Loading...
HomeMy WebLinkAboutCOD-019-13 Ciarbgton REPORT CORPORATE SERVICES DEPARTMENT Meeting: GENERAL PURPOSE AND ADMINISTRATION COMMITTEE Date: September 9, 2013 Resolution#: f - 7 y-law#: N/A Report#: COD-019-13 File#: Subject: CONTRACT AWARDS DURING COUNCIL RECESS RECOMMENDATIONS: It is respectfully recommended that the General Purpose and Administration Committee recommend to Council the following: 1. THAT Report COD-019-13 be received. t, Submitted !y: Reviewed by: Marie Marano, H.B.Sc., C.M.O., Franklin Wu, Director of Corporate Services Chief Administrative Officer M M/J B/br CORPORATION OF THE MUNICIPALITY OF CLARINGTON 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO L1C 3A6 T 905-623-3379 REPORT NO.: COD-019-13 PAGE 2 1. BACKGROUND 1.1 During periods when Council is in recess provision has been made for the approval of contract awards in order to continue with business as usual. During the summer recess of 2013 there were seven contract awards that would normally necessitate a report to Council. 2. COMMENTS 2.1 In accordance with Purchasing By-law 2010-112, Part 2, Section 67, the following contracts were awarded during the Council Recess. CL2013-05, Wilmot Street Reconstruction CL2013-11, Highway #2 Watermain & Road Widening - Newcastle CL2013-15, Trulls Road Reconstruction CL2013-16, Construction of Artificial Turf Sports Field CL2013-17, Construction of Longworth Park— Phase 2 CL2013-19, Tooley's Mill Park CL2013-22, 2013 Sidewalk Replacement & New Construction A copy of the recommending Report Memos for the above noted projects are attached as Attachments "1", "2", "3", "4", "5", "6" and 7", respectively. 3. CONCURRENCE Not applicable 4. CONCLUSION The actions taken by Staff as documented in the attached Report Memos be provided for Councils information. CONFORMITY WITH STRATEGIC PLAN — Not Applicable Staff Contact: Jerry Barber, Purchasing Manager REPORT NO.: COD-019-13 PAGE 3 Attachments: Attachment 1 - CL2013-05, Wilmot Street Reconstruction Attachment 2 - CL2013-11, Highway #2 Watermain & Road Widening — Newcastle Attachment 3 - CL2013-15, Trulls Road Reconstruction Attachment 4 — C12013-16, Construction of Artificial Turf Sports Field Attachment 5 - CL2013-17, Construction of Longworth Park — Phase 2 Attachment 6 - CL2013-19, Tooley's Mill Park Attachment 7 - CL2013-22, 2013 Sidewalk Replacement & New Construction List of interested parties to be advised of Council's decision: Not Applicable Attachment 1 u REPORT MEMO Leading the Way PURCHASING SERVICES Date: August 22, 2013 To: Frank Wu, Chief Administrative Officer From: Jerry Barber, Purchasing Services Report#: PS-013-13 File#: CL2013-05 Subject: TENDER CL2013-05, WILMOT STREET RECONSTRUCTION SUMMER RECESS PROCEDURE (PURCHASING BY-LAW 2010-112, S. 67) RECOMMENDATIONS It is respectfully recommended to the Chief Administrative Officer the following: 1. THAT Report PS-013-13 be received; 2. THAT Nick Carchidi Excavation Limited, Janetville, Ontario, with a total bid in the amount of$596,198.27 (net of H.S.T. Rebate), being the lowest responsible bidder meeting all terms, conditions and specifications of Tender CL2013-05 be awarded the contract for the Wilmot Street Reconstruction as required by the Municipality of Clarington, Engineering Department; 3. THAT the funds required in the amount of$393,400.00 (which includes $241,892.97 net of HST Rebate for construction, tendering, design, contract administration, other costs and contingencies) be drawn from the following account: Wilmot Street Reconstruction 110-32-330-83373-7401 (2013) ..........................................................$393,400.00 4. THAT the actions taken during the summer recess be reported to Council for information. REPORT NO.: PS-013-13 PAGE 2 Recomm ded by:- 7 F� Jerry/' affi-& anager, Purchasing Services f� Date l.e- Concurrence: Tony Cannella, Director of Engineering Date U� Nancy Taylor, Director of Finance Da e Approved by: Frank Wu, Chief Administrative Officer Date JDB REPORT NO.: PS-013-13 PAGE 3 BACKGROUND 1.1 Tender specifications were provided by AECOM Canada for the Wilmot Street Reconstruction. 1.2 Tender CL2013-05, Wilmot Street Reconstruction was advertised in the Daily Commercial News as well as electronically on the Municipality's website and the Ontario Public Buyer's Association website. Subsequently, tenders were received and tabulated as per Attachment 1. 1. ANALYSIS 2.1 A total of five (5) submissions were received in response to the tender call. All submissions were deemed compliant. 2.2 After further review and analysis of the bids by the Engineering Department and Purchasing, it was mutually agreed that the low bidder, Nick Carchidi Excavation Limited, Janetville, Ontario be recommended for the contract for the Wilmot Street Reconstruction project. A copy of the recommendation memo from the Engineering Department summarizing the work of the project and costs is appended as Attachment 2. 2.5 Nick Carchidi Excavation Limited has completed similar projects for the Municipality in the past and they have completed the work satisfactorily. 2.6 Queries with respect to the department needs, specifications, etc. should be referred to the Director of Engineering. 3. FINANCIAL 3.1 The total cost of project is $833,000.00 and is comprised of the following components: Protect Cost Construction cost (Net of HST Rebate) Clarington Portion $393,400.00 $241,892.97 Region of Durham Portion $439,600.00 $354,305.30 Total $833,000.00 $596,198.27 *The total project cost includes construction, tendering, design, contract administration, other costs and contingencies. REPORT NO.: PS-013-13 PAGE 4 The funding and costs for this project and a summary of the work are outlined in the memo from Engineering Services (Attachment 2). 3.2 Funding for this project will be drawn from the following account: Wilmot Street Reconstruction 110-32-330-83373-7401 (2013) ..........................................................$393,400.00 4. CONCURRENCE 4.1 This report has been reviewed by Tony Cannella, Director of Engineering Services who concurs with the recommendations. 5. CONCLUSION 5.1 To award the contract to Nick Carchidi Excavation Limited, Janetville, Ontario for the Wilmot Street Reconstruction project. CONFORMITY WITH STRATEGIC PLAN — The recommendations contained in this report conform to the general intent of the following priorities of the Strategic Plan: Promoting economic development Maintaining financial stability Connecting Clarington Promoting green initiatives x Investing in infrastructure Showcasing our community Not in conformity with Strategic Plan Staff Contact: Jerry Barber, Purchasing Manager Attachments: Attachment 1 — Bid Tabulation Attachment 2- Recommendation Memo from Engineering Services Attachment 1 MUNICIPALITY OF CLARINCTON BID SUMMARY TENDER CL2013-05 WILMOT STREET RECONSTRUCTION BIDDER TOTAL BID TOTAL BID (HST Ind) (Net of HST Rebate) Nick Carchidi Excavating Limited Janetville, ON $662,051.94* $596,198.28* Eagleson Construction Millbrook, ON . $669,205.82 $602,640.57 Bennington Construction Ltd. Stouffville, ON $675,380.55 $608,201.10 MBC Excavating Ltd. Cobourg, ON $776,768.27 $699.503.89 Elirpa Construction & Materials Ltd. Pickering, ON $901,222.83' $811,579.08* *Adjusted for arithmetic errors '0 ° � Attachment 2 ca I Leading the Wad REVISED MEMO