deemed acceptable. In conjunction with staff's review of the contractor's. references for previous work experience and the bonding available on this project, the tender is deemed acceptable. The Operations & Emergency Services Department, Engineering Services Division recommends that the low bid by Cedar Springs Landscape Group Ltd. for Tender No.T-23-2010, in the amount of $105,773.77 (HST included) and that the net project cost of $108,430 be approved. In accordance with Purchasing Policy Item 04.08 a tender award is subject to Council approval. The Chief Administrative. Officer has the authority to approve this tender during the recess of Council. This report has been prepared in conjunction with the Manager, Supply & Services who concurs with the foregoing. Attachments: 1: Supply & Services Memorandum dated October 21, 2010. 2. Location Map November 5, 2010 Tender T-23-2010 Page 4 Brockridge Park Pedestrian Bridge and Walkway Replacement ' RR Approved/Endorsed B Prep`ered By: . Y: A f~ ~ I A"rnol ' Mostert Everett Buntsma Coordinator. Director Landscape & Parks. Development Operations & Emergency Services r Vera elgemacher i Gillis A. Paterson Manager, Supply & Services Director C.P.P., CPPO, CPPB, C.P.M., CMM III Corporate Services & Treasurer f Iborn, P. Eng ill Caryn Kong Ric and W. Senior Financial Analyst Dy sion Hea Capital & Debt Management engineering Services AM:ds A;PP °O D PREVED~EL T CHIEF ADMINISTRATIVE OFFICER November 5, 2010 Tender T-23-2010 Page 5 Brockridge Park Pedestrian Bridge and Walkway Replacement 8 6 city 00 PICKERING Memo To: Richard Holborn October 21, 2010 Division Head, Engineering Services From: Vera A. Felgemacher Manager, Supply & Services Copy: Supervisor, Engineering & Capital Works Coordinator, Landscape & Park Development Subject: Tender No. T-23-2010 Tender for Brockridge Park Pedestrian Bridge and Walkway Replacement File: F-5400-001 Tenders have been received for the above project. Seven (7) bidders were invited to participate. An advertisement was placed in the Daily Commercial News and on the City's website inviting companies to download the tendering document. No addenda were posted. Nine (9) companies submitted a bid. Purchasing Procedure No. PUR 010-001, Item 10.03 (r) provides checking tendered unit prices and extensions; unit prices shall govern and extensions will be corrected accordingly, which has been done. All deposits other than the low three bidders may be returned to the applicable bidders as provided for by Purchasing Procedure No. PUR 010-001, Item 10.03(w). Three (3) bids have been retained for review at this time. Copies of the tenders are attached for your review along with the summary of costs. SUMMARY Harmonized Sales Tax included Bidder Total Tendered Amount After Calculation Check Cedar Springs Landscape. $105,773.77 $105,773.77 Group Ltd. Esposito Bros. Construction Ltd. $128,446.94 $128,446.94 Hawkins Contracting Services $131,450.64 $131,450.64 Ltd. Peninsula Construction Inc. $154,068.96 $154,068.96 McPherson - Andrews $176,528.60 $176,528.60 Contracting Ltd. Rutherford Contracting $176,745.56 $176,745.56 87 G.C. Romano Sons (Toronto) $197,015.50 $197,015.50 Ltd. Clearwater Structures Inc. $211,439.95 $211,439.95 Elirpa Construction $272,038.23 $272,038.23 Pursuant to Information to Bidders Item 25, the following will be requested of the selected bidder for your review during the evaluation stage of this tender call. Please advise when you wish us to proceed with this task. (a) A copy of the Health and Safety Policy to be used on this project; (b) A copy of the current Workplace Injury Summary Report issued by Workplace Safety & Insurance Board (in lieu of the Workplace Injury Summary Report document, a copy of the current CAD 7, NEER, or MAP reports may be submitted); (c) A copy of the current Clearance Certificate issued by Workplace Safety & Insurance Board; .(d) The City's certificate of insurance or approved alternative form shall be completed by the bidder's agent, broker or insurer; (e) list of Sub-Contractors in accordance with General Conditions Item 34 and page 55; (f) Such further information, as the City may request in writing. Include the following items in your Report to Council: (a) if items (a) through (c) noted above, are acceptable to the Co-ordinator, Health & Safety; (b) if item (d) - Insurance - is acceptable to the Manager, Taxation; (c) any past work experience with the low bidder including work location; (d) without past work experience, if reference information is acceptable; (e) the appropriate account number(s) to which this work is to be charged; (f) the budget amount(s) assigned thereto; (g) Treasurer's confirmation of funding; (h) related departmental approvals; (i) any reason(s) why the low bid of Cedar Springs Landscape Group Ltd. is not acceptable; and (j) related comments specific to the project. Please do not disclose any information to enquiries except you can direct them to the City's website for the unofficial bid results as read out at the Public tender opening. Bidders will be advised of the outcome in due course. If yo C require further information, please feel free to contact me or a member of Supply & Serve es. VAF/jg Attachments October 21, 2010 Tender No. T-23-2010 Page 2 Tender for Brockridge Park Pedestrian Bridge and Walkway Replacement File: F-5400-001 M 88 ENGINEERING SERVICES DIVISION Attachment for Tender T=23-2010 BROCKRIDGE PARK PEDESTRIAN BRIDGE AND WALKWAY REPLACEMENT ELI THONY I _ ST. AN - DANIEL W Q SEPARATE > z z Z . SCHOOL O 7r W W O U DRIVE ° I- d' I 11 Q ~ I m < ~ j w cn m CL U S T PARK CD / m CLI > J U D_ CRESCENT CD Ld D FINCH M AVE: _ FINCH AVENUE Cl, DURHAM P25IhE ~ U/VlS/ON i !I f .L7 y P o j Q e. i ° . } y O LOCATION MAP PROPOSED CONSTRUCTION INCLUDES: BROCKRIDGE PARK - The proposed works to include the supply and installation of two pre-engineered pedestrian bridges complete with poured concrete foundations, concrete curbing, asphalt walkways, and other miscellaneous site and landscape works y Z W O U E z w Q Z V ca O. Q lJJ ~ cd N m w Z , oo N O L E! N Z Q Q W (D w w z 'a .0 IN. -o r M Oe c~ C) IDY d. O H} H9 Efl 6)- 6"} 60~} 609- U) OW m d F- Z a a U W y, N 00 m a~ F o O a Q. ` m , c~ ~ lz~ o c :a C \p nN, . U G CD c O O O w C ~ C CU N O U' F" O f6 C :3 z U = ccoo W C cb Z N C U C (n O U w 1 ~,c O (Dcu U) C O .0 ca a co c c Q a~ rn m ° m L \ 3 m N U m I C - O w Q E c cu 0 a) 0 U) U) Q - ; cu CD cc U d a W F- 2 ~ ~ U U City/ v~ TO REPORT # 52 1 I I;I CAO I I RECEIVED; 9 0 PICK! IZI G %E Memo FOLLOW UP COPY FWD To: Tony Prevedel MAYOR COUNCIL ovember 17, 2010 Chief Administrative Officer COUNCIL P)CG CAO MGMT COM From: Everett Buntsma DIRECTORS CORP SERV Director, Operations & Emergency e OFFICE SUST C&R PLAN & DEV Copy: Supervisor, Facilities Operations ENG SERV LEGAL.& LS FIRE CLERK Subject: Quotation No. Q-65-2010 OF'ER FAC HUMAN RES. Quotation for Hot Water Boiler Repl IVIC omp e - File: A-1440-001-10 Quotations have been received-for the supply and delivery of a Hot Water Boiler replacement for the Pickering Civic Complex.- The existing boilers are nearing 20 years old and are inefficient. Gas tax funding has been approved in the 2010 Civic Complex budget to replace the boiler. Installing the new efficient boiler will allow us the flexibility to operate both sets of boilers during the year thus extending their full use lifespan. Recommendation: 1 That Quotation No. Q-65-2010 submitted by ACE Services/Tasis Contractors at a cost of $101,474 (HST included) be accepted; 2. That the total gross project cost of $101,474 (HST included) and a net project cost of $91,380.48 be approved; 3. That the Director, Corporate Services & Treasurer be authorized to finance the project as follows: a) the sum of $91,380.48, as provided for in the 2010 approved Capital Budget for Operations and Emergency Services, Civic Complex, to be financed through Federal Gas Tax b) the Director, Corporate Services & Treasurer be authorized to take any actions necessary in order to affect the foregoing; and 4. That the Director, Corporate Services & Treasurer be authorized to take necessary action in order to give effect thereto. Executive Summary: The replacement of an old back- up boiler at the Civic Complex was approved by Council in the 2010 Capital Budget for the total amount of $102,000.00. 91 The existing 19 year old boiler has reached the end of its useful life cycle and currently is inefficient to operate. Replacement of the boiler will result in the reduction of maintenance costs, improve gas efficiency and lower the City's carbon footprint. The boiler replacement is $526.00 less than the approved budget, in accordance with the low Quotation. Financial Implications: 1. QUOTATION AMOUNT Quotation No. Q-65-2010 $89,800.00 HST 11,674.00 Sub-Total $101,474.00 HST .