Loading...
HomeMy WebLinkAboutOES 13-04 CiÚI (J~ REPORT TO EXECUTIVE COMMITTEE Report Number: OES 13-04 Date: March 25, 2004 From: Stephen Reynolds Division Head, Culture & Recreation Subject: Quotation No. Q-18-2003 Quotation for Fire Alarm Systems Upgrade - Pickering Recreation Complex File: CO3000 Recommendation: 1. That Report OES 13-04 regarding the Fire Alarm Systems Upgrade at the Pickering Recreation Complex be received and that: 2. Quotation No. Q-18-2003 submitted by Siemens Building Technologies for the replacement of the existing fire alarm system with a two stage fully addressable fire alarm system in the amount of $90,118.00 plus GST be accepted; 3. The total gross project cost $104,451.26 and a net project cost of $97,618.00 including quotation amount and other project costs identified in the report, be approved; 4. Staff at the City of Pickering be given the authority to give effect thereto. Executive Summary: City Council approved funds in the 2003 Capital Budget for the replacement of the fire alarm panel at the Pickering Recreation Complex. The detailed design and development of project specifications was completed in December 2003. Quotations have been received and reviewed for the supply and installation of a new fire alarm panel and upgrades to the system. The new system will bring the Recreation Complex into compliance with current regulations and fire codes to ensure public safety. The City of Pickering Fire Services Division recommends the installation of a fully addressable two stage fire alarm system for the Pickering Recreation Complex. The Manager, Supply & Services, the Director, Operations & Emergency Services and the Division Head, Culture & Recreation recommend acceptance of the low quotation submitted by Siemens Building Technologies. This will include basic work and option B, a fully addressable, two-stage system as recommended by the City Fire Prevention Staff and option C, five year annual maintenance testing. Report OES 13-04 Date: March 25, 2004 Subject: Quotation No. Q-18-2003 - Quotation for Fire Alarm Systems Upgrade Page 2 Financial Implications: 1. Quotation Amount Q-18-2003 - Quotation for Fire Alarm Systems Upgrades Part A - Basic Work $71,979.00 Part B - Option B 6,219.00 Part B - Option C 11,920.00 Subtotal $90,118.00 G.S.T. 6,308.26 G.S.T. Rebate (6,308.26) Total Amount $90,118.00 2. APPROVED SOURCE OF FUNDS Account Project Code Amount 2003 Capital Budget - Current Levy (carry forward account) Future Years: 2004-2008 Current Budget (five year annual maintenance testing costs payable over five years) 3263-0999 03-2731-005-08 $80,000.00 $11,920.00 2731-2481 Total Approved Funds $91,920.00 3. Estimated Project Costing Summary Q-18-2003 Quotation for Fire Alarm System Upgrades and $ 90,118.00 Five Year Annual Maintenance Testing Consulting Fees 7,500.00 Subtotal $97,618.00 G.S.T. 6,833.26 Total Gross Project Cost $104,451.26 G.S.T. Rebate (6,833.26) Total Net Project Cost $ 97,618.00 CORPO227-07/01 Report OES 13-04 Date: March 25, 2004 Subject: Quotation No. Q-18-2003 - Quotation for Fire Alarm Systems Upgrade Page 3 4. Project Costs (over) Approved Funds ($5,698.00) The Director, Corporate Services & Treasurer has reviewed the budgetary implications and the financing of the expenditures contained in this report and concurs. The overexpenditure of $5,698.00 will be financed from the 2004 current budget. Background: Bids for Quotation No. Q-18-2003 were received on Tuesday, January 20, 2004 at 12:00 pm. Twelve (12) companies were invited to participate on December 17, 2003 via facsimile of which seven (7) attended the mandatory site visit and four (4) have responded by the closing deadline noted above. A copy of the summary showing a comparison of pricing completed by Supply & Services is attached. The City's Fire Services Division (Fire Prevention) recommends the installation of a fully addressable two stage fire alarm system for the Recreation Complex. This