TO: Jerry Barber, Purchasing Manager FROM: Ron Albright, Manager, Infrastructure and Capital Works DATE: August 19, 2013 RE: Wilmot Street Reconstruction, Newcastle CL2013-05 The Engineering Services Department has reviewed the submissions for CL2013-05 and offers the following comments. The limits of the project are Wilmot Street from North Street to Mill Street (Regional Road 17) in Newcastle. Prior to completing the design, a Public Information Centre was held on October 18, 2012 to review the project with the public and to get their input regarding the proposed works. Wilmot Street is currently constructed to a semi urban cross section with no sidewalks curbs or formalized storm system. Upon completion of the works, the streets will be reconstructed to an urban standard with concrete curb and gutter, sidewalks including a new sidewalk connection on the east side of North Street from Wilmot Street to the recently constructed sidewalk along the No Frills property, new road structure and street lights, The surface asphalt will be placed in 2016 under a separate contract. In addition to providing an improved road for the local residents it will also provide a safe location for pedestrians walking through the neighbourhood as well as accommodating future traffic generated by additional development in the Newcastle area. The Municipality of Clarington is working in cooperation with the Region of Durham on this project. They will be replacing the watermain and sanitary servicing on Wilmot Street. The Municipality of Clarington has worked with Nick Carchidi Excavating Limited on several projects in the past and they have completed the work satisfactorily. We recommend award of the contract to Nick Carchidi Excavating Limited in the amount of VAlilmot Street Reconstruction, Newcastle, CL2Ci I 13-05 2 August 19, 201 $662,051.94, inclusive of HST, or $596,198.28 net of HST rebate, for the reconstruction of Wilmot Street. The portion of the contract that will be funded by the Region of Durham is $393,440.44, inclusive of HST, or $354,305.30 net of HST rebate, which represents the cost of the sanitary and watermain servicing and their contribution to the road related items associated with their works. Due to past experiences on similar projects, a contingency amount of 10% is carried forward. Therefore, including design and tender fees, contract administration fees, net HST costs, other costs such as permits, and contingencies, the Engineering Department advises of the following total project cost breakdown for Clarington's portion of the work. Construction (net of HST) $ 241,892.97 Based on Low Bid Design, Tendering and Contract $ 151,507.03 Administration (net of HST), Other Costs and Contingencies Total Project Value $393,400.00 Budget Amount Wilmot Street Reconstruction, 110-32-330-83373-7401 $410,000.00 Estimated Unexpended Budget $ 16,600.00 Additional Funding Required $0.00 *A detailed Cost Apportionment will be provided to Finance under separate cover. We recommend that the Purchasing Department move forward with award of the contract based on the above apportionments. Should you have any further questions, please feel free to contact the undersigned. Regards, Ron Albright, P. Eng, Manager, Infrastructure and Capital Works RA/sb/dv Attachment fthnoi Street CI-2013-05 3 NAOUSt 19; 2013 Pc: Nancy Taylor, Director of Finance A.S. Cannella, Director of Engineering Services ,fir w RADY D a o 1 ANDREW STREET qN Lu NEWCASTLE S 97L ST o AL w GEORGE ST Wp =GEORGE ST E GEORGE ST E I-- w x O - > RAHAM Cl¢ x a o a � ° WilI otst. J ATLEY C EST KING AVENUE WEST KING AVENUE WEST KING AVENUE EAST KING AVENUE > _ } LILLIAN CRESCENT 0 HARMER DRIVE w _ x _ w EMILY ST Ww DEMILY ST E w F- FOSTER CREEK DRIVE \ c l- v, W > ~ ~ tt — � = w _ N o Z U Fes- W ZO ? o U J -- > ? a g STANFORD m CAROLINE ST W �AROLINE ST - _ w LAKING DRIVE CRESCEN w t cG � U = o° WILMOT STREET RECONSTRUCTION EDWARD STREET EAST Attachment 2 ciff-moon REPORT MEMO PURCHASING SERVICES Date: August 9, 2013 To: Frank Wu, Chief Administrative Officer From: Jerry Barber, Purchasing Services Report#: PS-008-13 File#: CL2013-11 Subject: TENDER CL2013-11, HIGHWAY #2 WATERMAIN & ROAD WIDENING - NEWCASTLE SUMMER RECESS PROCEDURE (PURCHASING BY-LAW 2010-112, S. 67) RECOMMENDATIONS It is respectfully recommended to the Chief Administrative Officer the following: 1. THAT Report PS-008-13 be received; 2. THAT Coco Paving Inc., Bowmanville, Ontario, with a total bid in the amount of $462,880.49 (net of H.S.T. Rebate), being the lowest responsible bidder meeting all terms, conditions and specifications of Tender CL2013-11 be awarded the contract for Highway#2 Watermain and Road Widening (Newcastle), as required by the Municipality of Clarington, Engineering Department; 3. THAT the funds required in the amount of$503,600.00 (which includes $462,880.49 net of HST Rebate for construction, site inspection and material testing) be drawn from the Emergency and Fire Services Department Capital Account: Newcastle Fire Hall Construction - Highway#2 Watermain & Road Widening 110-28-370-82844-7401 (2010) ...................................................$503,600.00 and 4. THAT the actions taken during the summer recess be reported to Council for information. REPORT NO.: PS-008-13 Page 2 Recomme ded b Jerry Manager, Purchasing Services Date Concurrence: vwtlttzl�' Tony Cannella, Director of Engineering Date G rd Weir, Director of Emergency & Date Fire Services y o9 - Za 3 CCe, Nancy Taylor, Director of Finance Date Approved by: Frank Wu, Chief Administrative Officer Date JDB CORPORATION OF THE MUNICIPALITY OF CLARINGTON 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO L1C 3A6 T 905-623-3379 REPORT NO.: PS-008-13 PAGE 3 1. BACKGROUND 1.1 Tender specifications were provided by Engineering Department for the watermain installation and road widening of Highway#2 at the Newcastle Fire Hall #2 Project. 1.2 Tender CL2013-11, Highway #2 Watermain and Road Widening (Newcastle) was advertised in the Daily Commercial News as well as electronically on the Municipality's website and the Ontario Public Buyer's Association website. Subsequently, tenders were received and tabulated as per Attachment 1. 2. ANALYSIS 2.1 A total of two (2) submissions were received in response to the tender call. Both submissions were deemed compliant. 2.2 After further review and analysis of the bids by the Engineering Department and Purchasing, it was mutually agreed that the low bidder, Coco Paving Inc., Bowmanville, Ontario be recommended for the contract for the watermain and road widening of Highway #2 at Newcastle Fire Hall #2. A copy of the recommendation memo from the Engineering Department which includes details of the project is appended as Attachment 2. 2.5 Coco Paving Inc. has provided similar services to the Municipality of Clarington in the past and the level of service has been satisfactory. 2.6 Queries with respect to the department needs, specifications, etc. should be referred to the Director of Engineering. 3. FINANCIAL 3.1 The total project cost of$503,600.00 includes $462,880.49 (net of HST Rebate) for construction, site inspection and material testing. The funding and costs for this project are outlined in the memo from Engineering Services (Attachment 2) and summarized below. 