($10,093.52) Total $91,380.48 2. APPROVED SOURCE OF FUNDS Civic Complex Operations & Emergency Services Department Capital Budget Location Proiect Code Source of Funds Budget Required Q-65-2010 Replacement of Old 5700.1001.6178 Federal Gas Tax- $102,000 $101,474 Backup Boiler FUNDS AVAILABLE $102,000 $101,474 November 8, 2010 Page 2 Hot Water Boiler Replacement s 92 3. ESTIMATED PROJECT COSTING SUMMARY Quotation No. Q-65-2010 $101,474 Total Project Cost 89,800.00 HST 11,674.0 Total Gross Project Cost $101,474.00 HST Rebate (11.24%) (10,093.52). Total,Net Project Cost $91,380.48 Project Cost under (over) approved funds by $526.00 Sustainability Implications: The existing boiler has reached the end of their useful life cycle, and is currently ineficient and expensive to maintain. Replacement-of the Boiler will reduce energy consumption and reduce maintenance costs. The overall effect will be the reduction of the carbon footprint for the City. Background: Quotations were invited from ten (10) companies of which five (5) responded by the official closing date arid time. Six (6) bidders signed-in at the mandatory site visit held on Tuesday August 29t , 2010 at 10:00 AM of which five (5) submitted a bid. Quotations shall be irrevocable for 60 days after the official closing date and time. Copies of quotations are available for your review. The low quotation was submitted by ACE Services/Tasis Contractors Inc. The references have been checked and are deemed acceptable by the Director, Operations and Emergency Services. The Health and Safety Policy, Clearance Certificate issued by Workplace Safety and Insurance Board (WSIB), the WSIB Cost and Frequency Record and Certificate of Insurance as submitted by ACE Services and Tasis Contractors Inc. have been reviewed by the Coordinator, Health & Safety and are deemed acceptable. In conjunction with staff's review of the contactor's previous work experience is deemed acceptable. Upon careful examination of all quotations and relevant documents received, the Operations & Facilities Division recommends the acceptance of the low bid submitted by ACE Services/Tasis Contractors Inc. for Quotation No. Q-65-2010 in the amount of $101,474 (HST included) and that the total net project cost of $91,380.48 be approved. November 8, 2010 Page 3 Hot Water Boiler Replacement This report has been prepared in conjunction with the Manager, Supply & Services who concurs with the foregoing. 93 Attachments: 1. Supply & Services Memorandum dated October 18th, 2010 Prepared By: Approved / Endorsed By: y j Ever tr ' sma ik D nn irk Facility Operations Director, Operations & Emergency Services - 6 r Gillis Paterson Director, Corporate Services & TreaLurer C'4 Vera; A. Felgemacher CSCMP,' CPPO, CPPB, C.P.M., CMM III Manager, Supply & Services EB:mld Recommended for the consideration of Pickering Chief Administrative Officer Tony Prevedel Chief Administrative Officer November 8, 2010 Page 4 Hot Water Boiler Replacement L City d~ .9 4 Memo PC IAN To: Everett Buntsma August 31, 2010 Director, Operation & Emergency Services From: Vera A. Felgemacher Manager, Supply & Services Copy: Mike Dwinnell Supervisor, Facilities Operations Subject: Quotation No. Q-65-2010 Hot Water Boiler Replacement - Pickering Civic Complex File: F-5300-001 Quotations were invited from ten (10) companies of which five (5) responded by the official closing date and time. Six (6) bidders signed-in at the mandatory site visit held on Tuesday August 29th, 2010 at 10:00 AM of which five (5) submitted a bid. Quotations shall be irrevocable for 60 days after the official closing date and time. Copies of quotations are attached for your review. SUMMARY Harmonized Sales Tax included Bidder Total Amount After Calculation Check' ACE Services/Tasis Contractors $101,474.00 $101,474.00 Inc. Nekison Engineering & $155,318.50 $155,318.50 Contractors. Nutemp Mechanical Systems $172,513.33 $172,513.33 Ltd. Canadian Tech Air Systems Inc. $184,967.44 $184;967.44 Automatic rejection -.bid qualified / restricted by an CIMCO Refrigeration, Division of attachment / added statement (Cimco Terms and Conditions). Reference: Purchasing By-law No. 5900-01, Toromont Industries Ltd. Procedure No. PUR 010-001, 10.04, Item 7 - (5), Standard Quotation Terms and Conditions Item 2 and 14. Pursuant to Standard Quotation Terms and Conditions Item 24, the following will be requested of the low bidder (both ACE Services and Tasis Contractors) for your review during the evaluation stage of this quotation call: Please advise when you wish us to proceed with this task. (a) A copy of the Health and Safety Policy to be used on this project; b 9A co of the current Workplace Injury Summary Report issued by Workplace. Safety & Insurance Board (in lieu of the Workplace Injury Summary Report document, a copy of the current CAD 7, NEER, or MAP reports may be submitted); (c) A copy of the current Clearance Certificate issued by Workplace Safety & Insurance Board; O d The City's certificate of insurance. or approved alternative form shall be completed by the bidder's agent, broker or insurer; (e) list of all equipment, manufacturer's and quantities who will be carrying out. any part of this Contract in accordance with GC Item 2(page , (page 15); and (f) list of sub-contractors in accordance with GC Item 26, In addition, a. request to acknowledge by signature the City's Accessibility Regulations or Contracted Services and request to provide their Accessibility Training Policy if available. In accordance with Purchasing Policy Item 04.05 (revised 2007) an award exceeding $81,000 is subject to. Council approval. Include a response to the following items in your Report to Council: (a) if items (a) through (e) noted above, are acceptable to the Co-ordinator, Health & Safety;. (b) if the certificate of insurance i acceptable to the Manager, nincluding work (c) any past work experience ACE location; (d) . without past work experience, if reference information is acceptable; (e) the appropriate account number(s) to which this work is to be charged; (f) the budget amount(s) assigned thereto; (g) Treasurer's confirmation of funding; (h) related departmental approvals; (i) any reason(s) why the low bid of ACE Services/Tasis Contractors inc. is not acceptable; and (j) related comments specific to the project. Please do not disclose any information to enquiries. Bidders will be advised of the outcome in due course. If you require further information, feel free to contact me or a member of Supply & Services. If y u require further information, please feel free to contact me or a member of Supply & S~rvices. VAF/jg" Attachment August 31, 2010 Page 2 Quotation No. Q-65-2010 Hot Water Boiler Replacement - Pickering Civic Complex I ATTACHMENT #._2T0 REPORT #_Li_0'- o~ . cAo 96 I~ RECEIVED w I I FILE PICKERI COPY NG FoLLOY FWD M emo ~ •J.. . MAYOR rntmriL TO: Tony Preyedel COUNCIL PKG. ~ CAO MGMT COM November 30, 2010 Chief Administrative Officer DIRECTORS CORP SERV OES OFFICE SUST From: Everett Buntsma c&R PLAN & DEV Director, Operations & Emergen ERV LEGAL & LS Copy: Director, Corporate Services & T FIRE CLERK Division Head, Engineering Servi ER & FAC HUMARRES Manager, Supply & Services (Acting) Supervisor, Engineering & Capital Works V E D-11 Senior Financial Analyst-Capital & Debt Management Ty ® ply Subject: Request for Proposal for Pickering Road Needs Study DEC 0 2010 No. RFP-13-2010 File: A-1440 4UMYAk'D SERV ITE-S A Request for Proposal, No. RFP-13-2010 was issued for Consulting Services for the Pickering Road Needs Study on November 4th and closed November 18th of this year. The proposal from Burnside & Associates in the amount of $ $61,582 including disbursements (plus HST) received the highest average score and is being recommended by the Evaluation Committee for consideration. Recommendation: 1. That proposal No. RFP-13-2010 submitted by Burnside & Associates in the amount of $69,587.66 (including disbursements and HST) be approved; 2. That the net project cost of $74,877 (including a contingency amount and net HST) be approved; 3. That the Director, Corporate Services & Treasurer be authorized to finance the project as provided for in the 2010 Current Budget; and 4. That the Chief Administrative Officer approves the award of RFP-13-2010 during a recess of Council. Executive Summary: In 2010, funds were budgeted in the Current Budget - the Municipal Property & Engineering Consulting & Professional account, to hire a consultant for the Pickering Road Needs Study. Engineering Services created a team to develop the Terms of Reference, which-was both advertised and posted on the City's website, and resulted in seven consulting th firms responding by the closing date of November 18. All seven proposals received were deemed compliant and evaluated in accordance with the criteria contained in the Terms of Reference, and the Evaluation Committee scored them accordingly. 