type of system is most appropriate for buildings with large occupant loads with persons generally unfamiliar with the building. This system also has the ability to be expandable. History has demonstrated that a number of changes have taken place within the building and any future changes can be accommodated by the fire alarm system saving any associated costs that are inherent with the existing system. In a two stage system, an alert signal is sounded upon the activation of an alarm to alert trained personnel to take action before the evacuation procedure is initiated. The second stage of the alarm may be initiated by use of a general alarm circuit through the use of a key in a manual pull station. The most common signal for the alert is a slow temporal rate of 20 strokes per minute and a high rate or continuous signal for the evacuation alarm signal. Alert and alarm signals may use the same audible devices. In a single stage system, the alarm or evacuation signal is sounded immediately upon receipt of an alarm, and generally sounds all audible signals continuously and operates all visual signals throughout the building. The low bidder for Part A and Part B Options (B&C) is Siemens Building Technologies Ltd. Siemens Building Technologies Ltd. have not performed previous work for the City of Pickering but references have been checked and are determined to be satisfactory. A credit reference check with Dun & Bradstreet has also been completed and is also determined to be satisfactory. Leber Rubes, Fire Protection and Building Code Consulting Engineers have confirmed Siemens Building Technology Ltd. have met the quotation requirements and is qualified to undertake this project. Leber Rubes identified the replacement of the existing fire CORPO227-07/01 Report OES 13-04 Date: March 25, 2004 Subject: Quotation No. Q-18-2003 - Quotation for Fire Alarm Systems Upgrade Page 4 alarm system with a two stage fully addressable fire alarm system along with Part A - Basic Work and the five year annual maintenance testing cost showing Siemen Building Technologies to be the lowest bid and to be the best choice. While included in the total project cost the annual maintenance testing cost will be charged to the respective current operating budget over the next five years starting in 2004. The Health & Safety Policy, to be used by this company, Certificate of Clearance issued by Workplace Safety and Insurance Board (WSIB) and WSIB Cost and Frequency Record dated March 3, 2004 have all been reviewed by the Coordinator, Health & Safety, Human Resources and are deemed to be acceptable. Upon careful examination of all quotations received and relevant documents received (Healthy & Policy, WSIB Cost and Frequency Record, WSIB Clearance Certificate and Certificate of Insurance), the Manager, Supply & Services, the Director, Operations & Emergency Services and the Division Head, Culture & Recreation recommend the acceptance of the low bid submitted by Siemens Building Technologies Ltd. in the amount of $90,118.00 (G.S.T. extra) and that the total net project cost of $97,618.00 be approved. This report has been prepared in conjunction with the Manager, Supply & Services who concurs with the foregoing. Attachments: 1. 2. 3. Supply & Services Memorandum dated February 3, 2004 with pricing summary Letters from Leber Rubes dated February 13, 2004 and March 1, 2004 Site Map Prepared By: (ß~{i£~--~ ... Supervisor, Facilities Operations Everett unts Director, Operations & Emergency Services CORP0227 -07/01 Report OES 13-04 Date: March 25, 2004 Subject: Quotation No. Q-18-2003 - Quotation for Fire Alarm Systems Upgrade Page 5 Funding Approved: -;:--y~::. - Gillis A. Paterson Director, Corporate Services & Treasurer Vera A. Felgemacher Manager, Supply & Services rJ::¿ , r ---- '.'"') /=."". ~?i¿ ./' ' - <.