Loading...
HomeMy WebLinkAboutCS-32-93THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON Meeting: COUNCIL MEETING File # Date: DECEMBER 13, 1993 Res. # Report #: CS -32 -93 File #: Subject: FIRE DEPARTMENT HEADQUARTERS Recommendations: It is respectfully recommended that the Council recommend the following: 1. THAT Report No. CS -32 -93 be received; 2. THAT the verbal presentation of the Director of Community Services be received; 3. THAT Council endorse in principle the proposed critical path and that the Building Committee be authorized to take the necessary action to adhere to the critical path schedule, excluding awarding of the tender; 4. THAT Council endorse the selection of Site "C" (north of Highway #2 west of the existing access to the Bowmanville Recreation Complex) as the site of the new Clarington Fire Department Headquarters; 5. THAT Council authorize staff to proceed with the geotechnical requirements as it pertains to Site "C "; 6. THAT Council authorize the Mayor and Clerk to enter into an agreement with Thomas E. Brown Architect Inc. in accordance with the proposal listed as Attachment # 6 to Report CS- 32 -93; 7. THAT Council authorize staff to undertake a pre - qualification procedure for all potential bidders as it pertains to the design build process; and 8. THAT Council approve in principle the preliminary budget (Attachment #8) to Report CS- 32-93. 1.0 BACKGROUND: 1.1 On October 25, 1993, Council approved Report ADMIN -09 -93 which dealt with ongoing negotiations with Ontario Hydro and a subsequent agreement which in part approved the ../2 i.�� � rr�rcrreo a. aECVC�eo rnaen REPORT NO. CS -32 -93 "2, DECEMBER 13, 1993 construction of a new Fire Headquarters on Municipal property located at the north west corner of Regional Road 57 and Highway 2. 1.2 The agreement included a clause stipulating the Municipality must provide 24 hour fire protection coverage to the Darlington Nuclear Generating Station commencing January 1, 1995, therefore, because of this stringent time frame a building committee was immediately formed to initiate the project process. 1.3 The composition of the committee is intended to reflect the level of involvement of three key departments, Fire Department, Community Services and the Treasury Department notwithstanding all departments are integral to the success of the project. 2.0 CRITICAL PATH: 2.1 The Committee quickly identified a process to be established in identifying the various tasks at hand, assessing a time frame to meet interim goals which would guide the project to a completion date in accordance with the agreement with Ontario Hydro. 2.2 The project's "critical path" attachment #1 is provided as a reference to the Building Committee's schedule for this project identifying critical dates within the process. Although the dates seem optimistic, this schedule has undergone thorough scrutiny and Committee Members are confident it is realistic and has taken into consideration normal project delays. 2.3 The first priority identified was to determine which of the three potential sites would be recommended to construct the building. 3.0 SITE SELECTION: 3.1 The agreement with Hydro was specific in establishing the northwest corner of Regional Road 57 and Highway #2 as the location of the site and further is supported by the Municipal Fire Protection Survey conducted by the Ontario Fire Marshall's Office. 3.2 A review of the property presented three potential host sites for the structure and they are identified in Attachment #2 (drawing #SK -L2). Each of the three sites were reviewed and assessed based on the following criteria. 3.2.1 Location General Review of each site to determine feasibility. Primary Location Detailed review of specific site identifying site related issues. Considerations ../3 REPORT NO. CS -32 -93 - 3 - DECEMBER 13, 1993 3.3 3.4 3.5 4.0 4.1 Site Topography Review of topographical features of the sites. Site Access How is access perceived for each site? Considerations to existing use of the property as a Recreation Complex. Cost to Service What are the comparative costs to service each site? Soil Utilizing existing documentation, review sites to highlight perceived complications. Urban Design Do each of the sites offer the opportunity for a high level of visibility Impact within the Community. Building Layout General review of each site with respect to significant positive and negative aspects of the sites and how they could accommodate the building layout. Scheduling Each site to be reviewed keeping in mind the extremely tight Implications schedule. Items that may have an impact on the schedule must be considered. A copy of the completed site evaluation is provided as Attachment #2. Utilizing the criteria previously outlined, Site "C" is recommended as the location for the construction of the new Fire Department Headquarters. Although this site is endorsed by the Building Committee, concerns with respect to a joint access for the Fire Department and users of the Recreation Complex were identified. Subsequently, building orientation is anticipated to provide a separate access immediately to the west of the existing access to the Complex (Attachment #3). This however, does require Ministry of Transportation approval to create the new access and discussion in this area is ongoing. Notwithstanding, the Committee with the concurrence of Council will proceed in this direction utilizing a common access with the Recreation Complex as our "fall back" position only. CONSTRUCTION METHOD: The project schedule has predetermined the Committee's focus with respect to meeting the terms of the agreement with Ontario Hydro. With this in mind, the Committee is confident that the design build method of construction will provide the most opportunity for fast tracking the project. ../4 REPORT NO. CS -32 -93 "4, DECEMBER 13, 1993 4.2 The design build concept provides for one firm to handle the entire project, from design to construction completion. The design build contractor would be responsible to engage their own team of architects and engineers, unlike the traditional method where the Municipality would directly hire the architect and /or engineers. 4.3 The contractor submits a fixed fee based on preliminary floor plans, elevations and outline specifications provided by the Municipality. Advantages to this method is that there is a co- ordinated approach from the design concept to the finished building. Most importantly, schedules and costs are identified up front with all parties understanding and achieving project goals. 