97 The proposal from Burnside & Associates received the highest average score. The City's purchasing policy states that an award of a proposal with a total purchase price over $54,000 is subject to Council approval. The CAO has designated authority during a recess of Council. Staff recommend that the CAO accept the recommendation of the Evaluation Committee and award the proposal No. RFP-13-2010 submitted by Burnside & Associates and authorize staff to undertake the project. Financial Implications: 1. Approved Source of Funds Item Account Code Source of Funds Budget Required Pickering Road 2320.2392.0000 2010 Current $75,000 $74,877 Needs.Study Budget Total $75,000 $74,877 2. Estimated Project Costing RFP-13-2010 $61,582 Contingency $12,000 Net $73,582 HST (13%) $9,566 Total Gross Cost $83,148 HST Rebate (11.24%) $(8,271) Total Net Project Cost $74,877 3. Project Cost under (over) approved funds $123 The 2010 Current Budget included $75,000 for the Pickering Road Needs Study. It is anticipated that no additional funds will be required for this project as a contingency for unforeseen items and extra work has been identified in the total net project cost. Sustainability Implications: The study will help the Engineering Services focus resources on the road infrastructure that needs attention. One of the Objectives stated the purpose is, "to identify rehabilitation methods and technologies related to `preventive maintenance', which might be employed to the municipal roads in order to increase the lifespan of road assets, and to avoid premature reconstruction". This objective speaks directly to sustainability. The Terms of Reference asks for alternative construction methods with the view of reducing full reconstruction and its impact. The environmental implications that can be realized include; November 30, 2010 RFP-13-2010 Page 2 Pickering Road Needs Study reduced trucking, smoother traffic operations, reduced travel time, reduced emissions, and reclaiming existing materials. 98 Background: Engineering Services has retained consultants to complete various road need studies over the years. The last update was completed in 2005. Previous updates were conducted annually prior to 1996 in conjunction with MTO subsidy program. Other initiatives such as the Tangible Capital Asset Valuation requirements in 2008, and the 2009 MP&E Road Needs Strategy presentation have also brought focus onto this important component of City infrastructure. Staff initiated a request for proposal process to undertake a Road Needs Study to specifically address several objectives; To build upon the existing data for road characteristics • To develop a Road Condition Index (RCI) based on a formulae (with staff involvement) for both loose top and hard top roads using the road characteristic gathered above • To identify rehabilitation methods and technologies related to 'preventive maintenance', in order to increase the lifespan of road assets, and to avoid premature reconstruction To associate projected cost estimates for each rehabilitation method and the road sections identified under those categories To compile all information in a report form, and summarize various topics within, complete with sorted tables where necessary (in a suitable digital format) The document will provide the foundation for both the Roads Capital Works Program, and Municipal Operations Road Maintenance Programs, potentially for the next 5 years. As a result of the Request for Proposal, submissions were received from the following seven companies: • Golder Associates Ltd. • AME Materials Engineering • McCormick Rankin Corp. • G.D. Jewell Engineering Inc. • Burnside & Associates AECOM Ltd. • LVM Inc. The closing date and time for the request for proposals was November 18, 2010, 12:00 noon (local time). On November 29, 2010 an Evaluation Committee consisting of the Division Head, Engineering Services, Coordinator, Transportation Engineering, (Acting) Supervisor, Engineering & Capital Works, and a Supply & Services representative reviewed the proposals against the criteria outlined in the Terms of Reference. The proposal from Burnside & Associates received the highest average score and the Evaluation Committee recommends it be considered for acceptance. Staff recommend that the CAO accept the recommendation of the Evaluation Committee to accept the proposal No. RFP-13-2010 provided by Burnside & Associates in the amount of $69,587.66 (HST included) and that a net Project Cost of $74,877 (including a contingency and net HST) be approved. November 30, 2010 RFP-13-2010 Page 3 Pickering Road Needs Study 9 -9 Attachments: 1. Supply & Services Memo dated November 18, 2010 Prepared .5y: Approved/Endorsed By: Scott Boomer Everett untsma (Acting) Supervisor Director Engineering & Capital Works Operations & Emergency Services Ri0ard Hol orn, P. Eng. Gillis A. Paterson Di ision Head Director Engineering Services Corporate Services & Treasurer Vera A. F gemacher C.P.P., CPPO, CPPB, C.P.M., CMM III Manager Supply & Services SB:sb 2-°1 November 30, 2010 RFP-13-2010 Page 4 Pickering Road Needs Study W N N CD 100 D m < c o o N- (0Oo-4 m v N.m3 O o C7 m s o E a~i o w 3. n 0 m O cn o M CD = 2x0 cl)v::r mo CD X 0 CD C cn =1 M. cu 0 CL cn _ 0 CD ;7 n 0 m 1 ~ * 3 0- U) CD cn O N 0 p1 3 N n O O C cn CD fu :3 (D (n 0 (G m to m n O 0 CD fu CD cn 0 -0 4;b- (G y m :1 m y N < X Cn tD CD ID CL m ::r m 0 r (D -X (n :3 CD M- 0 -n CL CD .0 0) CD CD a) CD cD _ o CO CD to D. 3: Cp' D O CD v : 6 0 CD Z L CD CD : 3 Q° n 0. 0 v N O 3 0 a' n co C/) o oo 3 mho m °cn•oo - ~ Cn CD 0. o g ' CD a u c°n CD 0 3 CD :r ::r CL 0 } > Q CCl) D O CD N t t t t 'k, t - ~ 0 v~ cn X CD m E o 0 3 3 Can a) ~ Q c T = a o v o as rt c Q CD N Q CD fu Q t t < < <003 D 0 c :0- _c 0 M_ -p ~ i Q CL M cn CAD CD C r 0 3• ow a a << CD CD a 3 _ 0 0 m CD N 3 o M ~ ~ _v c ~ ~,o oho. co=w t t t Al < < ` -1 -13 .O a=) CAS n X3:0 O O nh Cn O O cD Cc :3 ~~v 3 cacao Ep -0 CL w (0 0 0 D" CL a, O C.: CD O o CD CD ? ;u t t t t t 3 03 M CL M 0 5,0 CD P CD 0 O Cn CT J CL N W (n 3 " CD Q v Q n C O N ' C1 :3 CD a X CL O CL . t t t t t N C7 n Co ~ N O o o EL C _a Q3-o CCDD CD C - CD 5" 00 a- (D ca. t t Al < < t ` N 3 o CD CD 0 Cfl -n Q. CD Cv CL 0 (n D Q Cn 0 (n CD -0- 3 v fu :3 -0 O O O O O O CD to CA CA CD a U) CD CD v, = 3 •0 CD CD ~0c =caw 5 = CD Q v r Boa :QM cD cD a cD cD 0 cD o Cn 0. 0 CA N t~! to y . U! N CA 0 0 :E = Q CD w CD v Q. O CD 0 n m 3 0 m ~ 0 3 H ° C 1 01 Ro X H 3 c F 3 O of O N N Q J O, Z On m o ~ Z m ~ CD m co cc m N a m D u y ~ o ~ CC o m " 3. c m m x O N O m N m O 7 N fD J p N O c O p C Ol J n m y O ° -w y J V N CL O N a m 3 a 2 o. J o o. 3Q') m m d m m .o d~J ~s n d av 3 O 0 (D N ^ N G CO `0 D M CD y N N O J ~ d n 7 N y a p d m N C N m p a p ax < N O m m d (Q fn O. a d d Q J `Z 3 S j 0 _S Q y m on m y O '7 J d a m J N c ' y m O J C1 d O c > j a M N N m co CL 0 J N O. J O o -C O J m d S N co m 5 N N S c C d m W T v M. C O ~ . O O O O O O O O (y~f O O O m n .O 3 m co H J d c !D I I City o¢ 102 PICKERING Memo To: Richard Holborn November 18, 2010 Division Head, Engineering Services From: Vera A. Felgemacher Manager, Supply & Services Copy: Supervisor, Engineering & Capital Works Co-ordinator, Health & Safety Subject: Request for Proposal No. RFP-13-2010 Consulting Services for Road (Needs Study Closing: Thursday, November 18, 2010, 1ZOOpm (local time) - File: F-5300-001 Request for Proposals were invited from six (6) firms and an advertisement was placed on the City's website inviting companies to download the Terms of Reference for the above mentioned project. Seven (7) bidders responded by the official closing date and time. Written enquiries were received by the posted deadline of 12:00pm local time Friday, November 12, 2010 and two (2) addenda were issued. A preliminary- review to ensure the Essential Submission Requirements as stated on page three (3) of the Terms of Reference appear in each submission has been undertaken. This compliance checklist is to be used in evaluating the overall completeness and quality of submission. Each item is to be reviewed more closely by committee members and scored to reflect each .item's relevance and value. Please refer to Terms of Reference - Evaluation of Submissions, Page 5 for instructions on how proposals are to be evaluated by committee members. The Health & Safety documentation received with the submissions has been provided to the Co- ordinator, Health & Safety to review and will.provide a score out of a possible 3 points for each submission. The Health & Safety review scores will be combined with the remaining scores during the committee review to assist in determining the total average scores for each submission. i 103 Attachments are as follows: 1. Preliminary Compliance Checklist 2. Evaluation form (to be used by Evaluation Committee Members) 3. Copy of Terms of.Reference 4. Copy of proposals Please co-ordinate an appropriate date and time to arrange a meeting for the evaluation committee. Each member should review the submissions carefully according to the criteria contained in the Terms of Reference before the meeting time. Acceptance of a proposal where the price is greater than $54,000 is subject to Council approval. Reference: Purchasing Policy Item PUR 010 Item 04.09. Please do not disclose any information to enquiring bidders during this time = they will be advised of the outcome in due course. Please direct enquiries to Supply & Services. If you require further information, please contact me or a member of Supply & Services. .VAF/jg Attachments November 18, 2010 Page 2 RFP-13-2010 104 Citq a REQUEST FOR PROPOSAL Consulting Services for Pickering Road Needs Study RF P-13-2010 1 0 5 Request for Proposal RFP-13-2010 Consulting Services for Pickering Road Needs Study INFORMATION TO BIDDERS DELIVERY, CLOSING DATE, TIME AND LOCATION 1. One original and 4 (four) copies of the bidders submission shall be provided by the closing date and time, and each shall be no more than five letter size pages printed "double-sided". 