3.2 Funding for this project will be drawn from the following Emergency Services 2010 Capital account: Newcastle Fire Hall #2 - Highway #2 Watermain and Road Widening 110-28-370-82844-7401 (2010) ..........................................................$503,600.00 REPORT NO.: PS-008-13 PAGE 4 4. CONCURRENCE 4.1 This report has been reviewed by Tony Cannella, Director of Engineering Services and Gord Weir, Director of Emergency and Fire Services who concur with the recommendations. 5. CONCLUSION 5.1 To award the contract to Coco Paving Inc., Bowmanville, Ontario for the Highway #2,Watermain and Road Widening project. CONFORMITY WITH STRATEGIC PLAN — The recommendations contained in this report conform to the general intent of the following priorities of the Strategic Plan: Promoting economic development Maintaining financial stability Connecting Clarington Promoting green initiatives x Investing in infrastructure Showcasing our community Not in conformity with Strategic Plan Staff Contact: Jerry Barber, Purchasing Manager Attachments: Attachment 1 — Bid Tabulation Attachment 2- Recommendation Memo from Engineering Services Attachment 1 MUNICIPALITY OF CLARINGTON BID SUMMARY TENDER CL2013-11 HIGHWAY#2 WATERMAIN AND ROAD WIDENING (NEWCASTLE) BIDDER TOTAL BID TOTAL BID (HST (NET OF HST INCLUDED) REBATE) Coco Paving Inc. Bowmanville $514,008.41 $462,880.49 Elirpa Construction & Materials Limited Pickering $542,431.89 $488,476.72 Attachment 2 MEMOJ.r•rrrlin+�rkf 1k'ary �� TO: ,Jerry Barber, Purchasing Manager FRO.tvl: Ron Albright, Manager, Infrastructure and Capital Works DATE: August 9, 20'13 RE: Newcastle Fire Hall, Hwy. 2 Road Widening and Watermain Extension, C L2d13-11 The Engineering Services Department has revie.ved the submissions for CI-2013-11 and offers the folliDINing comme7ts. As part of the development of the fire hall site in Nev,castle at 3333 Hwy. 2 the Region of Durham required turning lane improvements be made including a west bound left turn lane (slip around)and an eastbound right turn lane into the site. Additionally as part of the road works the shoulders will be paved in order to fit into the Region of Durham's approved Cycling Route along Hwy. 2. Afso required as part of the servicing of the site is the extension a 1�-0 mm dia. Watermain from the existing terminus east of the site across a portion of the fire hall site. Based on references checked, our past experience and ongoing v ork with this contractor, tare recommend award of the contract to Coco Paving Inc.. in the amount of $114,008.41, inclusive of HST, Dr S,462,880.49, net of HST rebate. As there is already a large contingence being carried on the overall fire hall project one has not been added specifically for the road widening and vvatermain --,vorks_ Design and tender preparation was completed by Engineering Services therefore there are no fees associated with this work but site inspection and material testing will be required from an outside source with Engineering Services overseeing the contract administration_ Including net HST costs, inspection and materials testing, the Engineering Department advises of the following total project cost breakdovm. Funding for the project will come from the Newcastle Fire Hall account. Newcastle Fire Hall, Hwy. 2 Road Widening and Watermain Extension, CL2013A 1 2 August 9, 2013 Construction (net of HST) $462,880.49 Based on Low Bid Inspection and Material Testing net of HST $40,719.51 Total Project Value $503,600.00 Budget Amount Newcastle Fire Hall Construction Account 110-28-370-82844-7401 $503,600.00 Estimated Unexpended Budget $0.00 Additional Funding Required $0.00 We recommend that the Purchasing Department move forward with award of the contract based on the above apportionments. Should you have any further questions, please feel free to contact the undersigned. Regards, _ L- Ron Albright, P. Eng. Manager, Infrastructure and Capital Works RA/sb/bc Attachment Pc: Nancy Taylor, Director of Finance A.S. Cannella, Director of Engineering Services Gard Weir, Director of Emergency Services .._. _.. N ' W A N i W Attachment 3 ciff-M4011 REPORT MEMO PURCHASING SERVICES Date: August 12, 2013 To: Frank Wu, Chief Administrative Officer From:. Jerry Barber, Purchasing Services Report#: PS-009-13 File#: CL2013-15 Subject: TENDER CL2013-15, TRULLS ROAD RECONSTRUCTION SUMMER RECESS PROCEDURE (PURCHASING BY-LAW 2010-112, S. 67) RECOMMENDATIONS It is respectfully recommended to the Chief Administrative Officer the following: 1. THAT Report PS-009-13 be received; 2. THAT Coco Paving Inc., Bowmanville, Ontario, with a total bid in the amount of $1,382,633.08 (net of H.S.T. Rebate), being the lowest responsible bidder meeting all terms, conditions and specifications of Tender.CL2013-15 be awarded the contract for Trulls Road Reconstruction, as required by the Municipality of Clarington, Engineering Department; 3. THAT the funds required in the amount of$1,715,387.27 (which includes $1,382,633.08 net of HST Rebate for construction, tendering, design, contract administration, other costs and contingencies) be drawn from the following accounts: Trulls Road Reconstruction 110-32-330-83410-7401......................................................................$861,500.00 Trulls Road Sidewalk 110-32-331-83300-7401.........................................................:............$145,200.00 Pavement Rehabilitation 110-32-330-83212-7401 (2013) ........................................................... $30,560.05 110-32-330-83212-7401 (2012 UECF)................................................$320,862.90 110-32-330-83212-7401 (2011 UECF)................................................$225,877.05 Trulls Road Ditching 100-36-380-10240-7112....................................................................... $92,000.00 REPORT NO.: PS-009-13 Page 2 Funding From Adjacent Developers .................................................... $39,287.27 Total Funding Available....................................................................$1,715,287.27 4. THAT the actions taken during the summer recess be reported to Council for information. Recommended by: Jerry B "anager, Purchasing Services /bate Concurrence: Tony Cannella, Director of Engineering bate ka- (9013 Nanc—yTbylor, Director of Finance Date Approved by Frank Wu, Chief Administrative Officer Date JDB CORPORATION OF THE MUNICIPALITY OF CLARINGTON 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO LIC 3A6 T 905-623-3379 REPORT NO.: PS-009-13 PAGE 3 1. BACKGROUND 1.1 Tender specifications were provided by AECOM for the Trulls Road Reconstruction Project. 1.2 Tender CL2013-15, Trulls Road Reconstruction was advertised in the Daily Commercial News as well as electronically on the Municipality's website and the Ontario Public Buyer's Association website. Subsequently, tenders were received and tabulated as per Attachment 1, 2. ANALYSIS 2.1 A total of three (3) submissions were received in response to the tender call. All submissions were deemed compliant. 2.2 After further review and analysis of the bids by AEC.OM, the Engineering Department and Purchasing, it was mutually agreed that the low bidder, Coco Paving Inc., 13owmanville, Ontario be recommended for the contract for the Trulls Road Reconstruction project. A copy of the recommendation memo from the Engineering Department providing a summary of work of this project is appended as Attachment 2. 