4.4 It should also be noted that should the scope or details of the project change after awarding the tender, change orders can be costly. 4.5 To ensure that the Municipality's interests are protected, and to add technical expertise to the project team, the Committee is recommending that council approve engaging the firm of Thomas E. Brown Architects Inc. to act as the Municipality's agent for this project in accordance with the proposal call (Attachment #4) and Mr. Brown's submission (Attachment #6). 5.0 PRE - QUALIFICATION: 5.1 As in any Municipal initiative, cost implications are always deserving of the attention received. Notwithstanding the importance of cost control, this project's schedule and timing restrictions have assumed a very high priority in all discussions as it relates to the fire hall construction. 5.2 These restrictions require Council to consider the Committee's recommendation that in accordance with Section 6:01 of the Municipality's Purchasing By -Law (Attachment #7) that staff be authorized to initiate a Pre - Qualification process for all bidders prior to the actual tender call. 5.3 This process offers advantages to the Municipality in that it eliminates the possibility of a low bidder being awarded the contract when they may not be qualified to do the job. Further, pre - qualification ensures the respective contractor's financial stability and credibility. 6.0 PRELIMINARY BUDGET: 6.1 The total cost of constructing and equipping the new Fire Headquarters is estimated to be $1,500,000. The Ontario Hydro contribution of approximately $1.2 million dollars as referred to in the Municipal/Hydro agreement of October 1993 will finance a significant portion of the cost of a 12,000 square foot facility. „15 REPORT NO. CS -32 -93 - 5 - DECEMBER 13, 1993 6.2 6.3 6.4 The Development Charges Policy Report also recognized the cost of constructing and equipping a new Headquarters to the extent of approximately forty four percent (44 %) of the cost in excess of the anticipated Ontario Hydro contribution. Based on an anticipated excess cost of $257,500 ($1,500,000 total less $1,200,000 contribution, and $42,500 moving expenses), the Development Charges Reserve Fund would contribute approximately $113,300. At December 1, 1993 the balance in this fund is approximately $52,000, and it is therefore suggested that the balance of $61,300 be interim financed from the consolidated reserve funds and as funds accumulate the repayment would be made with interest at the rate that the Municipal Bank Account - General Fund accumulates. It is suggested that the cost attributed to moving expenses be financed from the existing Lot Levy Reserve Fund for Fire Protection. The cost attributed to this expense are estimated at this point, and any unexpended funds would remain in the Reserve Funds. The proposed financing for this capital project, as outlined on Attachment #8, would place no additional tax impact on the ratepayers for the Municipality of Clarington. It is further recommended that any vehicle considerations for this station be considered by Council during the 1994 Budget deliberations. 7.0 COMMENTS: 7.1 7.2 JPC:sa The Building Committee is committed to the goals of this project and specifically to the conditions agreed to by the Municipality in its agreement with Ontario Hydro. Co- operation and team work are critical and must be considered a given as it relates to this project. Specifically, a co- ordinated and unified effort between Council and the various departments is paramount in realizing our project goal. submitted, P. Caruana, Director unity Services Department Recommended for presentation to the Committee, Mati�e­Marano, Acting Chief Administrative Officer ' V , I 11 • •�a'w':'A 0 ki • •. • Nbv. 22/93 Hire Consultant for Site Determination Dec. 13/93 Report to Council - Council Approval Budget Building Site Selection Consultant Selection (If using as project manager) Prequalification Process Initiated Jan. 14/94 Tender specifications approved Jan. 17/94 Report to G.P.A. - Tender Call approval and list of bidders Jan. 19/94 Tender Call Feb. 9/94 Tender Opening Feb. 21/94 Award Tender - Council Approval (Special Council or Council approval Feb. 28/94) Mar. 14/94 Architectural Drawings approved Mar. 18/94 Sod Turning Mar. 18/94- Construction - Council Updates Sept. 30/94 Oct. 1 -14/94 Occupancy /Change Over ATTACHMENT #2 TO REPORT NO. CS -32 -93 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON SITE EVALUATION STUDY BOWMANVILLE FIRE STATION #1 DECEMBER 7, 1993 totten sims hubicki associates engineers architects and planners TSH PROJECT NO. 22 -13244 Mr. Joseph P. Caruana Director, Community Services Department Municipality of Clarington 40 Temperance Street Bowmanville, Ontario L1C 3A6 RE: Proposed Bowmanville Fire Station #1 Site Evaluation Study TSH Project No. 22 -13244 Dear Sir: 300 WATER STREET, WHITBY, ONTARIO CANADA L-IN 9J2 (905) 668 -9363 FAX (905) 668 -0221 December 7th, 1993 We are pleased to submit our site evaluation report to assist you in finalizing your decision as to where to locate the proposed new Bowmanville Fire Station #1 on the Bowmanville Recreation Complex property. Totten Sims Hubicki Associates was requested by the Community Services Department of the Municipality of Clarington to evaluate three potential sites at the Bowmanville Recreation Complex property for suitability as locations for the proposed Bowmanville Fire Station #1. We understand that this station will serve as the Headquarters Station for the Municipality of Clarington and as such, will include administration functions as well as the functional requirements of a full service, manned fire station. It has been assumed that current zoning and Region Official Plan designation of the site is satisfactory for development of a Fire Station. TSH were not involved in the selection of the Bowmanville Recreation Complex property as the ideal location for the Fire Department Headquarters. We understand that this proposed site has been reviewed by the Ontario Fire Marshall's Office to ensure that it meets all their established criteria for firehall location. TSH was provided with an overall building floor area requirement of 10,000 SF to 12,000 SF. The major functional components that will be