2. Each submission shall be printed double-side, corner "stapled" or "clipped". No other form of binding (cerlox, heated plastic spine, vinyl, 3 ring binders or similar) to be used. 3. All submissions will be prepared at no cost to the City and will become the property of the City. 4. Submissions shall be sealed, clearly marked with the bidder's company name and clearly marked as to content - RFP-13-2010, Consulting Services for Pickering Road Needs Study and shall be delivered. only to Supply & Services, 2nd Floor, Pickering Civic Complex, One The Esplanade, Pickering, Ontario L1 V 6K7, before 12:00 p.m. local time: Thursday, November 18, 2010 5. Bids will be deemed to have been received when a City representative has stamped the envelope with the time and date of receipt with the time clock located at the Corporate Services counter. The time clock located at the Corporate Services counter is the official time piece. Bids not received at the Corporate Services counter will not be considered. 6. The bidder is responsible for delivering the proposal before the closing date and time and assumes the risk of and all means of delivery be it by hand, postal service or courier. 7. Bids submitted by facsimile or electronic delivery, secure site or otherwise, will not be considered. 8. Bids received after the official closing time are considered LATE, will not be accepted and will be returned unopened to the bidder. 9. Where a bid does not bear the Consultant or company name and/or address and it is received late by the City, the City is required to open the envelope or carton only for the purpose of returning the submission. 10. Submissions will be opened by a member of Supply & Services as soon as practicable following the closing date and time, which is not a public opening. Only the company names of submissions received by the closing date and time will be made available to enquiries. This is only a list of company names responding to the proposal and is not deemed to indicate compliance with submission requirements. 11. Proposals shall be irrevocable and valid for acceptance by the City of Pickering for a period 'of ninety (90) days from the proposal closing date. Page 2 of 12 Request for Proposal RFP-13-2010 Consulting Services for Pickering Road Needs Study 106 12. The City, its elected officials, employees and agents will not be responsible for any liabilities, costs, expenses, loss or damage incurred, sustained or suffered by any person or business prior or subsequent to, or by reason of the acceptance, or non- acceptance by the City of any submission, or by reason of any delay in the acceptance of any submission. 13. In the receipt of proposals, no obligation is incurred by the City to accept the lowest, highest or any proposal. 14. Should a dispute arise from the terms and conditions outlined herein, regarding meaning, intent or ambiguity, the decision of the City shall be final. ESSENTIAL SUBMISSION REQUIREMENTS 15. The submission of a proposal will be considered presumptive evidence that the bidder has carefully examined the City's requirements, investigated and is fully informed of all conditions which may be encountered and may affect the delivery of the services, quality and volume of work to be performed outlined within the Terms of Reference. 16. Proposal is to include the following essential documentation and be organized and presented in the order outlined below, in an indexed format. Proposals which do not include essential documentation, are incomplete or assembled not in accordance with instructions will adversely affect its evaluation by way of scoring reductions and could include not considering the proposal at all. 17, Work Plan and Project Schedule The proposal shall include a Comprehensive Work Plan and Project Schedule including work tasks identified in Scope of Services, personnel assigned to each task, schedule of activities and budget requirements, milestones, projected dates for draft and final deliveries, and timing for meetings with City staff, public and/or agency consultation meetings. Consultants are encouraged to suggest and identify modifications and revisions within their proposal to the work tasks identified in Item 37 that they believe would provide additional value to the project and will lead to the enhancement of the final product. The Project Schedule is exempt from the page count referred to in Item 1 and is acceptable to be printed on 11 x 17 paper size for clarity. 18. Qualifications of Personnel Resume(s) for each of the personnel assigned to the project and a description of roles of each of the personnel in carrying out the scope of services required. Detailed resumes are excluded from page count referred to in Item 1. i Page 3 of 12 0 7 Request for Proposal RFP-13-2010 Consulting Services for Pickering Road Needs Study i 19. References Provide three references including contact information from municipal government clients which include a description of the work performed and the outcomes. 20. Professional Fees Per diem and hourly fees shall be stated for each person. Time for each personnel assigned, by individual task, within each stream of work, with fees totalled per task and stream of work. Rates and details of disbursements shall be stated, as applicable. Harmonized Sales Tax (HST) will be applicable to the work. The Budget Matrix is exempt from the page count referred to in Item 1 and is acceptable to be printed on 11 x 17 paper size for clarity. 21. Company Experience A description of company experience in undertaking projects having similar complexity, scope and importance, of similar value, and lessons learned from similar completed projects that will be applied to this project. 22. Insurance, Health & Safety, Addenda, Conflict of. Interest (a) Proof of insurance or letter from Insurance Agent/Broker confirming the bidder can be insured for Commercial General Liability Insurance Coverage, Automobile Liability Insurance Coverage, Property Damage and Professional Liability, each of not less than Two Million Dollars ($2,000;000). (b) A copy of the current Clearance Certificate issued qy Workplace Safety & Insurance Board. (c) A copy of the current Workplace Injury Summary Report issued by Workplace Safety & Insurance Board (in lieu of the WISR, a copy of the-current CAD 7, NEER, or MAP reports may be submitted); and (d) Acknowledge City's Health & Safety Regulations and Accessibility Regulations (attached); (e) Statement to acknowledge Addenda received. If no Addenda has been issued by the City and therefore, not received, a statement to that effect shall be included. (f) Statement to confirm that there is no actual or potential conflicts of interest that would preclude involvement on this project, and that we will be notified in the event a specific task creates an actual or potential conflict of interest that may preclude involvement in a particular component of the project. Page 4 of 12 Request for Proposal RFP-13-2010 Consulting Services for Pickering Road Needs Study 108 (a) to (f) excluded from the page count referred to in Item 1. EVALUATION OF SUBMISSIONS 23. Submissions will be evaluated according to the following criteria: Evaluation Criteria Relative Value (100% Total) a. Overall completeness and quality of submission 10 b. Qualifications of personnel, and quality of references 15 C. Methodology, project schedule, modifications or 35 enhancements to project approach, and budget implications d. Professional Fees 10 e. Relevant company experience in undertaking projects of 25 similar complexity, scope, importance and value and lessons learned to be applied to this project. f. Insurance, health & safety, accessibility, addenda, conflict of 05 interest documentation 24. Submissions will be reviewed by an Evaluation Committee consisting of City Staff and evaluated according to the criteria described above. The Evaluation Committee will rank the submissions lowest to highest score and develop a short-list of up to 2 highest scoring proposals for consideration. An interview may be requested of the 2 consultants by the Evaluation Committee to tabulate a combined average score (proposal score and interview score) to recommend the highest scoring consultant for consideration. The Evaluation Committee may recommend the highest scoring proposal for consideration without undertaking the interview process. The score or ranking by the Evaluation Committee for any or all proposals/interview will not be disclosed on enquiry. 25. Unsatisfactory references known to a member of the Evaluation Committee or unsatisfactory previous work experience. may result in the Consultant's proposal not being considered. 26. The City reserves the right to: • accept a proposal in whole or in part; • expand the number of Consultants for consideration, as recommended by the evaluation committee; • not consider, not accept or reject any or all submissions; • waive omissions, notwithstanding essential items; or • cancel or amend this call. if in so doing the best interests of the City will be served and no liability shall accrue to the City from such undertakings and all decisions derived therefrom. Page 5 of 12 i Request for Proposal RFP-13-2010 109 Consulting Services for Pickering Road Needs Study 27. Professional fees must include all operating, overhead, and incidental costs and the Consultant must be satisfied as to the total requirements of this request for proposal. 