---- Stephe,n Re olds Division ead, Culture & Recreation SRlg Attachments Copy: Chief Administrative Officer Recommended for the consideration of Pickering City Council . I 1'1 CORP0227-07/o1 ht IALHlvìi:I\' i( Î'Ü.:i-'ORl # (" ~S I::?," --OJ I _. "",' ...".,. , '-t f>o.(~ e ,of' S CORPORATE SERVICES DEPARTMENT MEMORANDUM February 3, 2004 To: Steve Reynolds ",..- Division Head, Culture & Recreation Len Hunter Supervisor, Facility Operations From: Barbara Tran Buyer Subject: Quotation No. Q - 18 - 2003 Quotation For Fire Alarm Systems Upgrade - PRC CLOSING: Tuesday, January 20, 2004, 12:00 Noon Quotations have been received for the above project. Twelve (12) companies were invited to participate on December 17 via facsimile, of which seven (7) attended the mandatory site visit and four (4) have responded by the closing deadline noted above. Copies are attached. Quotations shall be irrevocable for 60 days after the official closing date and time. Be mindful of this timing. Pursuant to Supplementary Standard Conditions Item 10, the following documents will be requested of the low bidder for your review during the evaluation stage of this quotation call: (a) a copy of the Health & Safety Policy to be used on this project; (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) the City's certificate of insurance shall be completed by the bidder's agent, broker or insurer; Steve Reynolds ". .~ 1'3'- 01 ¡'\Ì.:n.X<.! j¡: -Qf2S February 3, 2004 pa..Cje 2. ot '3 Page 2 In the absence of the Safety & Training Co-ordinator, the Manager, Human Resources will review the documents and advise of their acceptability as related to the City's health and safety requirements. A copy will be provided to you for your consideration as well. The Purchasing Analyst will undertake credit reference check with Dun & Bradstreet for the low bidder and advise you of the summary, for your consideration in this review. A comparison of pricing is shown on the attached summary. Continue to utilize the services of Rex Heath, Fire SeNices as required. During your review, remember that an award exceeding $75,000 is subject to Council approval. The low bidder for Part A + Part B Options (A+B+C) is Siemens Building Technologies, Ltd. However, you require a subjective re\li~V\I oftheproj~~t and all pricingß!~?~JQr each bidder particUlàrly-'in the areas of Unit Price Breakdown - New System Devices. Once you have determined which items are required, each quotation is to be compared equally and a summary of pricing prepared to conclude who the low bidder is. We require this conclusion as soon as possible in order that we can proceed to ask for Health & Safety documentation from the low bidder and undertake their credit reference check. Include the following items in your report to Council should the award be in excess of $75,000 or in your response memo to Supply & Services if the award is under $75,000 - (a) any past work experience with the low bidder, including work location; (b) if no past work experience with low bidder, if references are satisfactory; (c) the appropriate account number(s) to which this work is to be charged; (d) the budget amount(s) assigned thereto; (e) related departmental approvals; (f) Treasurer's approval of funding; (g) any reason(s) why the low bid is not acceptable, if applicable; and (h) related comments specific to the project. If you are providing Leber Rubes with any of the information enclosed herein, please ensure costs are not disclosed to enquiring bidders. Bidders will be advised of the outcome once approval has been given to accept a quotation. Should Leber Rubes discover an inconsistency in the quotations during their review, they should contact the City as soon as possible. If you require further information, please feel free to contact me. /lJhA" /1 /, LJPcí /!/{/¡iil! J!(j i..A Barbara Tran /bt Attachments i-\' IACHhtN #,,",.L TO REPORJ#~E-S I 3> -oLf ~e 3d("?> Summary Q - 18 . 2003 - Fire Alah'h Svs~Upgrade . fB.