2.5 Coco Paving Inc. has provided similar services to the Municipality of Clarington in the past and the level of service has been satisfactory. 2.6 Queries with respect to the department needs, specifications, etc. should be referred to the Director of Engineering. 3. FINANCIAL 3.1 The total project cost of$1,715,387.27 includes $1,382,633.08 (net of HST Rebate) for construction, tendering, design, contract administration, other costs and contingencies. The funding and costs for this project are outlined in the memo from Engineering Services (Attachment 2) and summarized below. 3.2 Funding for this project will be drawn from the following accounts; Trulls Road Reconstruction 110-32-330-83410-7401 ................. ...................................................$861,500.00 Trulls Road Sidewalk 110-32-331-83300-7401 .....................................................................$145,200.00 Pavement Rehabilitation 110-32-330-83212-7401 (2013) ............................................................$30,560.05 110-32-330-83212-7401 (2012 UECF) ...............................................$320,862.90 REPORT NO.: PS-009-13 PAGE 4 110-32-330-83212-7401 (2011 UECF) ...............................................$225,877.05 Trulls Road Ditching 100-36-380-10240 77112 .......................................................................$92,000.00 Funding From Adjacent Developers .....................................................$39,287.27 Total Funding Available.......... . .................................................... .$1,715,287.27 4. CONCURRENCE 4.1 This report has been reviewed by Tony Cannella, Director of Engineering Services who concurs with the recommendations. 5. CONCLUSION 5.1 To award the contract to Coco Paving Inc., Bowmanville, Ontario for the Trulls Road Reconstruction, CONFORMITY WITH STRATEGIC PLAN — The recommendations contained in this report conform to the general intent of the following priorities of the Strategic Plan: Promoting economic development Maintaining financial stability Connecting Clarington Promoting green initiatives x Investing in infrastructure Showcasing our community Not in conformity with Strategic Plan Staff Contact: Jerry Barber, Purchasing Manager Attachments: Attachment 1 — Bid Tabulation Attachment 2- Recommendation Memo from Engineering Services Attachment 1 MUNICIPALITY OF CLARINGTON BID SUMMARY TENDER CL2013-15 TRULLS ROAD RECONSTRUCTION BIDDER TOTAL BID TOTAL BID HST INCLUDED NET OF HST REBATE Coco Paving Inc. Bowmanville, ON $1,535,353.15 $1,382,633.08 Dig-Con International Ltd. Bolton, ON $1,962,325.28 $1,778,328.30 Elirpa Construction & Materials Ltd, Pickering, ON $2,032,845.82 $1,830,640.62 I Attachment 2 lr, r Lrud � A4 5f'ny MEMO TO: Jerry Barber, Purchasing Manager FROM: Ron Albright, Manager, Infrastructure and Capital Works DATE: August 8, 2013 RE: Trulls Road Reoonstruotlon, Pavement Rehabliltation and Sidewalk Construotton, CL2013-15 The Engineering Services Department has reviewed the submissions for CL2013-15 and offers the following comments, The project includes a variety of works along the length of Trulls Road from Nash Road to Pebbleston Road, The following provides a summary of the various works for the different sections of Trulls Road: From To Soo e _ Nash �Qad George Reynolds Sidewalk East Side Drive George Reynolds Billet Cate Full Reconstruction to urban [)rive Standard Billet Gate Pebblestone Road Pavement Rehabilitation Incl. Dltchin Considering some ditching improvements the Operations Department had planned on Trulls Road north of Billet Gate and the existing condition of Trulls Road in this location the Engineering Services Department evaluated their Pavement Rehabilitation Program and determined that this section of.road would be a good candidate for rehabilitation and that good value could be gained by grouping It with the Trulls.Road Deconstruction project, Based on the anticipated long time frame for development in this area, which would require additional servicing and urbanization of Trulls Road, it was felt that the rehabilitation of Trulls Road was the best option to deal with the current condition.- As Trulls Road is identified as a bike route In the Region of Durham's Cycling Plan the rehabilitation will Incorporate paved shoulders to allow for marked bike lanes. Bike lanes will also be provided on the urbanized section of the road, I ruk;Road Reconstwt.,loo, Nverriernt Rehabilitation and Sidewalk Canstruci on, =G'13.15 2 Atic4ust 8, 2013 As additional sidewalks were also being planned south of the reconstruction work it was added to this contract to minimize conflicts between different contractors and to make coordination of the various works easier. In addition to the planned municipal infrastructure associated with the reconstruction works staff have coordinated servicing needs for adjacent development of severance lots and the needs of the proposed subdivision on the west side of Trulls Road at the location of the future Adelaide,Avenue extension. Funding for the severance lots was previously collected as part of the land division process and funds for the future subdivision needs will be collected directly from the developer by means of payment up front prior to the work being started. Payment for the work at 3301 Trulls Road will also be paid up front from the land owner. A summary for bath of the required payments from private Individuals is also attached for your reference. Based on references checked, our past experience and ongoing work with this contractor, we recommend award of the contract to Coco Paving Inc, in the amount of $1,635,363,16, inclusive of HST, or$1,382,633.08, net of HST rebate, Due to past experiences on similar projects, a contingency amount of 9% is carried forward. Therefore, including design and tender fees, contract administration fees, net HST costs, other costs such as geotechnical Investigation, permits, and contingencies, the Engineering Department advises of the following total project cost.breakdown, Funding for the project will 'come from the pavement Rehabilitation Program account Including the current funding year and unexpended funds from previous years, as shown in the table below. Construction (net of HST) $1,382,633.08 ; Based on Low Rid Design, Tendering and Contract332,R5�i,19 Administration (net of HST), ether Costs and Contingencies Total Project Value $1,716,287.27 Budget Amount Trulls Road Reconstruction, 110.32.330-83410.7401 $861,500.00 Trulls Load Sidewalk, 110-32-33.1-83300-7401 $145,200.00 Pavement Rehabilitation, 110-32=330-83212-7401 (2013) . $30,580,05 110-32-330-83212-740'1 (2012 UECF) $324,862.90 110-32-330-83212-7401 (2011 UECF) $225,877.05 Trulls Road Ditching, 100-30,380-10240-7112 $92,400,00 l Trulls Road Reconstruction, Pavement Rehabilitation wid Sidewalk Conshic,tion, CL2013-15 3 Atipcil 9, 2013 Funding from Adjacent Developers, $39,287.27 ($5,823.40 Severance Lots (previously collected) + $28,443,03 Mallory Sub, (Excl, HST) + $5,820,84 for House#8301 Trulls Road Servicing(Excl, HST) Estimated unexpended Budget $0,00 Additional Funding Required $0,00 *A detailed Cost Apportionment will be provided to Finance under separate cover, We recommend the report to Council move forward based on the above