28. All invoices will precisely indicate the tasks for which work has been completed as well as the remaining percentage of a task or tasks to be done. 29. Any representation or solicitation to the City, its elected officials, employees or agents with respect to the proponent's submission will disqualify the submission. The City, its elected officials, employees and agents will not be responsible for any liabilities, costs, expenses, loss or damage incurred, sustained or suffered by any proponent, prior or subsequent to, or by reason .of the acceptance, or non acceptance by the City. of any submission, or by reason of any delay in the acceptance of any. submission. 30. Disclosure of information submitted is subject to the Municipal Freedom of, Information and Protection of Privacy Act. To prevent the release of information the proponent must state the information is submitted in confidence and indicate the nature of the confidential information and what harm would result from the release.. Enquiries 31. All enquiries are to be made in writing by facsimile 905.420.5313 to the attention of Supply & Services before 12:00 pm Noon Friday, November 12, 2010. Both the questions and answers will be posted on the City's website within approximately 2 days as an addendum. 32. All addenda must be acknowledged in the proposal as instructed. .33. Acceptance of a proposal is subject to budget approval and requisite approvals. Page 6of12 Request for Proposal RFP-13-2010 Consulting Services for Pickering Road Needs Study 34. INTRODUCTION 10 As the gateway city to the eastern Greater Toronto Area, The City of Pickering (population 94,000) is strategically located where Toronto, York and Durham Regions meet. The City is an affluent community that is steeped in history, natural beauty and small town charm with all amenities and services that a big city has to offer. The City is also considered a municipal leader in fiscal management, service delivery, sustainability and the environment; and offers a wealth of sports, leisure and recreation opportunities to its residents. Pickering has been recognized by Profit magazine as one of the ten best cities in Canada for Growth companies and received the 2008 FCM-CH2M Hill Sustainable Community Planning Award. Like most other municipalities, The City faces challenges in maintaining its aging road infrastructure within current budget restrictions. Factors such as; steady growth, public demands for high levels of service, exposure to liability and risk, and limited budget resources all contribute towards a necessity for an updated Road Needs Study. _ The Request for Proposal requires the successful vendor to conduct a Road Needs Study on City roads. The qualified firm will catalogue the road network (referencing as much base information from the City as possible) and identify physical deficiencies using a rating system (road condition index). An upset limit of $70,000 including disbursements, excluding HST has been established for the completion of Road Needs Study. The City intends to complete a Road Needs Study, with clear-evaluations, recommendations, and financial implications, so that City staff can better match budget funding with identified road priorities. 35. BACKGROUND Within the Operations & Emergency Services Department, the Engineering Services Division delivers operational, maintenance and construction services (via a Capital Works Program) required to keep the road infrastructure at an acceptable level of service, and for the safe and efficient operation for the public. The Department currently manages 428.1 centreline kms (or 918.2 lane kms) of maintained roads within its geographic boundary. Of that total, there are 108.4 kms of loose top roads (defined as gravel, stone etc.), and 319.7 kms hard top roads (defined as asphalt concrete surface treatment etc.). See Schedule 1. In recent years the City retained consultants to complete various road need studies. The last update was completed in 2005; previous updates were annual prior to 1996 in conjunction with MTO subsidy program. The most recent report was generated using visual inspection, existing data and field experience. That database is stored digitally in an SQL Server format, and uses a "SAMS II" (Visual FoxPro) front-end to query. See Schedule 2 for a sample of the format used. In 2008 PSAB Regulations required the valuation of assets, including roads. Engineering Services staff exported road inventory characteristics from SAMS II into Microsoft Excel. Road sections were accurately mapped (in AutoCAD using Teranet base mapping), all road characteristics were reviewed, edited and valued. See Schedule 3 for a sample of the format used. Page 7 of 12 Request for Proposal RFP-13-2010 Consulting Services for Pickering Road Needs Study 111 The intent will be to use the Road Needs Study as a foundation for a Pavement Management System (PMS) which is to be a component of a larger Infrastructure Management and GIS system. All existing background information will be made available to the successful vendor. 36. OBJECTIVES The City requires a current assessment of the existing physical characteristics of the road network; a methodology to determine Road Condition Index (RCI) of each road section; the rehabilitation methodologies/technologies recommended for these assets, an understanding of the time frame for the particular type of rehabilitation, and cost associated with the recommendations. The main objectives that the City intends to achieve (within budget constraints) are as follows: 1. To build upon the existing data for road characteristics, including the location, surface / base type, average width, road section limits and remaining useful life 2. To develop a Road Condition Index (RCI) based on a formulae (with staff involvement) for both loose top and hard top roads using the road characteristic gathered above 3. To identify rehabilitation methods and technologies related to 'preventive maintenance', which might be employed to the municipal roads in order to increase the lifespan of road assets, and to avoid premature reconstruction 4. To associate projected cost estimates for each rehabilitation method and the road sections identified under those categories 5. To compile all information in a report form, and summarize various topics within, complete with sorted tables where necessary (in a suitable digital format) 37. SCOPE OF SERVICES The study should be carried out in accordance with the procedures outlined in the relevant manuals published by the Ontario Ministry of Transportation, or current "best practice" techniques as outlined by organizations such as Ontario Good Roads Association (OGRA). The City requires a project initiation meeting to review scope of services, work plan, and exchange information immediately upon issuance of purchase order (PO). Task 1 - Inventory Survey and Data Collection The City requires an Inventory Survey of the roads infrastructure in the study area: • Data Collection and Review - Collect, review and analyse all existing road needs study reports. Conduct site visits of all road segments, preferable during spring thaw/break up. • Inventory Data - Based on site visits and existing data prepare an inventory data sheet that includes surface type, section number and other attributes consistent with MDW data standards. Page 8 of 12 Request for Proposal RFP-13-2010 Consulting Services for Pickering Road Needs Study. • Traffic Counts - Input existing traffic counts on designated sections of the road, 1 1 2 and where not available interpret/extrapolate values. City staff will supply all available data. Task 2 - Road Condition Index (RCI) Create road condition index for the entire road network in the City of Pickering. In consultation with the City staff, develop a user friendly condition index for each segment of the road network. Two different formulae's are required, for both loose top and hard top road networks. Task 3 - Identify Road Rehabilitation Methods • The City's current practice is 3 methods: Hard Top Surface Loose Top Surface • Partial depth replacement (Grind and overlay) • Gravel overlay < 25 mm • Full depth replacement • Gravel overlay 100-150 mm • Full reconstruction • Gravel replacement • Develop a more well-rounded rehabilitation strategy (including any new industry methods) and identify the RCI thresholds that trigger the corresponding treatment Document the benefits for each threshold and the associated infrastructure longevity Task 4 - Cost Estimates Cost estimates are required for each road section and the corresponding road rehabilitation treatment. The City's 2008 PSAB spreadsheet details some unit construction costs and could be used as reference. Also, a general costing for each rehabilitation method on a price per metre (or metre 2) basis is required. Task 5 - Final Report and a Five Year Capital Works Program The final report is to be delivered in 3 formats; • Hardcopy (5 copies) • Adobe pdf • Microsoft Word 2003 with corresponding tables in an Excel format (MDW compliant). The report is to have specific topics covered such as; a) Road Sections and Characteristics (including RCI) • Both the hardcopy inventory data sheets and a sorted table of results b) Rehabilitation methods, complete with an effectiveness timeframe c) Priorities within each Rehabilitation method and costing • A sorted table of results d) General priority list over a 5 year period (Capital Works Program) Page 9of12 Request for Proposal RFP-13-2010 13 Consulting Services for Pickering Road Needs Study • A sorted table of results 38. DELIVERABLES The following deliverables will be required for the project: a) Detailed characteristics of the road.sections based on Inventory Survey and other data collected during site visits. b) Road Condition Index results for all roads c) Rehabilitation Methodologies, descriptions and RCI thresholds d) Construction estimates for all roads based on rehabilitation method. e) Draft report (including Five Year Capital Works Program) • Provide five hard copies of the draft report for review. f) Final Report (including all delivery formats) All documents shall become the property of the City of Pickering and the City shall be the sole copyright holder of these documents. 