included in the facility are listed following: ENGINEERS ARCHITECTS AND PLANNERS -2- ® 3 Double Apparatus Bays • 6 Offices • Kitchen ® Eating Area • Training Room • Locker Rooms /Showers • Training Equipment Room • Equipment Maintenance • Electrical /Mechanical Rooms • Hose Tower • Washrooms • Circulation Space • Compressor Area From the information provided, TSH developed a generalized building footprint for use in the evaluation of the alternative sites. This footprint assumed that there would be a second floor component to the project. The split of the functional areas between first and second floors has not yet been established. It is, however, normal to place functions such as Locker Rooms, Training Room, Kitchen and Eating Areas on the second floor level. It goes without saying that if a single storey building is preferred, a larger site planning footprint would result. This would not be critical on Sites A and C; it would, however, be critical on the very limited area of Site B. TSH was advised that the fire station would be staffed by eight (8) firemen on each of three shifts. An additional allowance of six (6) personnel for the administration component has been made. Total parking for approximately 25 staff and visitor parking is to be provided. It is to be noted for the rare occurrence when the total staff complement may be in attendance at a meeting, overflow parking is available on site using the Recreation Complex parking lot. The three sites located on the Bowmanville Recreation Complex property are listed following (refer to SK -L2): Site A Located to the east of the existing arena building adjacent to Regional Road 57 and the North Service Road for the recreation complex. This site will consider the expansion of the existing recreation complex to accommodate an additional ice pad. Site B Located to the north -east of the existing eastern ball diamond, also to.the west of the existing Durham Regional Police building. This property is adjacent to a proposed east -west road which is being planned in conjunction with development north and west of the existing municipal property. Site C Located at the far west end of the recreation complex property to the north of Highway 2 and west of the existing primary access into the recreation complex. -3- Refer to attached Site Evaluation Chart for a comparative review and analysis of the sites. Each of the sites were listed and compared in terms of the following: 1. Location: A description of the location of each of the potential sites on the Bowmanville Recreation Complex property. The location of Site B is impacted by the consideration of the future severing of a parcel of land in the south -west corner of the lot in exchange for a parcel in the north -west corner. If this is not to be a consideration, there are many more available options for development of the fire station in this general area including the possibility for its own dedicated access to Highway 2 rather than having to share access with the recreation complex. 2. Primary Location Considerations: This point of comparison is a description of the main points to be considered in the location of the firehall on a particular site. 3. Existing Topography: A general description of the topographic features of each of the sites. Detailed elevations are available for Sites A and B. No topographic survey data is available at this time for Site C. From visual observations however, Site C slopes gently to the south and will not be detrimental to site development. 4. Site Access: A description of how each of the sites will be accessed. In all cases, it is proposed to maintain existing access driveways to Highway 2 and Regional Road 57. A further traffic impact study may suggest the installation of Fire Department emergency controlled traffic signals. Improvements will be required at the finally selected driveway to improve safety and to facilitate easier access. 5. Site Servicing Availability: Servicing availability and feasibility was investigated for each site. Water and natural gas are readily available for each site. The existing sanitary sewer terminates north of Highway 2 and west of the existing driveway into the recreation complex. To service Sites A and B with sanitary sewers it will be necessary to run a service from the above manhole, east along Highway 2 and north into the sites. Refer to Drawing SK -L2. Consideration would have to be given by the Region and Public Works Department to run this service within the street right -of -way, rendering it a public service rather than a private service on the recreation complex property. 6. Site Servicing Estimated Development Costs: Estimated costs for each site have been calculated. 7. Soils: A Soils Report prepared by V.A. Wood Associates Limited, December 1986 was provided to TSH for reference. The soils investigations pick up areas adjacent to Sites A and B and indicate reasonable soil bearing pressures. Soils data in close proximity to Site C is not available. Additional soils investigations will have to be undertaken on the finally selected site. -5- 8. Urban Design Impact: This point of comparison discusses issues such as setbacks, visibility, and aesthetics of site development. It is felt that a Headquarters Fire Department building should be given predominant visibility within the community. Given the administrative functions, it will be frequented by out -of -town visitors. Fire Department staff are normally quite involved in civic functions, fund raising, food drives and should be given a visual presence within the community. 9. General Comments on Layout: These comments list in general terms some of the more significant positive and negative aspects of each of the proposed sites. 