apportionments. Should you have any further questions, please feel free to contact the undersigned. Regards, Ran Albright, P. Eng, Manager, Infrastructure and Capital Works RAisbldv Attachment Pc; Nancy Taylor, Director of Finance A.S, Cannella, Director of Engineering Services Trulls Road Reconsltu;tion, Pavement Rehabilitation anti Sidewalk Construction, CL1D13-15 4 AtiyuSt 8, 1013 AN Pebblaa#one Road 6; Sherry Lat)o'N - r � r, M • � r Ir . DITCHING. r IMPROVEMENTS V K M (WEST SIDE)AND ROAD REHAWLITATION �r 1• 1! � `r p RECONSTRUCTION j 1 a [n m 1 1 =� !Ge rya eynolds Drive 0 H MI r w SIDEWALK .' CONSTRUCTION 1^ (EAST SIDE) `1 1 fVasl7 Road � - Attachment 4 Ciff K MgOR � EPORT MEMO PURCHASING I Date: August 16, 2013 To: Frank Wu, Chief Administrative Officer From: Jerry Barber, Purchasing Services Report#: PS-015-13 File#: CL2013-16 Subject: TENDER CL2013-16, CONSTRUCTION OF ARTIFICIAL TURF SPORTS FIELD SUMMER RECESS PROCEDURE (PURCHASING BY-LAW 2010-112, S. 67) RECOMMENDATIONS: It is respectfully recommended to the Chief Administrative Officer the following.: 1. THAT Report PS-015-13 be received; 2. THAT Worldwide Turf Inc, Barrie, Ontario, with a total bid in the amount of $1,167,591.19 (net of H.S.T. Rebate), being the lowest responsible bidder meeting all terms, conditions and specifications of Tender CL2013-16 be awarded the contract for the Construction Of Artificial Turf Sports Field as required by the Municipality of Clarington, Engineering Department; and 3. THAT the funds required in the amount of $1,440,840.00 (which includes $1,167,591.19 net of HST Rebate for construction, tendering, design, contract administration, other costs and contingencies) be drawn from the following account: South Courtice Arena Artificial Turf Sports Field 110-32-325-83405-7401 (2013) .......................................................$1,440,840.00 4. THAT the actions taken during the summer recess be reported to Council for information. REPORT NO.: PS-015-13 PAGE 2 Recommend,ed b : Jerry - -ber, Manager, Purchasing Services D-to Concurrence: 3 C)// Tony Cannella, Director of Engineering Date Reviewed by: Nancy aylor, B.B.A., C.P.A., C.A., D to Director of Finance Approved bV: 4( lz� s Frank Wu, Chief Administrative Officer Date JDB CORPORATION OF THE MUNICIPALITY OF CLARINGTON 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO L1 C 3A6 T 905-623-3379 REPORT NO.: PS-015-13 PAGE 3 1.0 BACKGROUND 1.1 Tender specifications were provided by the AECOM Canada for the South Courtice Arena Artificial Turf Sports Field Construction project. 1.2 The project pricing was prepared on the basis of construction of an artificial turf sports field including an extension to the existing parking lot. The parking lot was included as a provisional item in the event funding was not available. In addition, pricing was provided for additional warranty insurance on the turf. 1.3 Bidders were invited from the list of pre-qualified contractors and Tender CL2013-19, Construction of an Artificial Turf Sports Field was advertised in the Daily Commercial News as well as electronically on the Municipality's website and the Ontario Public Buyer's Association website for the benefit of sub-trades. Subsequently, tenders were received and tabulated as per Attachment 1. 2.0 ANALYSIS 2.1 A total of seven (7) submissions were received in response to the tender call. Six (6) bids were deemed compliant and one was rejected for failure to provide the required bid bond. 2.2 On review of the bids it was determined that the budget was insufficient to allow the inclusion of the parking lot and the warranty insurance. When evaluating the bids the deletion of the provisional item prices was considered in arriving at the low responsible bidder. The adjusted bid amounts are noted on Attachment 1. 2.3 After further review and analysis of the bids by AECOM Canada, the Engineering Department and Purchasing, it was mutually agreed that the low bidder, Worldwide Turf Inc., Barrie, Ontario be,recommended for the contract for the South Courtice Arena Artificial Turf Sports Field Construction project. A copy of the recommendation memo from the Engineering Department summarizing the work of the project and costs is appended as Attachment 2. 2.4 Worldwide Turf Inc. has not completed any project for the Municipality of Clarington in the past; however, a review of references confirmed that they have completed similar projects for numerous agencies and the level of service and quality has been satisfactory. 2.5 With regard to the parking lot, the Engineering Department will request funding to complete the parking lot in a future report to Council or in the 2014 budget. 2.6 Queries with respect to the department needs, specifications, etc. should be referred to the Director of Engineering. 3.0 FINANCIAL DETAILS 3.1 The total project cost of$1,440,840.00 includes $1,167,591.19 (net of HST Rebate) for construction, tendering, design, contract administration, other costs REPORT NO.: PS-015-13 PAGE 4 and contingencies. The funding and costs for this project are outlined in the memo from Engineering Services (Attachment 2). 3.2 Funding for this project will be drawn from the following account: South Courtice Arena Artificial Turf Sports Field 110-32-325-83405-7401 (2013) .......................................................$1,440,840.00 4.0 CONCURRENCE 4.1 This report has been reviewed by Tony Cannella, Director of Engineering Services who concurs with the recommendations. 5.0 CONCLUSION 5.1 To award the contract to Worldwide Turf Inc., Barrie, Ontario for the construction of the South Courtice Arena Artificial Turf Sports Field. CONFORMITY WITH STRATEGIC PLAN — The recommendations contained in this report conform to the general intent of the following priorities of the Strategic Plan: Promoting economic development Maintaining financial stability Connecting Ciarington Promoting green initiatives x Investing in infrastructure Showcasing our community Not in conformity with Strategic Plan Staff Contact: Jerry Barber, Purchasing Manager Attachments: Attachment 1 — Bid Tabulation Attachment 2- Recommendation Memo from Engineering Services Attachment 1 MUNICIPALITY OF CLARINGTON BID SUMMARY TENDER CL2013-16 SOUTH COURTICE ARENA ARTIFICIAL TURF SPORTS FIELD BIDDER TOTAL BID Total Bid TOTAL REVISED TOTAL REVISED FF (HST Incl.) (Net of HST BID EXCLUDING BID EXCLUDING Rebate) PROVISIONAL PROVISIONAL ITEMS ITEMS (HST Incl) (Net of HST Rebate) WorldWide Turf Inc. Barrie, ON $1,486,363.58 $1,338,516.44 $1,296,558.61 $1,167,591.19 Gateman-Milloy Inc. Kitchener, ON $1,557,310.19* $1,402,406.32* $1,420,952.78* $1,279,611.99` Rutherford Contracting Ltd. Aurora, ON $1,559,849.63* $1,404,692.90* $1,369,658.59* $1,233,419.99* Hawkins Contracting Services Limited Stouffville, ON $1,596,612.89 $1,437,799.36 $1,428,644.43 $1,286,538.56 DOI Turf Restoration Ltd. Bond Head, ON $1,708,557.01 $1,538,608.50 $1,5626,5365 $1,407,218.02 Wilco Civil Inc. Oakville, ON $1,942,44170* $1,684,102.56* $1,672,592.10* $1,506,220.99* Davan Group Inc. Puslinch, ON REJECTED REJECTED REJECTED REJECTED *Adjusted for Arithmetic errors Attachment 2 MEMOI ending the Way TO: Jerry Barber, Purchasing Manager FROM: Peter Windolf, Park Development Manager DATE: August 29, 2013 SUBJECT: South Courtice Artificial Turf Field Construction Tender CL2013-16 I