39. INFORMATION PROVIDED AFTER AWARD The following information will be provided to the successful consultant. Municipal Road Network Map (showing lane km's and surface type) • Minimum. Maintenance Road Classifications Map • Available Traffic AADT data • 2005 Road Needs Study (SAMS II sample format) • Official Plan - Road Classification Map • 2008 PSAB Summary Page 10 of 12 Request for Proposal RFP-13-2010 Consulting Services for Pickering Road Needs Study HEALTH AND SAFETY REGULATIONS 1 1 1. (a) The City is the "owner" throughout the term of this contract. (b) The Company is the "employer" throughout the term of this contract. 2. The company certifies that it, its employees, its subcontractors and their employees, (a) are aware of their respective duties and obligations under the Occupational Health and Safety Act, as amended from time to time, and all Regulations thereunder (the Act); and (b) have sufficient knowledge and training to perform all matters required pursuant to this contract/quotation safely and in compliance with the Act. (c) are covered by WSIB. 3. In the performance of all matters required pursuant to this contract/quotation, the company shall, (a) act safely and comply in all respects with the Act, and (b) ensure that its employees, its subcontractors and their employees act safely and comply in all respects with the Act. 4. The company shall rectify any unsafe act or practice and any non-compliance with the Act at its expense immediately upon being notified by any person of the existence of such act, practice or non-compliance. 5. The company shall permit representatives of the City on site at any time or times for the purpose of inspection to determine compliance with this contract/quotation. 6. No act or omission by any representative of the City shall be deemed to be an assumption of any of the duties or obligations of the company or any of its subcontractors under the Act. 7. The company shall indemnify and save harmless the City, (a) from any loss, inconvenience, damage or cost to the City, which may result from the company or any of its employees, its subcontractors or their employees failing to act safely or to comply in all respects with the Act in the performance of any matters required pursuant to this contract/quotation; and (b) against any action or claim, and costs related thereto, brought against the City, by any person arising out of any unsafe act or practice or any non-compliance with the Act by the company or any of its employees, its subcontractors or their employees in the performance of any matter required pursuant to this contract/quotation. (c) from any and all charges, fines, penalties, and costs that may be incurred or paid by the City if the City (or any of its council members or employees) shall be made a party to any charge under the Act in relation to any violation of the Act arising out of this contract/quotation. 8. The company shall abide by the Workplace Safety & Insurance Board Act, as amended from time to time and all Regulations thereunder. CONDITION OF WORK SITE 9. The company shall remove and legally dispose of debris, packaging and waste materials frequently, or as directed by the City, in accordance with all governmental regulations applicable to such activities. LIABILITY 10. The company agrees to at all times defend, fully indemnify and save harmless the City from all actions, suits, claims and demands, losses, costs, charges and expenses arising by reason of injury or death to any person or any property or charges brought or made against or incurred by the City from or relating to the work performed or to be performed herein. Acknowledged: Date: Company Signature Print Name Page 11 of 12 Request for Proposal RFP-13-2010 15 Consulting Services for Pickering Road Needs Study ACCESSIBILITY REGULATIONS FOR CONTRACTED SERVICES In accordance with Ontario Regulation 429/07, Accessibility Standards for Customer Service Section. 6, every provider of goods and services shall ensure that every person who deals with members of the public or participates in the developing of the service providers' policies, practices and procedures governing the provision of goods and services to members of the public, shall be trained' on the following: 1. How to interact and communicate with persons with various types of disability 2. How to interact with persons with disabilities who use assistive devices or require the assistance of a guide animal, or a support person 3. How to use equipment that is available on the premises that may help in the provision of goods or services 4. What to do if a person with a particular type of disability is having difficulty accessing the provider's goods or services 5. Information on the policies, practices and procedures governing the provision of goods and services to people with disabilities can be found on the Ministry of Community & Social Services website. The following link provides access to the training module: www.mcss._qov.0n.ca/mcss/serve-ability/HTML Eng/screen01.html Contracted employees, third party employees, agents and others who deal with members of the public on behalf of the City of Pickering must meet the requirements of Ontario Regulation 429/07 with regard to training. A document describing the training policy, a summary of the contents of the training and details of training dates and attendees must be submitted to the City of Pickering upon request. I acknowledge that the training module has been completed accordingly. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : :Acknowledged By Company Name Date :Authorized Official Title Name (please print) Signature . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 12 of 12 TOWNSHIP OF UXBRIDGE . ALTONA TOWNSHIP OF UXBRIDGE TownuHC _ _ _ DNwIwE .<HEeWa - R I' l 6 6' i It f $ al ~ dd a; ai - ~ g a, Si ~i dip 1 a aE°m AaAa~° BALSAM; a.P RI~~ ~;r~I.AREMONT I aI _ 3 " " S d i i o Ni k " a; ! ei 3 Y a; a;X ~p AINTAIN DBY ° 8 a wNaees,°H - - - - - ,~4 i ""dip I ~.a~a y , a ~ p I p' ~ i 9~ a &I PUBLIC WORKS^ i & ^i 1 I I K " a CAN DA E 4wm1 u no.° LL w _ g sMHrH - 9T Z I I i 1 yy B d 0 iii 8! q. a; II E i ~ wi ~ a. ~ ~ s a• a ~I dl AI 3'; a' . CREEN g: «i °al RIVER ROU H,aH„Ar X Nbw..l Ha T I HmHwAr s T_._.__ _ OOD KINSALE ^ ; m a R G EENW F o~~ III _ =i I 3 € iI a0 '1i g~ ` a~ a;I o WHITEVALE gi " 1 ~ aa° I T a~ ~aN"E,emN , ° r..a..._ °._a._...._.... c . ~ T._....._..._......_ TOWN OF AJAX 9; ~ °0 OPERATIONS & EMERGENCY f ° ^ SERVICES DEPARTMENT I @ 1 d MUNICIPAL PROPERTY & g g F@ ENGINEERING DIVISION Q i. _ Bi "nl A LL "I ,A"N aN MUNICIPAL PERFORMANCE o = 3I ,a " URES PROGRAM z a N mow: ` T N a Ao a MEAS ROAD CENTRELINE and P i j _ LANE km's MAP g' @ aI` ~ - AS OF DECEMBER 2009 - e NDa^,. u MAP LEGEND CITY ROAD WIDTH CLASSIFICATIONS wH. I RI as l UNPAVED,(OOSE TOPROADS F rHmo _ IT oe^rEOUCw Lerow: ono n.aoserwwE.u~sunr.rE CHERR OOD r ju a - I LOOSETTH UP TO 8. o 180.4 xma D I 9 & LL 1216.8 Yne wn'el IRDAO WIDTH UP T09.Sm-2 LANE51 . I ( ' L Y O TOTAL UNPAVED (LOOSE TOPI CL Nm'a • 100 4 Z I 1 _ _ I` UNPAVED LANE-(BY F0RMULAE)=21e.B 11 ~'y{ 0 _ I] l p F PAVEDe(HARD TOPnE)ROAOS N~romv.wra'uerrt eroE Onsw.ecc mrw*am O 1 ~ - C reae .,^..,r. re. eel.ro F- . T n-. i L r ( ( ------zvli.z kme HARDTOP-LOCAL LL i 1 ftt 1 I7 (540.470 Mn'cl (ROAD WIDTH UP TO B.s 2LANES) O I.------.:.i..__r.. -I nNCH . '(L-J-1 l C r#~~;s r .c. _ - C C.Z. (_J r `fl' yy HARDTOP-COLLECTOR ' L Y,J~7.-~ ~LI J I ®,I" 2 OT.O Yn' (ROAD WIDTN 9.T5m AND 11.Om-O LANES) L _L ]sl O~nahmb) _ 9 I> - _I~' -'xjI I gi C j~ HARDTOP-ARTERIALTYPEC "1' - {{{Ill..~~~ii---111 `.-'J I{- ~~y' 825 km'a (ROAD WIDTIeaalJ.Sm-4 LANE51 / (50.01 ne kmb) ~_t~ lnL q .1- C- ..r f_~ ~1- _II ~I CJ. I~L TOTALPANE-.(B T0RMLAEe~i01A ll i ~ IVV,,'J ` ~ PAVEDU E 1 r- ( a ~ ~ L N km'a BY FO ULAE - t. i I~ O - `-,PI^+!Aiay-~ 1 F-"-""'--' - TOTALCL Road km'e=428.1 TOTAL LANE kme=9182 I" _ . ..f~..~,,_~-,..n _ ~ ~ »o,E~Aaw,o.a,R~°~rM~e~.~mm,bNeD«Em~.9m~~NDSr~aN,~. Z - ..`1 L-- r ~ ~ ~ °mla<BCrmN~aEa>mu~cH { ~P` 3 REGION ROAD CLASSIFICATIONS Jl IIF _ ~{3 --C ( `Il `I~n~~_ a 9.e xma ARTERIAL TYPEC ~:~..'`1--~ „p'1 - - -L--1. I ~1 ARTER(AL TYPES _ I 82 TT ,J r MAC _ rT Axma ARTERIAL TYPEA - _ _ - -1 ` - e :-:x..52.] hm'e D , ~ PROVINCIAL ROAD CLASSIFICATIONS F \l~ _I"r y ( L_-__.._`.....t Q, 19tk ARTERIAL TYPEA OR0 \ y' -Lr-'k- FREEWAY(401& 407) O NFA FEDERAL ROAD CLASSIFICATIONS "c,(Ke iwrwro ,2B km'e FEDERAL ROADS(AIRPORT LANDS) N uefrn d 2w9 en i~wvFM15 TO awe •AnON. N _'R~__ NOn' ep_y^ ~uOi Ary1N xwc. utw .a+om° oN RiLONSieL!'n9 CkMNEWE MUSVIETHDlR AIR OFRNED - 40N-2402 WNGWDO/AO0pYS1ER ORNE F[RN59N (IM-) THERE -AMNS D") ARE IB- ON THE LOOSE TOP WcI1.0F5 - OelAfl. ! 