10. Scheduling Implications: Because of the tight time constraints in developing this project, items which could impact on the schedule have been identified. The finally selected site will require detailed geotechnical investigations as well as topographical surveys and in the case of Site C, confirmation of legal property boundaries. Approvals will be required from MTO if another access driveway is made onto Highway 2. The following drawings accompany and form an integral component of this Site Evaluation Study: r.. SK-L1 Original Site Concept - A drawing of the original recreation complex landscaping and future expansion plan. SK -1-2 Site Locations and Site Servicing - The requirements for servicing each of the sites with water and sanitary sewers has been indicated. SK -A1 Location A - Scheme No. 1 SK -A2 Location A - Scheme No. 2 SK -A3 Location B SK -A4 Location C The layouts for each of the locations are schematic only for the purposes of the Site Evaluation Study. Detailed site investigations will have to be undertaken for the finally selected site. Site development will be based upon on an integrated analysis of building function with the established parameters for the selected site. The final site development must taken into consideration the following: • Vehicular circulation. • Pedestrian circulation. • Street setbacks. • Handicapped accessibility. • Site drainage. • Landscaping. • Future expansion. • Public accessibility. • Solar orientation. • Pavement material selected. • Topographic features. • Budget constraints. Summary of Recommendations Based upon our evaluation of the three potential sites at the Bowmanville Recreation Centre, our recommendations are summarized as follows: 1. Site C offers the most ideal site for the development of the Bowmanville Fire Department Headquarters in terms of all the comparative points of analysis. 2. A decision must be made regarding the parcel of land that has been subject to consideration for severing. If it is not to be severed, then detailed site development alternatives should be developed taking this into account. 3. Although the sharing of a driveway with the recreation complex is not ideal, the driveway and access to Highway 2 can be designed to maximize safety concerns. 4. Consideration should be given to development of a Fire Station access driveway and /or recreation complex driveway that will be in alignment with a proposed new street to the south. Both may benefit from this alignment and a signalized intersection. 5. Detailed geotechnical investigations and topographic survey work should be undertaken for the selected site. Questions regarding the contents of the report can be referred to the undersigned. Respectfully Submitted, gArch�, Knoll, O.A.A. Manager, Architecture z.. BWK /an totten sims hubicki associates Hw��.� •nHy�H3r� arc saw. t Xh1EME F�EGravF� t3Y u+- �ueN /G lat<esati to.�ort..pE .�ctt r�r5 C#�•TED ! -, PT. i-Y11. HIGHWAY No 2 E U l t- in O Z Ci a Z 0 W 0 z a MUNICIPALITY OF CLARINGTON DRAWING N° _ a+A"H+ PROPOSED BOWMANVILLE FIRE CHECKED DEPARTMENT HEADQUARTERS. K- i F&E 42 13244 SITE EVALUATION • aqi tt.fA� SITE CCn4 r 11 I Nn fJATF G P ��1y SITE s =1 Kim a .8 IV I 4 totten sims hubicki associates SITE 'B' DUF+iAM REGIONAL �POLICE - -- - -- - -- - -- --------------------------- DRWN CHECKED :LE -2-Z ® .1 in , I ; - . MUNICIPALITY OF CLARINGTON PROPOSED BOWMANVILLE FIRE DEPARTMENT HEADQUARTERS. SITE EVALUATION SITE LOCATIONS Ek 01'r C�Wfllw� V) O i 111 SK- L2 -25 F- I_ totten sims hubicki associates NWOCW � Al.C*4rr0=W ^w MALP � ", --------------- r m I unjer- DES"ED 5r/E's MUNICIPALITY OF CLARINGTON DRWN as PROPOSED BOWMANVILLE FIRE Z; �D& DEPARTMENT HEADQUARTERS. ME 22 -1 SITE EVALUATION • LOCATION No. OATE v REVISIONS SME HTS i Z 6 cr —i Z 2 IW9 X a w Z ir SK-Al 7 L.-,. totten sims hubicki associates -------------- =IZF I L HIGHWAY N °• 2 MUNICIPALITY OF CLARINGTON PROPOSED BOWMANVILLE FIRE �we.e-� MUNICIPALITY HEADQUARTERS. SITE SITE EVALUA71ON • LOCATION z 0 z m I I totten sims hubicki associates IN IN MDMWA� A.o..r.nr. w.a rt e ��IIIIIG I � i QQKIpA A I {11GHWAY NO 2 OF CLARINGTON WMANVILLE FIR ti K) 0 2 6 M Q Z O W 0 Z F- ir a _ SK-A3___ _ F�r2 -13248 __.�.....�.........,...�.. No M*F NTS SITE EVALUATION • LOCATION B Cz � i I totten sims hubicki associates �� A�fT�T� AFO iLANi.� ............. I� - -- J a -= ---------- cisrl�,c �b CPI'lOJS zAv7DiTioN - L_s-- ---s -N 111 rv�...-- .,- -.1 � l 1 L_CANf��Xicpr Ii�1C.,. /4g71T0�1) HIGHWAY N• 2 'SGr+mS"5 MUNICIPALITY OF CLARINGTON DPAWN t>5 PROPOSED BOWMANVILLE FIRE CHECKED file DEPARTMENT HEADQUARTERS. - - - ?t -15244 SITE EVALUATION • LOCATION "� n.,r w. o��.v.� -- ��.�� HITS z 0 ir J Q Z O W Ir O Z H X Q SITE EVALUATION STUDY MUNICIPALITY OF PROPOSED BOWMANVILLE FIRESTATION ## 1 totten Sims hubicki associates ENGINEERS AR- -1ECTS AN. PLANNERS SITE A (SCHEMES 1 and 2) SITE B SITE C 1. LOCATION • Bowmanville Recreation Complex • _ Bowmanville Recreation Complex • Bowmanville Recreation Complex • East of existing Arena Building • North -East of existing Eastern Ball Diamond West of • West of Primary Access Driveway into Complex Existing Reg. of Durham Police Building and North of Highway # 2 2. PRIMARY LOCATION • Consideration to be given to future arena expansion either to the southwest or west • Future road to the north will become firehall's future • Southwest corner of property could be severed CONSIDERATIONS • Maintain existing arena service access primary access for private sector commercial development • Desirability to not move existing ball diamond • Future development to south will alter character • Region's property to east may possibly be encroached with Region agreement • Communications Tower could be relocated 3. EXISTING • Property slopes approximately 5 m from arena • Generally flat, slight fall from north towards south • Property slopes gently towards south to ditch along TOPOGRAPHY building to property line and east Highway No. 2 • Will impact on firehall design and site development • Arena storm drainage system could be impacted. • Topography not detrimental to site development and but will not be detrimental to project development New storm. line may be required for firehall will not impact on building design • Drainage towards ditch along Regional Rd. development directing water towards Reg. Rd. 57 4. SITE ACCESS • Access from existing arena northerly service road • Access will initially be along arena's north service • Access will be to shared entrance driveway of connecting to Reg. Rd. 57 road connecting to Reg. Rd. 57. Access driveway to Recreational Complex connecting to Highway # 2 • Access Rd. up to firehall drive would be paved be paved • Possibly Fire Department controlled signalized • Possibly Fire Department controlled signalized • Future access could be to future east -west road developed to north connecting road to Reg. Rd. 57 to intersection intersection east and future developments to west. Not feasible to Possibly separate and distinct driveway access to • Access to Reg. Rd. 57 is far enough north of develop road at this time due to timing and bridge