Ç GST Extra Siemens Building TechnoJoaies Vipond Inc Simclex Grinnel 3,630 1,477 9,486 45,010 12376 71,979 1,500 1,750 14,500 40,000 6700 64,450 7,000 2,860 15,200 36,072 10500 71,632 18,000 8,200 34,688 35,373 10847 107,108 3,275 7,000 5,170 8,583 6,219 15,500 16,530 19,067 2,300 2,200 3,975 2,400 2,300 . 2,288 4,094 2,400 2,370 , 2,380 4,175 2,520 2,450' 2,475' 4,342" -. 2,640-- 2500 2574 4429 2640 93,393 98,867 114,347 147,358 Add. Del. Add. Del. &!!!:. Del. &!!!:. Del. 242 160 250 185 225 80 210 158 121 80 70 50 60 30 135 105 218 150 125 80 210 76 225 170 140 100 85 60 75 30 170 128 182 120 100 70 190 70 210 158 300 200 150 120 340 80 350 265 182 120 120 70 175 25 275 205 280 190 160 125 330 76 365 275 678 450 325 250 670 90 515 385 242 160 160 125 300 70 350 265 242 160 175 140 150 30 340 255 267 180 175 140 205 40 330 250 315 210 195 160 160 40 350 265 146 100 110 79 175 28 285 215 182 120 175 140 175 30 300 225 255 170 200 155 195 50 335 250 Sub Total. Unit Price Breakdown 3,992 2,670 2,575 1,949 3,635 845 4,745 3,574 Alarmstat Fire & Security System Unable to bid Brampton Fire & Security System Unable to bid (;.nc: t'y: L; "+, '~~ i..,; I V"+U, ,_.~, .~ ~.~ ".--. r,"tIACHi'II:!\ r L . '., :ü:n,.Úi.1 ;i'.., OES F:j€ l o.f S l3 -o~ ~'Jf..OTfC'/: ~~."Ó Ct L~ Z (,~£ SA;~ LEBER RUBES February 13, 2004 FAXIEMAIL Len Hunter Pickering Civic Complex One The Esplanade Pickering, ON L lV 6K7 ------.-..-.-..-------........ Dear Mr. Hunter, RE: Tender Review and Recommendation for Fire Alarm Retrofit for Pickering Recreation Complex Our Project No. 2002-155 The tendering pro::ess for the retrofit of the fire alarm system at me Pickering Recreation Complex has been completed. This doçum~nt will provide a review of the process and the res1l1ts far the selection ora contractor. The contractors were Com-Plex Systems Ltd., Siemens Building Technologies, Simp1exGrinnell, and Vipond Inc. Back£:round A quick review of tile quotation documents will help lhe client to understand the Pari A and Part B breakdown prices. The Part A - Basic 'Work is for the replacement of the existing fire alann system with a siTIgh:~ stage partially addressable fire ahmn system. The Part B - Options Option A shows. the cost for the replacement of the existing fire alarm system with a two stage partially addressable fire alarm system) Option B shows the cost for the replacement of the e'Xisting fire a1arm system with a nvo stage fully addressable fire alarm system and Option C shows the annual maintenance testing (as per ULC/S536) costs over a five year period. The 'UrÜt Price BreakJo\ovn - New System Devices' on page I'Q-4 are the unit costs that arc used if fhere is a need to add or delete a dcvlce(s) tì-om the angina] design, For example, if the client decided to rnal,e structural changes to the Pickering Recn;ation rentrc building during the fire ~JJroíect, l\.ubes v/ou!ù ,¡dvisc the dient ho\'/ the ,;truc:tu.ral dw.psrc miÍ;::ht Ì1Bve - .' -ç;>' -~- it t be that a ne\'i c,n 'j,nd ~¡ nc','j smoke to be ad.à.ed àuc to the structlllaJ changes ;:u1d that thes;;; device" be instal1cd by LÌ1e FIRE ?í10TECT10fIJ MilD 8UILDH\!G CODE CO¡\jSUl.TING ¡:;NG~l'JEi=:RS 2300 YO!'~GE STREET, SUiTE 2100, P,O. BOX 2372, TOROI'JTO, CANADA M4P 1E4, TEL: (416) :';15.9331 FAX: (416) 515-1640 1725 ST, LA.URENT 8LVD" SUiTE 225, OTItWVA, CI~.NJ~DA KIG 3V4, TEL: (fi13! 247-1313 FAX: 1613) 21\7-1315 3ent. By: L; 'tlv"';.>IU'tU, ,~~-,v ~., "'-_.."., -'I; lí",L:Hríi:I'J " 2 j, ";;:;';(.J'()\'i:L.: 0 ~<:, .".,...,...!...__...:c::::....~ F~~e 2,c~f S ~3 -"0'-1 contractor (as an extra to the job) while they are on site. The contractor's Ul.'1it costs would be used 10 determine the extra cost to add these devices. The design submitted by Lcber Rubes for the tender package 1S complete and it is not expected that thc addition/deletion will be needed during this project ' Contractor Price Comparisons The tenders were received and reviewed for content and compliance with the tender requ.ircments to confirm the validity of the tenders. The following provides a review of the tenders for the instal1ation pfthe equipment and includes a recommendation on the selection offhe contractor. The Com-Plcx Systems bid for an ONYX NFS-3030 system is the least expensive for Part A - Basic Work, OptioT'l A together with Part A, and Option C . annual maintenance prices. ~TheSiemeng. Building'I'eGhnologics-bid. for theirMXL. systemisJhe .sec_Qnc:thigh.