have reviewed the low bid by WorldWide Turf Inc. and offer the following comments: In 2013 Council approved $1,500,000 for the construction of South Courtice Artificial Turf Field and Parking Lot Expansion. WorldWide Turf of-Barrie Ontario was one of 8 companies pre-qualified to bid on the project based on their abundant experience and good references on similar projects. The project tender also included provisional items to expand the existing parking lot and provide an insured warranty on the turf. Since the provisional items would put the project over budget I recommend that we do not include them in the contract award. RK and Associates, our artificial turf consultant, has advised me that the insured warranty is not required for the type of turf that will be used by the low bidder. Funding to complete the parking lot expansion will be requested in a future report to Council or in the 2014 budget. I recommend award of.the contract in the amount of$1,147,397 for the project. . A contingency allowance of 10% including net HST rebate is carried forward. The Engineering Services Department advises the following breakdown for the above referenced project: Project Breakdown Total Project Value $1,147,397 contract award $ 114,739 contingency allowance $ 153,784 design and contract admin. 24,92 net HST $1,440,840 2013 Approved Budget Amount- South Courtice Artificial Turf Field and $1,500,000 Parking Lot Expansion 110 32 325 83405.7401 Budget over(under) ($59,160) Sau`r.17 Courtice Artificial `1 utf Field and Parking Lot Expansiot'7 CL2013-16 2 Should you have any questions, please feel free to contact me. Regards, Peter Windolf, OALA, CSLA Manager Park Development Attachment Cc Nancy Taylor, Director of Finance Tony Cannella, Director of Engineering CORPORATION OF THE MUNICIPALITY OF CLARINGTON 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO L1C 3A6 T(905)623-3379 Attachment 2 4 . ,E $ QE'NELLCRUCENT 6LOOR6TREET 1k icoaa K Wt�EEIEttAYFhvE O6W91nrtEEOENI 0 Ar MOMACMJE AVENIE bVJ10AT6 CitE6CrM J1� ' �ll 6WMIl AVFMF ."T90 Will IBM 1� i. AYEIHIE 6011(HFIEthAVENUE 4�'U 1111 If i SOUTH COURTICE l - ARENA :EVCnErcENr ARTIFICIAL.SOCCER TURF IMP Chr60Exi 5�'�t1 �� I \tit `'CO UR TICE �� Attachment 5 clevifloon REPORT MEMO PURCHASING SERVICES Date: July 25, 2013 To: Frank Wu, Chief Administrative Officer From: Jerry Barber, Purchasing Services Report#: PS-005-13 File#: CL2013-17 Subject: TENDER CL2013-17, CONSTRUCTION OF LONGWORTH PARK — PHASE 2 SUMMER RECESS PROCEDURE (PURCHASING BY-LAW 2010-112, S. 67) RECOMMENDATIONS It is respectfully recommended to the Chief Administrative Officer the following:. 1. THAT Report PS-005-13 be received; 2. THAT Ottavio Ciccarelli & Son Contracting Ltd., Ancaster, Ontario, with a total bid in the amount of$415,008.88 (net of H.S.T. Rebate), being the lowest responsible bidder meeting all terms, conditions and specifications of Tender CL2013-17 be awarded the contract for Construction of Longworth Park, Phase 2, as required'by the Municipality of Clarington, Engineering Department; 3. THAT the funds required in the amount of$450,000.00 (which includes $415,008.88 net of'HST Rebate for construction, tendering, design, contract administration, material testing, contingencies) be drawn from the Engineering Department Capital Account: Longworth Park Construction 110-32=325-83231-7401 (2013) ...................................................$450,000.00 and 4. THAT the actions taken during the summer recess be reported to Council for information. REPORT NO.: PS-005-13 Page 2 Recommef e ;b 1 Jerry Bear er, Manager, Purchasing Services j Da e Concurrence: Z-0/3 / ` T n Cann �{a Dire tr of Engineering Date) Y. :� d � g g . � ( J' 2� Nancy Tay r, Direck of Finance I Date Approved by: Frank Wu, Chief Administrative Officer Date JDB CORPORATION OF THE MUNICIPALITY OF CLARINGTON 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO L1C 3A6 T 905-623-3379 REPORT NO.: PS-005-13 PAGE 3 1. BACKGROUND 1.1 Tender specifications were provided by Henry Kortekass & Associates, Pickering, for the Construction of Longworth Park— Phase 2 Project 1.2 Tender CL2013-17, Longworth Park — Phase 2 Project was advertised in the Daily Commercial News as well as electronically on the Municipality's website and the Ontario Public Buyer's Association website. Subsequently, tenders were received and tabulated as per Attachment 1. 2. ANALYSIS 2.1 A total of five (5) submissions were received in response to the tender call. Four submissions were deemed compliant and one submission was rejected for failing to meet the deposit requirements. 2.2 Bids submitted included several provisional items for consideration, budget permitting. However, on evaluation all bids exceeded the budget by a significant amount. 2.3 In order to bring the project within budget the bids were adjusted by deleting all provisional items and making minor adjustments in some line items to bring the project within budget. 2.4 After further review and analysis of the revised bids by the Engineering Department and Purchasing, it was mutually agreed that the low bidder, Ottavio Ciccarelli & Son Contracting Ltd., Ancaster, Ontario be recommended for the contract for the Construction of Longworth Park— Phase 2 Project. A copy of the recommendation memo from the Department of Engineering is appended as Attachment 2. 2.5 Ottavio Ciccarelli & Son Contracting Ltd. has not provided similar services to the Municipality of Clarington in the past; however, a check of their references indicates that they have completed similar projects for other municipalities to their satisfaction. 2.6 Queries with respect to the department needs, specifications., etc. should be referred to the Director of Engineering. 3. FINANCIAL 3.1 The total project cost of $450,00.00 includes $415,008.88 (net of HST Rebate) for construction,,tendering, design, contract administration, material testing and contingencies. The funding and costs for this project are outlined in the memo from Engineering Services (Attachment 2). REPORT NO.: PS-005-13 PAGE 4 3.2 Funding for this project will be drawn from the following Engineering 2013 Capital account: Longworth Park Construction 110-32-325-83231-7401 (2013) ..........................................................$450,000.00 4. CONCURRENCE 4.1 This report has been reviewed by Ron Albright, Infrastructure and Capital Works Manager on behalf of Tony Cannella, Director of Engineering Services who concurs with the recommendations. 