wa Hi h 2 with MTO royal Highway approval Highway # 2 to not cause any complications structure requirement. • 5. SITE SERVICING • WATER - Available From Reg. Rd. 57 • WATER - Available from Reg. Rd. 57 service will be • WATER - Available frorn line along north side of AVAILABILITY • SANITARY SEWERS - Arena's septic stem will have P Y able to be pick at 150 mm line north of Arena SANITARY SEWERS - Connection available at to be removed - Shared sanitary sewer for Firehall • SANITARY SEWERS - Site not large enough to manhole adjacent to Site, north side of Highway 2. and Arena, sewer will have to be extended from manhole noted for Site 'C' accommodate septic system sanitary sewer will have to be extended from manhole noted for Site 'C'. • GAS - Line along north side of Highway 2. g g Y • GAS - Extended from Highway 2 and Reg. Rd. 57 • GAS - Extended from Highway 2 and Reg. Rd. 57 intersection intersection 6. SITE SERVICING ESTIMATED • Remove Arena's Septic System $ 160,000.00 • Sanitary and Water $ 76,000.00 • Sanitary and Water $ 7,000.00 DEVELOPMENT COSTS • WATER $ 4,000.00 • SANITARY SEWERS $ 92,000.00 totten Sims hubicki associates ENGINEERS AR- -1ECTS AN. PLANNERS SITE EVALUATION STUDY MUNICIPALITY OF PROPOSED BOWMANVILLE FIRESTATION # 1 totten Sims hublcki associates ENGINEERS ARCHrrECTS AND PLANNERS SITE A (SCHEMES 1 and 2) SITE B SITE C 7. GEOTECHNICAL • Detailed Soils Investigation will have to be • Detailed Soils Investigation will have to be • Deiailed Soils Investigation will have to be undertaken undertaken undertaken • Soils for arena were reasonable at 300 KN. /M' • Soils for arena were reasonable at 300 KN /M` • Soils for arena were reasonable at 300 KN /M 8. URBAN DESIGN • Good visibility from Region Road 57 • No street visibility until future road to north is • Good visibility from Highway 2 IMPACT • Setback along Reg. Rd. 57 will be well forward of developed • Site appears to be a distinct and well defined existing development in immediate area • When Future road is developed site will appear development • Firehall development may tend to visually crowd crowded • Setbacks respect reasonable community design Recreation Complex • Fire department headquarters building will lack standards • Landscaping enhancements will contribute positively presence and identity within the community • Development will have a significant visual presence to streetscape • Conflict between Fire Department vehicles and and identity within the community. Recreation Complex users 9. GENERAL COMMENTS • Scheme 1 will negate any possibility of future arena • No impact on future arena expansion • No impact on future arena expansion ON LAYOUTS expansion to the east. Future arena expansion possible only towards west • Building will abut property line shared with Region of g P P Y S • Future expansion potential for Fire Hall • Scheme 2 will permit future arena development to Durham. Variance will required for setback. • Variety of site and building configurations are y the south -east and west of existing arena • t Existing communications tower can remain, however possible • Drive through apparatus bay is possible in both • it is visually quite obtrusive Drive through apparatus bay not feasible • Even more potential if future property reverence is schemes not a consideration • Topography will impact on design of building and on • Firehall driveway will abut fence of softball field • There will be minor traffic conflict between site development • No room for future expansion Recreation Complex users and Fire Department • Minimal future expansion potential for Fire Hall • Architectural Design of building will be required to • Less than satisfactory setback from future road to north • vehicles Architectural design does not have to respect Arena respect Arena design in a significant way • Tight turning radius for fire trucks design as significantly as other sites. Firestation can have its own distinctive character • Minimal landscaping possibilities • Building configuration possibilities limited 10. SCHEDULING IMPLICATIONS • Prior to commencement of construction, sanitary sewer service will have to be designed, tendered and • Minor variance will have to be obtained prior to construction • No obstacles delaying construction start constructed; existing septic system will have to be removed and filled totten Sims hublcki associates ENGINEERS ARCHrrECTS AND PLANNERS Fi -� r-- I r r- - ----------- 1:b CPO. VA I G H V4 AN N! 2 z b ir -j z 0 Z F- 0 ,431 C) 01 M w Iv 0 10 w totten sims hubicki associates N., DAZE UY DESIGNMSrVr- IMUNICIPALITY OF CLARINGTON PROPOSED BOWMANVILLE FIRE DEPARTMENT HEADQUARTERS. DRAWING SK-A6 DRAWN 0,55 RECISIONS CHUXED bK ME Vr•151144 E EVALUATION - LOCATION C SITE scALE NT$, ATTACHMENT #4 TO REPORT NO. CS -32 -93 PROPOSAL CALL FOR CONSULTING SERVICES FOR THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BOWMANVILLE FIRE STATION # 1 Sealed proposals, clearly marked as to contents, for the requirements specified herein, submitted to the Corporation of the Municipality of Clarington, Purchasing Office, 40 Temperance Street, Bowmanville, Ontario, L1C 3A6, will be received until 2:00 p.m. (local time) Friday, December 3, 1993. Enquiries for additional information may be directed to Lou Ann Birkett, Purchasing and Supply Agent, or Fred Horvath, Facilities Superintendent at (905) 623 -3379. SCOPE OF WORK The Municipality of Clarington has ownership of a 22 acre site on the north west corner of Regional Road 57 and Kings Highway #2, Bowmanville, Ontario. This site as well houses a Recreational Complex and will be used for the construction of the new Fire Department Headquarters. This facility will accommodate the main headquarters of the Fire Department administration and fire fighting functions. While the actual design and construction of the proposed building will be tendered by the Municipality using the "Design Build" method, the purpose of this proposal is to retain engineering/consultingservices of a firm to act on behalf of the Municipality as an "Owner's Agent". CONTRACT By acceptance of this contract, neither the "Owner's Agent" nor any person, firm or corporation associated or affiliated with or subsidiary to same, shall tender for the subsequent tender for the design/build of the Fire Station, or have an interest either directly or indirectly in the design/construction of the project. TIME Time is of the essence in this contract. The final tender documents must be submitted to the Municipality of Clarington for approval no later than January 14, 1994, with final copies available for tender issuance on January 19, 1994. Occupancy of the constructed building is to take place October 1, 1994. -2- FEES The fees for this service are to be provided on a total lump sum basis. A separate total fee is to be provided for Part I and Part H. The Municipality may award ,Part I only or Part I and II, whichever is in their best interest. The criteria for Parts I and II are as follows. PART I 1. Prepare, in consultation with staff, for tendering purposes, preliminary site plan and floor plans. 