011lf f110M PROPIXIY l➢1E _ 40M-2099 rnNCMODI wxSIRUCID) TO e.5 Imam) ORICRIAL NIP BASE -NOT ME NEN1Y MLW SUWMSIDIE N®m BE RLTDtED _ SDOJNE 4 ells R6DRFACm AND UPG- TO ASPI"LT (m21m) LONPI£lEO PSkB Nw aISE NMO mP INCW06 - HOf W M$pHe1T. wla'Aw mEATNOrt. OUT - TOY WAS RECONSTP- TO 0.TSe (422m) wncRE1E Y can xm(/NeMANO MIX 117 w f M a _ e' Q C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C 0 m m m m m R m m m m m m m m to m m m m m m m m m m m m m m m m m m m m m ~ p n n n n n a n n n n-2 3 a n 3 2 n a n a a n n a .e n n n n n= n e o n O (n o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O o O 0 O O O O o o 0 0 0 0 0 0 0 o O o O' C) O o O 2 U W N O O N O N N O O O N N M m N O O O N N O N V N N O N O O N N o N O N N V W 0 N N r f~ V W m f- V m n N m W V M V N N V N n W rn 'rn M W V N W W Q N M N N M M N M N V N N M N m N N r M N VI U Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 _ ❑ S N N N N N N N N N N N M M W N O N N N N f~ N N N N N N M M N N N N C S2 Q F- LL~ 00 00 W 00 ao CO ao ao OD W W ti f-- M ao (o ao W ao W o ~ W ao Co M eo ao r; ti ao W 00 ao '06_ T P d _ w U) >y j 0 0 0 0 0 0 0 0 0 0 0 0 0 0. O o 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 2 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C 7 2 0 F to V N M M N N V N V N N m V N V N N V M N m n V O V M CA U) F z C) to Q H N J J ~ to Q N L y V rn a! OR (1') rn Gn W O Cl C9 M (D Vl r 7 7 N M M O? h (O W 00 (•1 W f0 pl~ rn 00 M W W t- J Q O V N m Cn [V w o N O m N o m V o m N m d' M, 00 m m M m m N o m (i 6 6 111 N N m V M_ N f- O iD M f- O N V m V N W m W N M M M M N O1 N N M W N N W V N m m W rn N N m N N N r N ~ N r, fl- N m rn M O O N N N N rn \ U Q _ E WV M c'- N N N F M V V V M N V N N M N N V m m m N V N 9U U,a V O O O O O O O O. 0 O O O O N O O O O 0 O O O O O O O O O 0 O O O O O O O U N N N N N N N (O N N (O N N h N h N (O (O N O O O O N. N J q N N N M N N N N N ❑ E (D .00 w w co w eo co w 0o 0o w 0o rn 00 (O m OD w 00 CO Oo CO Oo o ao h f` au 00 OO 00 N U U 0 da) '.t TI - N I~ V a N O N V N V m O th M W M N M rn r-: (P N N W N f") N 7 7 OO OR M fV NN 0 Z;F t` V n N n f~ o m N o N - - - N w 6 V (V V N n vi 6 h m N V o N W V m p LL D J W m W 0 M W m O~ O W CA m W Op w m V O I~ M M V M W O W V N Cn W rn o O w F E N M M N N V V V N V V V N N V N M N f- V O N V M 1 f 1 U U z m (6 m N J N ' (n c c C U z c6 m c6 O F- g cn Q z w (n.• wo m rn U) Q = t- (n 1 m Q ~ rn M O M O O O ❑ p~.. ~ m m m o cn m m m m Q - m m m rn N rn rn m W II a II a a a II a a II II a a a II a II a II II II a a II a II a a .a II a a II a II II EEEEEEEEEEEEEEEEEEEEEEEEEEEEEEEE.EEEE Q_ m V) u1 N N u1 N N N N U N N N N N N h N N N N N N N N N N h V) N N N N u> N N ' N N N U) N N N N N N N N U) N N u> U] V7 N N u> N N N N U1 N u! N N N N V) N N a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a 5 ~zza ~ J Q-. ; v M m v W W N O M N 1~ W N o m v M ~ n o ~ r W o m o O W v M W `g a❑ - ~ W W m eo m W m ti m W m m W ~ m m m m W m rn ao W r v W W m M W rn m W ~ rn rn rn rn m rn rn rn rn rn rn_ rn _m rn rn rn rn rn rn rn rn rn rn m rn 'rn rn rn rn m rn rn rn I N ~ M ~ m W ~ N V ~ N ~ m N N N M ~ N Cn f~ O N N rn ' I m N O ti M M N W N V N W t` N M O V .V W W ( O z Z- M N_ r N N O m N N N N rn M N_ V V m _N N f~ rn O V n N V X g v,a - o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W F:. V V V V v V V V V v v ~r a v v v v v v v v v v T w N U Z H~ - Z U ❑ Q z ❑ m n. O w a a wII or~ a a af w a o o o U N _ Q U U U U U a s X a. II m c c Z` o C II U o o m m m m 2 0 ' in in U a in 3 U U r 2 J O U J J O O U 2 U U d m U O N N 'C O t C C C G C > O m U U1 Z U) U) N d 'C rn E E U n U C C C C C C_ u! w 0 m O/ m m (0 m o C C N ,C II d LL n n 0) C O O O m C m d 0) m. m O m m n m n n n C C C L O O 0_ L Q UJ _ n n m m m u U -o m n a a-_ n 3 E E E E E E E C C C C C C a v > T Q p a a a a s a a¢ a a a a a a a a¢ a a a a a a a a a a a a a a a a a a a U U U) Z Z Z U O O ❑ O o U 0 U) 0 W a0 U- W N m m v o v o 'N W o m m o W v 0 v v m o N V m m N W V V m N m m U) N W O W W m r N V V W rn rn rn m V m rn n W m N m rn O M N O rn V V Q N 0 ~I V M O. O N N M O O O O M O N M M M M M O O M O O M M V O~ -0 c D M M N ~ M n N M N M N N ~ M N N N N N M N ~ N M N N N Q a) a) m t: W W Z ❑ H U) O ❑ N N at v N (WO (m0 (VG N O W O M O N h a V N N N (O W O H H N N OO N ti N NO LL -6 Q Q N N M N V O O eVO H N N V V W O O H M M N M M O V W 1` In M H LL ^ O X O N N r H N W m N N 10 1- 1- N W r h N N r r r N N W N r m r N r m CL < C F❑ F- N M -O M W V O rn m m m W M _ N U) m V rn rn M O N N O W N O V O m N rn N V N M W N M M N M m 0 Z - - O f~ rn N m n ~m N N m N n 3 N O O N mrn rrn C14 n~ Mrn N W M VV f~ N ti rn rn W M a) 0 W z Z ~ r M r N rn m V ~ rn N ~ N rn m (1) = U vai,E~ ~Wcc ^ Li U) U Q U O US N M V N m W rn r r r r r m N N N N N N N N N N m M M M N M M 1 118 - ..qi OD N O m ID O M r O n N O M O m m N n m m r N u) v1 N N O O 7 ~LLj'.~, m m m O m m O m N V O m N O V N ~ O M O ~ r n m u1 r m t~ m O O m N O . f- M M O N O w r m a u1 O O O r (D U) N (D m m m M O m v m O O m m 111 Ej N O O N V t9 N M m V OCt n of M m E9 V N r m W O M (D vI M m N m m M t9 f0 m V a Q' 00 m ID M m r V M u1 M m 'd: n r m r M W. O M O m V ro N O r 7 O m m U.~ N n O] V N N 6i m m m O N a0 a0 O O m N M V' M u) O r R O m m m O - Z a N M di m N M f9 tH V V N V V V N N V N M N of r V N V N .00 _ (n W. in w rn in (n en w » (n eA to to v> (n of t9 (n » » a> w en 4 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 k„ W N 00 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 < "e 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r• » to e9 to vi t9 of (A H t9 EA to of t9 vi t9 t9 Vn » (n vl 69 v~ rA t9 (n » of v> (n (a u) to v~ » qp¢ E m 8 5. 00.E c~' ( cn m m V N V m 0 m V' m m m M r CO m m m (D V (O 0 (D M m m O r w m W u) N V O V V N t~I O N (O M M O q m O R M m m N N N M V: O ul N O m (O m m V m ( fD m O lh N N Ol O n o M u) W m N O (D O O M d V m m m m V N M O ' M M V ~.i afa "..J N M V m m u) M M M M m DD r N M N m tD N M O V M N ao m N V (1 M m M m Z17 m A m (D n u) O m n N u1 m m 11 m n m m ,r m M N m r P` r m m~~ V m O N M ❑ I O OD M n N (D V N r V L6 m m m u) w m N N r 0 N w m n n N (O Cl M M N M m m V M 6% N N N M f9 t9 W. V v3 V ~ M N V' N N M N N N vt (O m of v) N vi O (Q fA VI t9 v) vi to vi M f9 E9 vi vi vi f9 fry v) &31 vi t9 t9 f9 t9 vi fR of " f9 f9 vi to f. ~ ~''l O O O O O O O O O O O O m m O O O O O O M N M m O O O O O O O O O O O O W NE o o O o 0 0 0 0 0 0 0 0 (n M o 0 0 0 0 o m N v o 0 0 0 0 0 0 0 0 0 0 0 ~mE, m000000000000D ~D000oo0 co N0 00000000.0000 a m (n (n t» (n vs w t9 » (n vs to va t» rri v o o to v% 69 (n v! vi t9 69 vi of t9 vn m z 'r N N m m w Q_C).: E' rM MN MM O Z ~.CI-. - { Q N m r m r. v) u) O M M O O N u) m O m O O O O u) r V N n O O M W N M N _ LIJ u) V (R Op t0 M V O O N O O m W fD m M O O O O N (D O N V O n O m O O r •U) m- n N(D m. O m V w N M m 0 O m M (D M r O O O O w m V O m u) m N m N M 'm a Z N m- N N M ~ m a0 n N V M n to (A w m (n w V N t) fH fA (A n n OD V m N u/ n O F} Q E m m - (D O n m m O N M V m u/ ~ N V r' m v I u) m m M r W O N ❑ q CD N Di (D vi ' m V O L r e6 V n u) M mm V M M P- M O r M m a L4 E tR V N (A N N M fA t9 6% f9 M M M N V to m N n N M N 69 dd O ooh (n (n yr to in (n (n yr to vi (a (n vi 6% vt Q 3 ` j - N W m m N O N (D m 1- M - (D u) m m r O O O m M u) m V M V (D m w > d z Q. A m LQ N N V u) u) m It 7 m V N IQ O 7 m N u) u~ 1-: r M M N m m n W M O V (1') m h m F- Q e ti CO O1 W M M V' a0 V' 00 m O M D1 r n W OO r N N V M m lh N V m V N r V m m- m W a0 O m r m O (D N m DD u1 (D u) m m N N m n V M m w m M m a.`L cl 'V M O r N 00 w- m O r c s! O M m OO n N N r "I V r m n N O r m of - v FF N V O m w m O N (D n N m O N n r r M n N m w m n O 0 r m N N N O n m N W 1 1 W. N m V' ' M M M N V' N m N t9 m N 7 m m V V m m M (O v3 w [f m u) M t9 vi di f9 t9 vi v) (A 617 vi t9 E9 vi t9 u9 vi 69 f9 f9 vi to t9 vi f9 69 to t9 f9 of fA v! vi U ❑ y ~ N t Q ~ Z O r V w m V M N n N V m m r V m m N V u) N(D n V w n M co v)M V rm N Z - 00 m m rm r V m O r' N CO n . O (D U) M m r u) n e- CO (D (D n y O N N 1 V m M O (V m. ui O aD r m m VD [D M O V [V O m m ro (V O ao m V O n F W q M N m o N m V m V' N V O V m V M w O N n N O (D u) m DD (D N N m r m V O W O m W O m n m v (D' N m O M O V7 fD m C \j N N u) N O m Cl OCr Cl V V O iQ 7 W 7 V N m m r-: c6 O N ^ 6 m w N w 6 m m N M V V' m V V r N n M to . :{r Q. U J O o V n n N V O M m u) m N O N m r O N (D M m m M V (D N a0 o N V m (D I(7 M N of fR N EA vi vi t9 M M N t9 N M M N M' vi M N V N f9 > i9v~tnv,enevsinin(n (~6,~~ z w L) x < y a) m . .n O pp E 7..Q t .2 ✓ C O. t O ~ O• 0 lo~~ E ~.L'Z: n~ > to 4" cu ~2. °a~JE f6 o_ 16 N V1 V1 u) u) u) N m m m (D (D (D N u) m u) u) m u) u) u1 (D N V) u) m N u1 u) u) O u) m u) Q LL M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M V M M M M m (A o fw'0 0 0 O o 0 - 0 0 0 0 0 0 0 0 0 0 o O o 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 (n a) -..