~sJ faJJ)<l:t1A~ They have the lowest price for Option B, the replacement of the existing fire alarm system with a two stage fully addressable fire alarm system, together wiih Part A. The SimpJexGrinnell hid fOT their 41 ODD system js the second lowest for Part A. However, their annual maintenance prices (Option C) Me marc than two times higher than the other bids, Whether ornot Option C is added to this contract or becomes part of a separate contract, the a11TIual maintenance amounts ha\/e an impact over the next five years, The overall Vipond bid for an omx 1\¡'FS-3030 system was high relative to the other contractors, Comparison of the sub-totals for Part A and Part B - Options A & B, on the attached chart, indicates that their pricing is at least 1.5 times higher than any of the other bid sub-totals. Recommcndation Part A - Basic Work Review of the Basic Work, without any of the options, shows Com-Flex Systems Ltd. to be the lowest bid ($64,450) and they Iernair1 the lowest bid if you add Option C, the five year annual maintcmnce testing cost ($76,367). Part 1B - Option A Review ofthe option for the replacement of the existing ñre alarm system with a two stage partially addressable fire alarm system, along with PaTt A - Basic Work, shows Com-Plex Sy'Stcms Ud, to be the lowest bid ($ïl,450) and they n;maìn the lowest bid if you add Option C, the five year 3.nnual ffiaintens.:nce testing cost ($83,367), opï:lon the; 2CCrrJI.':..I;.r ':;\¡r¡g lice a:':i,':.'J'I1 ü 3c1ò;:ess3.b1e fne ala,"TD system, along with Pan p" -'Nork, sÌlOV/S Siemens Building ,.., ".." :'¡;;;'i: 5:- en1: 'OY; L; ~'-_._'-~- 2 '\., ¡,\L;i" UR, #...., QE.S l3 --olf fb-je 3 of 5 Technologi~s to be the lowest bid ($78,198) and they remain the lowest bid if you add Option C, the five year annual maintenance testing eost ($90,118). ",' ¡ Kl.t¡; ¡ tj- AI] four contractors are quite fami1iar with fire alarm system installations. However, both Com. Plex Systems Ltd, and Vipond are distributers of the Notifier product and. Lm1ike Siemens Building Technologies and SimplcxGrinnell who are manufacturers of their own products, they might not be capab1e of ensuring parts and support in the future. The lowest bid for the basic work was received from Com-Plcx Systems Ltd. which appears to be rea1istic and is generally consistent with the pre-design construction budget forecasts. In our estimation, they should be. considered as the ccmtractor for this project if the client should enoose the replacement of the exi sting fire alarm system with a single stage p<Jrtially addressable fife alarm system. On the other hand, if the client should choose the replacement of the existing fire alarm system with a lw() stage fully addressable fife alarm system (Option B), Siemens Building Technologies would be the best choice. .An itemized breakdown of the Part A and Part B costg are provided on the attached chart. We trust you will find this recommendation acceptable. Tfyou should require any additional information or further detai1, please do not hesitate to call. Best Regards, .,cc.,,~------ Dana Honsberger ene]; Bid Comparison Chart LcaL: ¡"íi\L/UL ,.) ¡¡,Iv. BID COf\.¡Pi\RISON r [part ~ -B@sic Wnrk Pd ENGINFcHlNG, DWGS" PERMITS. START ...uP, SUPV. 8. ADMIN, , I f'\2 AS BUilT DWeS.. TRAINING &. DOCUMENTATION I AJ ¡';¡i\IN EQUiP. - FIRE ALARM PANEL CCU AND ANNUNCIATOR (partially addreSS<3ble 1 1--- 5lage system) I A4 FIRE AlARM EQUIPMENT DEVICES (partially addressabie 1-stage'system) I N5 VERIFIC;mON AND TESTING FIRE ALARM EQUIPMENT DEVICES I -_. .. $:WEC, iTEM DESCRIPTION ..