2. Preparation of preliminary cost estimate. 3. Pre- qualification (for subsequent Council approval) of potential bidders on design/build tender. 4. Preparation of tender documents for issuance to selected design builders. 5. Answer questions from bidders during tendering period. 6. Assistance to the Owner in the evaluation of submitted proposals 7. Review of work*,ng drawings prepared by the design -build contractor. 8. Preparation and distribution of minutes of project meetings. 9. Provide advisory services and to co- ordinate any additional studies as required. PART II 1. The review, modification, and approval of the Contractor's construction schedule, the processing of progress 'and final payment certificates for the work, and the preparation and submission of work progress reports to the Municipality at such time and in such form and detail as the Municipality may require. 2. Review and recommendation in respect to alternatives of construction methods or material proposed, by the Contractor, and preparation of change orders. 3. On -site inspections during the construction of the work to verify acceptability according to the specifications. -3- 4. Investigating, reporting and recommending on unusual circumstances which may arise during construction. 5. Carrying out final inspection and deficiency list at the conclusion of the construction contract. 6. Ensure that all warranties and all operating manuals are received. 7. Monitoring during warranty period. EVALUATION OF SUBMISSIONS Bidders are advised that only complete submissions will be reviewed and evaluated. Proponents may be requested to provide additional information during the review period. The evaluation criteria will include but not be limited to the following: 1. Architectural and Engineering firm's relevant experience as well as project team's experience. 2. Compliance with proposal call submission requirements. 3. Total consulting fee. 4. Project schedule. SUBMISSION REQUIREMENTS Proponents are requested to submit 8 bound copies of the following information. Failure to do so may result in the rejection of the submission. 1. A brief history of the firm and list of specific related projects indicating: a) name and brief description of project; b) location of project: c) client's name, address and telephone number of contact person; d) date construction completed; and e) total construction cost. 2. List of firm's principals. 3. Specific cost control methods proposed. 4. Three client references for recently completed projects. e Thomas Brown 394 Ring St. Toronto, Onto M5A 1K9 613 - 379 -2755 416- 364 -5710 Fax: Architect E. Trio (home) .(office) J.R. Freethy Architect 5 Silver Street Bowmanville, Ontario MC 3C2 905 - 623 -7476 Fax:905- 623 -7476 Totten Sims Hubicki lA icing St. E., Box 398 Cobourg, Ontario K9A 4L1 1 -800- 463 -8046 Fax: 905 - 372 -3621 Lenis Trotter Architect 168 Centre Street South Oshawa, Ontario L1H 4A6 905 - 576 -6869 Fax: 905 - 576 -6907 Greer Galloway.Group Inc. Engineers and Planners 1415 Highway 2 Courtice, Ontario ME 2J6 905 - 434 -7467 Fax: 434 -8531 Carruthers Shaw and Partners Limited Architects 2345 Yonge St., Ste. 200 Toronto, Ontario M4P 2E5 416 - 482 -5002 Fax: 482 -5040 OCA Architect 221 Dufferin St., Ste. 100 Toronto, Ontario M6K 1Y9 416- 538 -9810 Fax: 538 -9941 BID EVALUATION REQUEST FOR PROPOSAL — CONSULTING SERVICES BOWMANVILLE FTRR STATTOM 41 Bidder Total Price Extra's to Contract Comments (Part I &III Printing Travel Long Distance Thomas E. Brown Architect $25,000.00 * �/ �/ - Substantial experience with Toronto, Ont. fire stations /no experience in design build - Sub contracting mechanical /structural/ electrical engineers - Price includes minimum standard specifications Jonker Graca Architects $27,900.00 �/ �/ �/ - Substantial experience Toronto, Ont. with design build /no experience in fire stations - Sub contracting mechanical /structural/ - electrical engineers - Additional cost of $2000 to provide minimum standard specifications J.R. Freethy Architect $36,260.00 * �/ * - No direct experience with P Bowmanville, Ont. fire stations - Sub contracting design builder to assist with tender - charged at cost + 5% - Sub contracting mechanical /electrical/ engineers Lennis Trotten Architect $38,500.00 * * * - No experience with fire Bowmanville, Ont. stations - Did not submit proposal in accordance with request - Sub contracting mechanical /structural/ electrical engineers Totten, Sims Hubicki Assoc. $52,000.00 * * * - Has experience with fire Whitby, Ont. stations - Can offer full in house service - Has mechanical/ structural /electrical engineers on staff Included * Not Included M y H O H n _.: M(-n w H N O w THOMAS E. BROWN ARCHITECT INC. December 2, 1993 Thomas E. Brown Architect Inc. The Corporation of the Municipality of Clarington 40 Temperance Street Bowmanville, Ontario L1C 3A6 Dear Sirs: 394 King Street East Toronto, Ontario M5A 1K9 416.364.5710 ATTACMENT #6 TO REPORT NO. CS -32 -93 In response to your Proposal Call for Consulting Services for the Corporation of the Municipality of Clarington Bowmanville Fire Station No. 1, we propose the following: a) We will comply with the stated criteria for Parts I and H. b) We will complete the preparation of the proposal documents by the 14th. of January 1994 and comply with the project schedule where applicable to our work. c) We will complete the work of Part I for a total fee of $10,000.00 plus G.S.T. d) We will complete the work of Part II for a total fee of $16,000.00 plus G.S.T. e) Miscellaneous costs for Printing and Couriers will be billed at cost in addition to the above - stated fees. E Trusting the above to be satisfactory. Yours very truly, Thomas E. Brown Am Item 1 - 1 - HISTORY AND ORGANIZATION The firm of