=Q' ro. m (n m m (n m m m (n (D m n r m m (n m m (n n n n n m m m N m N (D m (n (D m (n 0 .0 D E 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 o O o 0 U ` a) W W a (n m (n m (n m N N m (n m v> u~ N N (n m m t2 (n (D m 2 m (n m m (D (D (D m N V m m t 7 L 0;af m ~a E 1 O C L (6 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N (n U w - 1 0 0 0 0 0 0 0 0 0 0 0 (n (n o 0 0 0 0 o v. m m (n o o 0 0 0 0 0 0 0 0 0 0 O a U Z, E M M M M M M M M M M M M V v M M M M M M a V' ' a V M M M M M M M M M M M M X 1 1 1 10 a E _ a o v Ut~m0 ~ co m co f LU ` I t N N OO O V O W O O O 00 O O N O O (D N O O CO OO V N O O (O O (D V N O (O (O (D V <C LL lL W V OO V M O N u1 O M O o 'i N O O r O Oi N vi m u1 N 1: m N N V' OD 6 n OO (D G Q) E I M m n m (O N m O M m N N m m m N V (O m m n N r m N V M m O 1 ~ r N (O ul M OD ~ ~ N m M m N V OD m OD V V OD N (O V OD u) m f0 N 7 7 3 0 (n U 1 .i IW- t o o o Q O O O O O O O O O O O O O O O O O O O N N N N O O O O O O m O O O O O O CL. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O y n r n r r oo n n r n n n n r n o r n n r r r r n r r n n n n m m r~- n r; n F' ' O O'S 6 cs 0 0 0 6 6 0 6 6 6 6 cs 6 6's 6 0 6 0 ❑O OO O 6 O D D O O Q W ; « « « « « « « « « « « « « a 1¢ ' , O m im m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m-m m m m m L L L L L L L L L L L L L L L L L L L L L L L L L t L L L L L L L L L L O .1 a a a a a a a n m a a n a m a m a n a a n a' n n m a Da Da a a m m m a a m (n N N N N N . . . . N N N N N N N to N N N N N N N N . N m N N m . N . U) N a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a 119 M O Cl) y o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O p o p 0 o p O o. o 0 0 0 0 0 o O o O - -,w0 0 0 0 o p o. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o0 0 0 0 0 0 0 0 0 ' w~ O o 6 6 0 o 0 0 0 o o o 0 0 0 0 0 oo oo o 0 0 0 0 o o 00 0 0 0 0 0 o o o oo o o O O o C o 0 0 0 C 0 0 0 0 0 0 C 0 C 0 0 C o p o C 0 C 0 0 0 0 0 o p o J p N N If] N N N N N N N N N N N N N N N to N to N N N N N N N N N N N N N N N F-- Ni f9 tR f9 f9 N fA t9 f9 Vi f9 to to M ff! f9 to M -(A f9 f9 V3 E9 to f9 f9 fA fA N eR fA 4T to to FA fA fM v. O O O O o 0 O O O O O O O O O o a 0 O O O O O o O O O O O O O O O O O o o 0 0 0 o p o 0 0 0 0 0 0 o O p p p o 0 0 o O p o 0 0 0 0 0 0 0 0 O O o Z 0 0 0 0. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U E. = 69 to Fn F» fA CA t% N) N to C9 vt_ t» » t» to w fH t% 6% » to fA W to V> tl> 69 fR 6% t% fry vi 69 O 0 0 0 0 0 o p p o p o 0 0 0 0 0 0 0 0 0 0 o p o p p o o p 0 p o C. 0 0 0 0 0 0 0 0 0 0_ o 0 0 0 0 o p o 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 U w rs m o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 » to ei trs u> fA .0 t» u> v~ f» v~ to v> » v~ Fn w vi 0% v% Wy u~ to es to b% f» » 6% t» va a> W 0 0 0 o O p p o p o p O o 0 p p O o p p p O o 0 0 0 0 0 0 '0 0 0 0 0 0 0 W 'E 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0. 0 0 0 0 0 0 0 0 0 -."E'~-4 0 0 0' 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 Q LL. p..N O fA tR t9 FR 6% to to ff! f9 t9 W to fA 4Y Hi 6% '6% fA . W fA iA Vl fA m fA fif t9 f9 b9 fA E9 to VT EA 69 to 0 O~~•E ~ O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N O O O O Lu E ; O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O pl~ O O -O O U E O O O O o o p 0 O O o o O O O O O O O O O O O p O O O p 0 o O m O O O O U O fA E9 t9 tft f9 to tH H9 fR to Vi f9 fR Ef! Vi f9 fi1 fA fA fA fA f9 fA V3 t9 fA to t9 tH to to W f9 fA f9 fA N 0 Q O N: p m W E d N t` V V N O N V N V m O M m O N m 7 N m N N m N 7 N O O W W M N Q O f~ to O N m M N p n N r- N V m N Ol N M m m N m M N N W O O N N M V 2 U. -E N n a0 ID 'r- m m t` O ai r- N N V m N tti to ct N tV (V to (D to O M N d' m c ¢.-N O N r W M V O O M V m ti t` N 0 to W O to W m W N O N W m V V W m N fR N M V O G M ~f O M m N O V N W m o N ~ (A m N m m N N 13i N 't m N m W M O C CL V N cl U - - m W m O R m V m V tO m M m M d' m 0 0 'f O N M Ot N N M N m m m N n d' . J V N to N N N fA f9 f9 M fA M M V V N N M N V Vi N N M N vi [Q U) = N Ki f9 FA 6R to fA EA to f. to W f9 6~ fA 69 fA w tH to CO to f9 VR Vl m EA EA t ? uJ s 3 00 0 0 0 0 0 00 00 00 00 0o m Vi o0 00 0p o0 0 0p 0o v m 00 00 00 00 0 00 00 0 op op 0 0 o Q ~0 U'. E::,' 1 M O O O O o o O O O O O O O O O O O O tr W M O O O O O O O O O O O O O -Q ID f9 fA to f9 f9 fA (fl (9 f9 M f9 4i m fA W 6% to f.) E% O m V m EA to to fA fR W Vf W f9 M EA Vi 2 N 2. Q W m O N t` 0 m o O m N N O O V' M V O M O 0 O O O V m O N m N m M N r M U) W.. M O M M M N R O m D~ O o m m m N 0 0 0 0 0 0 0 m O (T m M [f N' N N r a U E, - a O N V N N O m m th t` O O C r O V m m p O O O O N V m to m N O N N m ¢ LL M V (C tmD W O r m W c0> m (ND V T W O t9 E9 N fA o DMi Cm M O 0 O m M [Y R C T C7 n N m N N I~ R N W W m N M N ` [D W N m V V M M m O~ - VJ V M t9 N N N M EA fA EH f9 V' M M N N N to m M W N 7 N !9 ' _ E9 f9 f9 Vi fA E9 f9 (A fA t9 t9 ffl fA to f9 to CA fA Vf 4) 43 E9 m 120 N i t t( € ttt ~ i I I i i E I ` { q i ^ i E € ~ € ff i 3 j , E i 3 E 3 III F 121 E € ~ F r E I ~E t'Z r , Y - ~ ~ ~ .1 111 1 4 I € } z e cnl; E J S 1 i ~ ~ ~v{ ~ S~ F T ~ f i' f ~ i 3 ',1 _ I I ` Ilf I-S # S ~ > f F F r t i i ' 1 ~ I ~ r f E 33 f jjE j 1_ 3 s . i 22 5 y v 111 ~ ~ t = - FF w_ , f 1 , - i ' j j f t ~ I( 1~ Y ~ ~ E ~ j € ~ ~ F 3 1 1 t f y~ ? EE E t t c I ~ i ~ t ~ f i k E I m j 3 ATTACHMENT# TOREPORT # t City O . Ir~l MEMO PICKERIl~TG October 6, 2010 To: Everett Buntsma Director, Operations & Emergency Services SIN AL A' From: Darrell Selsky Supervisor, Engineering & Capital Works $ a E ret nisma Copy: Division Head, Engineering Services N,P.D., CAN- Director, Corporate Services & Treasurer Manager, Supply & Services emotions & Subject: Shadybrook Park Purchase Order Adjustment File: 0-8120-001-10 During the reconstruction of the Shadybrook Park playground (2010 Budget $120,000) a number of sections of the asphalt walkway were replaced which were not part of the original scope of this tender. Some areas of the walkway had to be replaced due to asphalt failure during construction. Upon removal of the existing asphalt it was discovered that there was very little granular base under the walkway. Therefore additional excavation and disposal of the soil was required, along with placement of new granular material for the asphalt walkway. As per the Purchasing Policy Item 11.02 when a Purchase Order has been exceeded, I am required to report the increase and get the necessary approvals in order to proceed with the invoicing. Therefore I am requesting your approval to adjust Purchase Order 20022.1 an additional amount of $14,984.00 plus HST. At this time based on known quantities we are currently over the 2010Capital Budget for this project. The Treasurer referred to Section 11.02 of the Financial Control Policy and the above amount exceeds Clause 11.02 (a) by approximately $3,000 but he feels this small amount should not prohibit us from moving ahead. At this time under expenditures in other projects are anticipated but cannot be specifically identified at this time (Clause 11.02 (b). Under Clause 11.02 (c) the. increased financing will come from the Parkland Reserve Fund and Council confirmation will be obtained when the Manager, Supply & Services presents her report to Council on awards during the Council recess. o\0 .0 APPROVED DS:nw D ~lv~ ~ rv Gillis A. Paterson, C.M.A. Director, corporate services&Treasum J GN~~ ,k ATTACHMENT #-8-T0 REPORT ga-25 -1) ADMINISTRATION DEPARTMENT CLERK'S DIVISION 124 MEMORANDUM MA,YL o 2002 CC)RP0PN ES: May 27, 2002 TO: Tom Quinn, Chief Administrative Officer Gil Paterson, Director, Corporate Services & Treasurer FROM: Bruce Taylor, Clerk SUBJECT: Referrals from Council Meeting of May 21, 2002 Please be advised that the Council of.the City of Pickering passed Resolution #80/02, Item #4, at the Council Meeting of May 21, 2002, as follows: 1. That Report.to Council CAD 04-02 seeking authorization by the Chief Administrative Officer to act in Council's approval capacity on behalf of Council during any recess, break or absence of City Council be received; and 2. That subject to the Council approved Purchasing Policy & Procedure, the Chief Administrative Officer be authorized to act in Council's approval capacity on behalf of Council during any recess, break or absence'of City Council on the condition that: a) such actions are in compliance with the Purchasing Policy & Procedure as approved under Resolution 136/01; and b) the costs thereof are within the budget previously approved by Council; and c) a report respecting those approvals is subsequently submitted to Council. 3. That appropriate officials of the City of Pickering be authorized to give effect thereto. Eruce Taylor BT:dk Copy: T.J. Quinn, Chief Administrative Officer ATTACHMENT #TO REPORT # L S t- I I 125 INTER-DEPARTMENTAL MEMORANDUM CLERK'S DIVISION. RI DATE: June 6, 2000 CITY OF. PICKERING JUN o s ~ooo CORPORATE SERVICES. TO: G. Paterson Director, Corporate Services & Treasurer FROM: Bruce Taylor City Clerk Please be advised that the council of the. City of Pickering passed Resolution 85/00, item #1 at the Council Meeting of June 5, 2000, as follows. That Report to Council CS 12-00. regarding authority for the Director, Corporate Services Treasurer. to recommend project. financing approval during recesses of Council be received, and 1. The Director, Corporate Services & Treasurer be authorized to recommend and approve project financing to the Mayor and Chief Administrative. Officer for projects contained in the annual capital budget or current budget, during recesses of City Council, and 2. That appropriate officials of the City of Pickering be authorized to give effect thereto. This resolution is sent to you for your information. Bruce Taylor, City Clerk cc. T.J. Quinn, Chief Administrative Officer