-"'..... . SUB-TOTAL OF BASIC WORK 1--. OPTIŒU\L ITEJ¡;S OPT-A P!\RTlfI,LLY ADDRESSABLE 2-STAGE SYSTEM O1"Tf-ß FUI-LY f¡DDRESSABLE: 2-STAGE SYSTEM OPT-C 5 YEAR i\N¡¡UAL ~NlINTENANCE AS PER VLC-S5J6 (Payable over 5 years) - -" SUB-TOTAL OF BASIC BID AND OPTION A ..,. SUB-TOTAL OF BASIC BID AND OPTION B SUB-TOTAL OF BASIC BID AND OPTION C SUB-TOTAL OF BASIC BID AND OPTION A 8. G SUB-TOTAL OF BASIC BID AND OPTION B 8. G 1-'--' !..------...,., -----.-----... --,-~-~,_._.-,'--- ~.. ...-".,,--..-..-. .m_---." 1,SOO.OQ -- 1,750.00 14,500.00 MJ,OOO.OO 6,700,00 64.450.00 7,000,(}() 15,500.00 11,917,00 '71A$Q.Q~ 79,951>.00 76,36T.QQ , . 8~~~7;OO 91.861.00 3,630.00 1,477,00 9,486,00 : 45.010.00 12,376.00 11,979.00 3,275,00 6,219.00 11.920.00 I 15,254.00' ": :7ß;198:oif 83,699.00 87,174.00 l '. 90~f:i:ø.OO rlu t::t..l. r"I\rf\UIIIIY f'\t:\.,., vUIII¡Jlt:ì\ Project II: 2002-'155 SimplexGJinnoli 7,000.00 2,860,00 15,200.00 36,072.00 10,500.00 71,632.00 5,170.00 16,530.00 21,015.00 76,602.00 68.162.00 92,641.00' 97,817 .00 109,171.00 (1) ::J rt OJ -< õ i Com-Plex Systems I Si.:..9mens Building LId, 'Technologies Vipond 1m;, .....,.._- --- 18,000,00 0,200.00 "-- 34,ß88,OU -- 35,:J73.00 10.ß47.00 ) - 107,108.00 ;¡: r: :r 3' + !!. c ¿" l _. 8,583.00 19,067,00 12,600,00 ~j ê 115,691.00 ic m 126,175.00 -c 0 119.708.00 .. ~ -; - 128,291.00 ,#: 1Jß,775.00 10 ( D: - , uJ' I . 0 ... -4- PAGE 1 OF 1 :;ent By: L; -,'--'-.-._, LEBER RUBES fd i.....Chf<¡ì:I\ iI ?, Ie tZb:JORl #._..CES Fje Scf 5 \'3~rn ;CI{t.;OO~ OT~('~o - z 1.I..<,,~_ IIlF~ - t:: s",-f:<i' March 1, 2004 FAX Len Hunter Pickering Civic Complex One The Esplanade Pickering, ON Ll V 6K7 H-_U--'-" -- '_U' -- - uh ..- ..-' . - ......- u Dear Mr. Hunter, RE: Tender Recommendation for Fire Alarm Retrofit for Pickering Recreation Complex Our Project No. 2002-155 Based on the tender review and recommendation letter dated February 13, 2004, Leber Rubes recommends that the client proceed with Optlon B, a two stage fully addressable file alarm system. The Pickering Recreation Complex should be treated as a tVi'O stage system since it is easier 10 investigate a fire alarm prior to the evacuation of the building. This initial investigation time will also prevent building evacuations whenever there axe malicious alarms (when someone operates a manual pull station in order to evacuate the build-ing as part of a prank, e1c). A two stage fully addressable system will meet the current building needs from an operational standpoint. This option will also ensure that the client has a fire alarm system with current technology which wi11 allow for future additions and upgrades to the 'fire alarm system. Siemens' Building Technologies was the lowest bidder for Option B. Siemens has a reputable service history and the abiI1ty to maintain the system for at least the next 15-20 years. We recommend thlit Siemens Building Technologies be issued the contract for Option B, a two stage ru1ly addressab1e fire alarm system. We tm3t you wîJl find this recommendation acceptable. Tryou should require any additional information or further detaìl, please do not hesitate to call. Be::;L Regan1s, J (>--"- / -t-...." //\ \, -~2'ì . t/ ,~/ { ~------ 1'¡'!1'j. H('~!L"'D~~""'~ ~, ,,~<1... k '-'L.' ~L i5~i. " FIRE PROTECTION AND BUILDING CODE CONSULTIN<3 ENGINEERS 2300 VONGE STREET, SUITE 210O, P.O. sox 2372, TORONTO, CANADA M4P1,E4, TEL: (415) 515-9331 FAX: (4 16) 515-1640 1725 ST. LAURENT BLVD" SUITE :225, OTTAWA, CANADA K1G 3V4, TEL: (613) 2~7-'3'3 FAX: (513) 247.1315 i.¡ ....~ TO REPORT # -DE S 15-0£1 0 CL <C I ,- J . ( ROAD z 0 DIANA, PRINCESS OF -'-"-- WALES PARK ----°_- AJ 0 » 0 >- W .-I ~ « > ,?-\NG ?\cy('é- OPERATIONS & EMERGENCY SERVICES DEPARTMENT MUNICIPAL PROPERTY & ENGINEERING DIVISION 1 :4000 PLOT DATE, February 27/2004 REPORT TO COUNCIL FIRE ALARM SYSTEM UPGRADES PICKERING RECREATION COMPLEX SCALE, L:\MPandE'\ThBma/ic MaooinQ\Maos\O&E:S - Cul/UrB & RBCreo/ion\AttachmBn/ far RBpart\2004 C&R-Reparl-OI,dwg