Thomas E. Brown Architect was originally founded in Mississauga in 1964. In 1967 it was expanded and after an eleven year association as Allen, Brown and Sherriff Architects, was re- established as THOMAS E. BROWN ARCHITECT INC. in 1978. Over the past twenty eight years, the firm has successfully carried out the Design and Field Review of over 30 projects for Municipalities in Ontario. At the same time, a wide variety of projects for the Private Sector have been carried out; ranging from a small classroom addition to a village church, to very large industrial buildings throughout South - Western Ontario. Thomas E. Brown's design philosophy is to provide functionally efficient buildings that are a pleasant work environment, appropriate to their settings, and within budget requirements. Our success we measure by our repeat Clientel. We like to meet new Clients because we expect to maintain a long and satisfactory relationship with each and every one of them. We understand that our reputation rests in their hands. Thomas E. Brown Architect Inc. works very hard for its Clients. We listen and we learn on each and every project. We also like to think that our Clients learn from their association with us. We ask a lot of questions and we persist until we are satisfied that both we and our Client have a full understanding of the Project. We are careful with our Client's funds and our record for successfully completing projects within allocated budgets is near perfect. Over the past ten years, some 20 Municipal Building Projects for Fire Fighting Facilities and Animal Control Facilities have met their budget requirements on the initial Tendering Process. The Firm also has expertise in the field of energy conservation and has incorporated Passive Solar Heating systems in 3 Fire Stations- 2 in Scarborough and 1 in North York - over the past 10 years. In these projects, building operating costs were reduced by a full 30 %. Thomas E. Brown Architect Inc. is a small and highly efficient professional practice which produces results with a minimum of bureaucracy. Tom Brown is personally involved in each project and directs it's development from start to finish. The Firm's reputation for integrity and hard work is second to none. ..........2 - 1 - Item 2 PROJECT TEAM DESCRIPTION PERSONNEL: Thomas E. Brown B.Arch.(1962) OAA, MRAIC Sole Practitioner 1964 - 1966 and Partner in Allen Brown and Sherriff Architects 1966 - 1978. Re- established as Sole Practitioner in THOMAS E. BROWN ARCHITECT INC., 1978. Practice incorporated in 1986. Senior Architect responsible for the development of the Design and Supervision of all projects. Paul E. McIntosh BArch. (1965) Sole Practitioner 1969 - 1972 and Partner in McIntosh & Clark Architects 1972 - 1985. Resident Partner responsible for Middle -East office in the United Arab Emirates 1975 - 1986. Joined THOMAS E. BROWN ARCHITECT INC. in 1987. Project Architect for: Scarborough Animal Centre, City of York Fire Department Headquarters /Metro Ambulance Station, Whitby Fire Dept. Headquarters, Pickering /Ajax /Whitby Animal Centre, East York Fire Station #2 G. Laurence Cudlip BArch. (1989) Graduated from the University of Waterloo in 1989. Co -op work term experience in various offices since 1983, including the office of Arthur Erikson Architects, Toronto (King Abdul Aziz University Masterplan). Employed at THOMAS E. BROWN ARCHITECT INC. from January - December 1988 and since Fall of 1989. Project Architect for: Oakville Fire Station No. 6, Churchill Road Fire Station, Acton Hippo Exhibit Renovations, Metro Zoo Snow Leopard Exhibit Renovations and Japanese Macaque Holding Facility Expansion, Metro Zoo ..........2 - 2 - ENGINEERING CONSULTANTS: John Stephenson Consultants Ltd. Consulting Structural Engineers Toronto, Ontario Partner -in- Charge, Graham Eaton, C.E.T. Founding partner (1969) in John Stephenson Consultants Ltd, responsible for over 70 schools, 30 Fire Fighting Facilities in conjunction with Thomas E. Brown Architect Inc. From 1975 to 1978, was Partner -in- Charge of offices in Abu Dhabi, providing Structural Engineering Services throughout the Middle East. Able Engineering Inc. Mechanical /Electrical Engineers Toronto Ontario Mechanical Engineering, Partner -in- Charge, Bernie Little, graduated 1965, operating a design -build mechanical contracting firm since 1965. Electrical Engineering, Partner -in- Charge, Gene Abe, graduated 1957, managing partner for John Garay Engineering for 15 years, three years with Able Engineering. Item 3 Cost Control Methods During the development of the proposal call package and the preparation of the site plan and floor plans, we propose to advise you, based on our extensive and extremely current knowledge of construction costs as related to Fire Fighting Facilities, as to the suitability of items and materials being considered for inclusion in the project. We will provide current cost estimates which will indicate budgetary effects resulting from potential decisions. As part of the material prepared for the Design -Build proposal call which we will prepare for you, we will request a list of separate prices be completed by each submission. These separate prices will indicate the cost for specific items or materials or for material substitutions which can either be added to or removed from the contract amount depending on whether that sum is more than or less than the budget amount before a contract is signed with the Builder. To provide a "control device" within the contract documents which will apply to items such as extra excavation or other changes to the contract after it has been executed, we will require each submission to complete a list of unit prices ( for specific work and materials) which will apply to both credits and extras for changes to the work, subsequently. . Item 4 References 1. Mr. Michael Davy, Deputy Clerk Town of Whitby 575 Rossland Road East Whitby, Ontario (905) 668 -5803 Project - Pickering, Ajax, Whitby Animal Centre Expansion, Phase 1 2. Mr. Heinz Michelback, Managing Director Canadian Agra Corporation 221 Josephine Street P.O. Box 1300 Wingham, Ontario (519) 357 -3330 Projects - Office Buildings, Kincardine, Ontario 3. Mr. Paul Harpley, Project Manager Metro Toronto Zoo P.O. Box 280 West Hill, Ontario (416) 392 -5983 Projects - Hippopotamus Display Renovation Snow Leopard Display Expansion Japanese Macaque House Expansion COMPLETE LIST OF PROJECTS - 2 - Fire Fighting Facilities 1993 * New Fire Station #2, East York * Scarborough District Fire Station - Feasibility Study 1992 * Fire Station #6, Oakville * Alterations to Communications Centre, City of York Fire Department * Georgina Island Fire Station #1- Feasibility Study 1991 * Churchill Road Fire Station, Halton Hills * Town of Milton - Fire Station Proposal 1990 * Town of Whitby Fire Department Headquarters * Town of Kincardine Fire Department Headquarters Study * Scarborough Fire Department Headquarters - Feasibility Study II 1989 * Markham Fire Training Centre * Fire Station #15, Mississauga 1988 * City of York Fire Department Headquarters/ Metro Ambulance Station * Fire Station #14, Mississauga * Fire Station #5, Oakville * Scarborough Fire Department Headquarters - Feasibility Study I 1987 * West Oakville Fire Station #1 * East Oakville Fire Station #2 1985 * Smoke Training Structure, North York 1984 * Metro Ambulance Station, Addition to Fire Station #15, Scarborough * Fire Station #18, North York * Fire Training Centre, Scarborough * Fire Station #3, Mississauga 1982 * Parkway Forest Drive Fire Station #15, North York * Fire Training Station #7, Addition, North York * Meadowvale Road Fire Station #2, Scarborough 1981 * Hurontario Street Fire Station #10, Mississauga * Meadowvale Road Fire Station #2, Scarborough 1980 * Tapscot Road Fire Station #15, Scarborough 1979 * Dixie Road Fire Station #6, Addition, Mississauga From 1967 -1978 Fire Fighting Facilities for Richmond Hill and Mississauga while partner in ALLEN,BROWN and SHERRIFF - 3 - CURRENT FIRE FIGHTING PROJECTS 1. Town of Whitby Fire Department Headquarters a) 25,000 sq. ft. project consisting of 3 double -depth Vehicle Bays, Headquarters Offices and Disaster Centre, Education and Training Facilities, Decontamination Facility, Operational Fire Station Facilities. b) Taunton Road, Whitby. C) Corporation of The Town of Whitby, Fire Chief Tony VanDoleweerd, 201 Brock Street, Whitby, (905) 668 -3312. d) Tender Documents are completed for Tendering purposes. e) Estimated Construction Cost - $2,400,000. 2. Borough of East York Fire Department Headquarters a) 9500 sq. ft. project consisting of 3 Vehicle Bays, Headquarters Offices and operational Fire Station Facilities. b) 256 Cosburn Avenue, East York. C) Corporation of The Borough of East York, Fire Chief John Miller, 231 McRae Drive, East York, (416) 396 -3750. d) Project is under construction for completion March 1994. e) Construction Cost - $960,000. ..........4 - 4 - RECENTLY COMPLETED FIRE FIGHTING PROJECTS 1. Fire Station No. 6, Oakville a) 7000 sq. ft., 2 Bay operational Fire Station and crewquarters including 2000 sq. ft. training facility. b) 1510 Postmaster Drive, Oakville, Ontario. c) Corporation of the Town of Oakville, Fire Chief Wayne Gould, 125 Randall Street, Oakville, (905) 845 -7114. d) Project completed November 1993. e) Construction Cost - $660,000. 2. City of York Fire Department Headquarters & Ambulance Station a) 25000 sq. ft. Fire Station of 2 double depth Vehicle Bays, one repair Bay, Ambulance Bay for 3 vehicles, Fire Training Tower, Operational Ambulance and Fire Station Facilities and Headquarters Offices for Fire Department. b) 2015 Lawrence Avenue West, City of York. c) Corporation of the City of York, Ajax Fire Chief Tony Mintoff, 62 Sherwood Road East (905) 427 -9111. (Formerly Deputy Chief, City of York Fire Department). d) Project completed June 1991. e) Construction Cost - $3,077,500. ..........5 - 5 - RECENTLY COMPLETED FIRE FIGHTING PROJECTS (CONT'D) 3. Churchill Road Fire Station, Halton Hills a) 10,000 sq. ft., 3 double depth Vehicle Bays, operational Fire Station plus volunteer crew facilities. b) 21 Churchill road, Acton, Ontario c) Corporation of The Town of Halton Hills, Fire Chief Wm. Cunningham, 53 Maple Avenue, Georgetown, (416) 798 -4730. d) Project completed July 1992. e) Construction Cost - $1,018.000. 4. Fire Station 15, Mississauga a) 6500 sq. ft. District Fire Station, 2 Vehicle Bays and Living Quarters. b) 4595 Glen Erin Drive, Mississauga. C) Corporation of The City of Mississauga, Deputy Fire Chief Wayne Cunningham, 15 Fairview Drive, Mississauga, (905) 615 -3753. d) Project completed May 1991. e) Construction Cost - $632,000. ATTACMENT # 7 TO REPORT NO. CS -32 -93 5.09 Corporation Employees or any elected official, shall not divulge prices received for any goods except the total bid amount in the case of "public tenders" and "sealed bid requests ". All prices recorded during the opening of tenders, that are Part of the Corporation's permanent record and maintained in the Clerk's Department, shall be made available to the public, upon request, pursuant to the provisions of the Municipal Act, R.S.O., 1980. Total bid amounts for "sealed bid requests" will be revealed upon request. 5.10 Notwithstanding the provisions of this By -law, emergency purchase of goods may be made by the Purchasing Agent in circumstances which could result in costly departmental downtime, danger to life and /or property damage. In all such cases, a Report shall be filed jointly by the Designated Official and the Purchasing Agent to Committee and /or Council, should the value of the purchase exceed the guidelines established within this By -law. In the absence of the Purchasing Agent, emergency purchases may be made by a Designated Official and such purchases confirmed by a ` purchase order issued by the Purchasing Agent, as soon as practicable. 6. TENDERING PROCEDURES The following procedures shall apply to the purchase of all goods estimated to be in excess of Fifteen Thousand Dollars ($15,000). 6.01 Advertising All tenders shall be called by Public Advertisement, unless otherwise directed by Council and /or Committee. 6.02 Tender Closing Time All tender closing times shall be established by the Corporation. 6.03 Release of Information to Bidders The Corporation shall supply the following materials to all Prospective bidders: a) Two copies of the official tender form relating to the tender called; , b) One standard tender envelope apprbpriately imprinted; c) Tendering information, i.e. plans, specifications, profiles, etc.; d) Where a deposit is required for tender documents, such fee shall be paid to the Corporation by cash, money order, bank draft or certified cheque. Refunds shall only be made when all required tender documents are returned to the Corporation in good condition. > A