5. CONCLUSION 5.1 To award the contract to Ottavio Ciccarelli & Sons Contracting Ltd., Ancaster, Ontario for the Construction of Longworth Park — Phase 2 Project. CONFORMITY WITH STRATEGIC PLAN — The recommendations contained in this report conform to the general intent of the following priorities of the Strategic Plan: Promoting economic development Maintaining financial stability Connecting Clarington Promoting green initiatives x Investing in infrastructure Showcasing our community Not in conformity with Strategic Plan Staff Contact: Jerry Barber, Purchasing Manager Attachments: Attachment 1 — Bid Tabulation Attachment 2- Recommendation Memo from Engineering Services Attachment 1 MUNICIPALITY OF CLARINGTON DID SUMMARY TENDER CL2013-17 CONSTRUCTION OF LONGWORTH PARK(— PHASE 2 BIDDER TOTAL BID TOTAL BID TOTAL (HST (NET OF REVISED INCLUDED) HST BID REBATE) (NET OF HST REBATE) Ottavio Ciccerel_li & Son Contracting Ltd. Ancaster, ON $ 532,110.51* $479,182.00* $415,008.88* Hawkins Contracting Services Limited Stouffville, ON $ 582,419.92 $524,487.17 $445,203.91 Royal Crest Paving & Contracting Ltd. Toronto, ON $ 607,275.67* $547,466.05* $473,771.56* Cedar Spring Landscape Group Ltd. Ancaster, ON $ 625,671.33 $587,750.75 $482,775.39 Mopal Construction Limited Gormley, ON (REJECTED) (REJECTED) (REJECTED) *Bid corrected for minor arithmetic errors Attachment 2 M Emmm M 0 I.eadirtg t3ze Way TO: Jerry Barber, Purcha sing,Manager FROM: Peter Windolf, Park Development Manager DATE: July 25, 2013 SUBJECT: Longworth Park Construction Tender CL2013-17 I have reviewed the low bid by Ottavlo Ciccareili & Son Contracting Ltd. and offer the following comments: In 2013 Council approved $450,000 for the construction of Longworth Park, Ottavio Ciccarelli & Son Contracting Ltd. has never worked for the Municipality. Subject to review of their references, 1 recommend award of the contract in the amount of$407,831 for the park development project. A contingency allowance of 4% including net HST rebate is carried forward. Construction inspection and contract administration will be done by municipal staff. The Engineering Services Department advises the following breakdown for the above referenced project: Project Breakdown Total Project Value $407,831 contract award $17,845 contingency allowance $16,850 survey, design and printing 7474 net HST $450,000 2013 Approved Budget Amount- Longworth Park Construction $450,000 110 32 325 83231 7401 Budget over(under) 0 Longworth Parr Construction CL2013-97 2 Should you have any questions, please feel free to contact me. Regards, Peter Windolf, GALA, b SLA Manager Park Development Attachment Cc Nancy Taylor, Director of Finance Tony Cannella,, Director of Engineering Attachment 6 REPORT MEMO Leading the Way PURCHASING SERVICES Date: August 16, 2013 To: Frank Wu, Chief Administrative Officer From: Jerry Barber, Purchasing Services Report#: PS-011-13 File#: CL2013-19 Subject: TENDER CL2013-19, TOOLEY'S MILL PARK SUMMER RECESS PROCEDURE (PURCHASING BY-LAW 2010-112, S. 67) RECOMMENDATIONS It is respectfully recommended to the Chief Administrative Officer the following: 1. THAT Report PS-011-13 be received; 2. THAT Royalcrest Paving and Contracting Ltd, Toronto, Ontario, with a total bid in the amount of$290,618.52 (net of H.S.T. Rebate), being the lowest responsible bidder meeting all terms, conditions and specifications of Tender CL2013-19 be awarded the contract for Tooley's Mill Park as required by the Municipality of Clarington, Engineering Department; 3. THAT the funds required in the amount of$337,970.00 (which includes $290,618.52 net of HST Rebate for construction, tendering, design, contract administration, other costs and contingencies) be drawn from the following account: Tooley's Mill Park Construction 110-32-325-83404-7401 (2013)..........................................................$337,970.00 4. THAT the actions taken during the summer recess be reported to Council for information. REPORT NO.: PS-011-13 PAGE 2 Recommended b Jerry Bar der, Purchasing Services Date Concurrence: r Tony Cannella, Director of Engineering Date G Nancy Taylor, Director of Finance Date Approved by: Frank Wu, Chief Administrative Officer 1 Date JDB REPORT NO.: PS-011-13 PAGE 3 BACKGROUND 1.1 Tender specifications were provided by the JVF Consultants Inc. for the Tooley's Mill Park Construction project. 1.2 The project pricing was prepared on the basis of minimum requirements for the project with provision being made for provisional items to enhance the project if funding was available. Provisional items included metal entry signage, masonry piers, a sitting wall and a metal pergola. 1.3 Tender CL2013-19, Tooley's Mill Park Construction was advertised in the Daily Commercial News as well as electronically on the Municipality's website and the Ontario Public Buyer's Association website. Subsequently, tenders were received and tabulated as per Attachment 1. 1. ANALYSIS 2.1 A total of six (6) submissions were received in response to the tender call. All submissions were deemed compliant. 2.2 On review of the bids it was determined that the budget was sufficient to allow the addition of the entry signage and the masonry piers and an increase in the number of armour stone benches to be installed. The provisional sitting wall and pergola were in excess of the budgeted amount and were not considered. When evaluating the bids the provisional item prices and the price increase for the increased number of armour stone benches applicable to all bidders were considered in arriving at the low responsible bidder. 2.2 After further review and analysis of the bids by the Engineering Department and Purchasing, it.was mutually agreed that the low bidder, Royalcrest Paving and Construction Ltd., Toronto, Ontario be recommended for the contract for the Tooley's Mill Park Construction project. A copy of the recommendation memo from the Engineering Department summarizing the work of the project and costs is appended as Attachment 2. 2.5 Royalcrest Paving and Construction Ltd. has provided similar services to the Municipality of Clarington; in the past, the level of service and quality has been satisfactory. 2.6 Queries with respect to the department needs, specifications, etc. should be referred to the Director of Engineering. 3. FINANCIAL 3.1 The total project cost of$337,970.00 includes $290,618.52 (net of HST Rebate) for construction, tendering, design, contract administration, other costs and REPORT NO.: PS-011-13 PAGE 4 contingencies. The funding and costs for this project are outlined in the memo from Engineering Services (Attachment 2). 3.2 Funding for this project will be drawn from the following account: Tooley's Mill Park Construction 110-32-325-83404-7401 (2013) ..........................................................$337,970.00 4. CONCURRENCE 4.1 This report has been reviewed by Tony Cannella, Director of Engineering Services who concurs with the recommendations. 5. CONCLUSION 5.1 To award the contract to Royalcrest Paving and Construction Ltd., Toronto, Ontario for the Tooley's Mill Park Construction project. CONFORMITY WITH STRATEGIC PLAN — The recommendations contained in this report conform to the general intent of the following priorities of the Strategic Plan: Promoting economic,development Maintaining financial stability Connecting Clarington Promoting green initiatives x Investing in infrastructure Showcasing our community Not in conformity with Strategic Plan Staff Contact: Jerry Barber, Purchasing Manager Attachments: Attachment 1 — Bid Tabulation Attachment 2- Recommendation Memo from Engineering Services Attachment 1 MUNICIPALITY OF CLARINGTON BID SUMMARY TENDER CL2013-19 TOOLEY'S MILL PARK CONSTRUCTION BIDDER TOTAL BID TOTAL REVISED BID TOTAL REVISED BID (HST Incl.) INCLUDING PROVISIONAL INCLUDING PROVISIONAL ITEMS 1 & 2 ITEMS 1 & 2 (HST Incl) (Net of HST Rebate) Royalcrest Paving & Construction Ltd. $290,618.52 Toronto, ON $300 610.62 $322,719.07 Mopal Construction Ltd. $303,992.60 Gormley, ON $349,680.76 $314,898.36 Hawkins Contracting Services Limited $317,427.62 $347,572.63 Stouffville, ON $312,999.92 GMP Contracting Toronto, ON $333,489.20 $366,500.91 $330,045.42 Aloia Bros. Concrete Contractors Ltd. $340,846.91 Toronto, ON $389,102.78 $350,400.01 L ings Landscape Group Ltd. $429,488.99 ON $464,744.99 $418,517.26 ted for Arithmetic errors Attachment 2 ta-dingalleiva W�_- M MEN t: M: 0 'TO: Jerre Barber, Purchasing Manager FROM Peter'Nindoirr, Fart Development RATE, August 13, 2013 9 BJE T: Tooleys Mill Farb Constructions Tender LM34% 11avQ,rovio%Nrod PIhe 9ovi hick by Roya[Gre t Paving Find (.G,o Mi',nctir,g L. d,-e0 offer(he t��lle��b�lia comments, In X013 CraurocH appi'i ved $340,0-00 For the Ganstruotion of Tooleyr's Mill Park. Rrpr{.cicre #, IPe' Iml�j and t ritrautinr P , has successfta�y cnrnplefed. maw.iy prjocts for th i. . i Uri!r:ir? in the past, ondkidin j the 2,012 c3 nsiructIon-ar Rosmoveli Park parking I0 I recom-men ri vward of the. ewir�Ge In the amoml of$285,592 for the perk development; A (-eri IIngency dIa- once d 90-Ki including, n,et HST re-bate is carried fairy+card, Construction in„peclirri and cnntmuk edmInP-4traiGn %41 bG done by rni nicipaa tO. Tha.Enr ineerin�� G r if.en Departm tint.advises I lie 6o l IT),,vi ng breakdvwn For the above refere nce ci project Prefect 13,reakdovken Total RTe,IeGt VAIue 285,592 contract award ��,����? GGrtilr�eriG�eI1Gt� �o`,G 0,82,0 survey, design and printing 5845 net HST 2013 .Appro red Budoo`.A'rncauntt- Ton,coy,r'5 Mill Park Construction $340,1000 1115 32 325 83404 7 401 Budget tr'u'er(under) se feel-Iree ki, contact me. d yn- j hj ve. g ny q uestlo;n 9, ptem R-9 -,g r ds, Peter OALA, ICISLA 110mager 'park Devdoprnent AllInthment Ca 14, o.nr,.y Toy'lor, Direcktr of Rn 2nce 'Tony Cannella, Diraintur -of Engineuring, Tooley's Mill Park CL2013-19 3 1 1 TE , ul HI AY 401 LAKE ONTARIO Attachment 7 REPORT MEMO Leadi�ag the Way PURCHASING SERVICES Date: August 13, 2013 To: Frank Wu, Chief Administrative Officer From: Jerry Barber, Purchasing Services Report#: PS-010-13 File#: CL2013-22 Subject: TENDER CL2013-22, 2013 SIDEWALK REPLACEMENT & NEW CONSTRUCTION SUMMER RECESS PROCEDURE (PURCHASING BY-LAW 2010-112, S. 67) RECOMMENDATIONS It is respectfully recommended to the Chief Administrative Officer the following: 1. THAT Report PS-010-13 be received; 2. THAT Bennington Construction Ltd., Stouffville, Ontario, with a total bid in the amount of $385,957.26 (net of H.S.T. Rebate), being the lowest responsible bidder meeting all terms, conditions and specifications of Tender CL2013-22 be awarded the contract for 2013 Sidewalk Replacement & New Construction as required by the Municipality of Clarington, Engineering Department; 3. THAT the funds required in the amount of $442,968.00 (which includes $385,957.26 net of HST Rebate for construction, tendering, design, contract administration, other costs and contingencies) be drawn from the following accounts: Sidewalk Replacement 110-32-331-83215-7401 (2013)..........................................................$118,900.90 110-32-331-83215-7401 (2012 UECF) .................................................$18,593.96 110-32-331-83215-7401 (2011 UECF) .................................................$80,234.02 110-32-331-83215-7401 (2009 UECF ..................................................$40,071.12 Samuel Wilmot Nature Area Trail Improvement 110-32-325-83227-7401 .........................................................................$9,700.00 Transit Bike Racks & Shelters 110-32-325-83377-7401 .......................................................................$21,568.00 REPORT NO.: PS-010-13 PAGE 2 Baseline Road Sidewalks (DC Item #4 — 2010) 110-32-331-83341-7401 .......................................................................$42,400.00 Courtice Road Sidewalks (DC Item #82, 2010) 110-32-331-83345-7401 ......................................................................$40,900.00 Courtice West Park Trail 110-36-325-83689-7401 .......................................................................$40,000.00 Durham Transit Bus Stops 100-xx-xxx-xxxxx-1010 ........................................................................$30,600.00 Total Funding Available........................................................................$442,968.00 4. THAT the actions taken during the summer recess be reported to Council for information. Recommended b 6' r Jer er, Manager, Purchasing Services Date Concurrence: Tony Cannella, Director of Engineering Da e ,Nancy aylor, Director of Finance date Approved by: Frank Wu, Chief Administrative Officer Date JDB REPORT NO.: PS-010-13 PAGE 3 1. BACKGROUND 1.1 Tender specifications were provided by the Engineering Department for the 2013 Sidewalk Replacement and New Construction. 1.2 Tender CL2013-22, 2013 Sidewalk Replacement and New Construction was advertised in the Daily Commercial News as well as electronically on the Municipality's website and the Ontario Public Buyer's Association website. Subsequently, tenders were received and tabulated as per Attachment 1. 2. ANALYSIS 2.1 A total of three (3) submissions were received in response to the tender call. All submissions were deemed compliant. 2.2 After further review and analysis of the bids by the Engineering Department and Purchasing, it was mutually agreed that the low bidder, Bennington Construction Ltd., Stouffville, Ontario be recommended for the contract for the 2013 Sidewalk Replacement and New Construction project. A copy of the recommendation memo from the Engineering Department summarizing the work of the project and costs is appended as Attachment 2. 2.5 Bennington Construction Ltd. has not provided similar services to the Municipality of Clarington; however, a check of references indicates that Bennington Construction has performed similar services for other agencies and the level of service and quality has been satisfactory. 2.6 Queries with respect to the department needs, specifications, etc. should be referred to the Director of Engineering. 3. FINANCIAL 3.1 The total project cost of$442,968.00 includes $385,957.26 (net of HST Rebate) for construction, tendering, design, contract administration, other costs and contingencies. The funding and costs for this project are outlined in the memo from Engineering Services (Attachment 2). 3.2 Funding for this project will be drawn from the following accounts: Sidewalk Replacement 110-32-331-83215-7401 (2013) ..........................................................$118,900.90 110-32-331-83215-7401 (2012 UECF) .................................................$18,593.96 110-32-331-83215-7401 (2011 UECF) .................................................$80,234.02 110-32-331-83215-7401 (2009 UECF...................................................$40,071.12 REPORT NO.: PS-010-13 PAGE 4 Samuel Wilmot Nature Area Trail Improvement 110-32-325-83227-7401 .........:....... ...............$9,700.00 ......................................... Transit Bike Racks & Shelters 110-32-325-83377-7401 .......................................................................$21,568.00 Baseline Road Sidewalks (DC Item #4 — 2010) 110-32-331-83341-7401 .......................................................................$42,400.00 Courtice Road Sidewalks (DC Item #82, 2010) 110-32-331-83345-7401 ......................................................................$40,900.00 Courtice West Park Trail 110-36-325-83689-7401 .......................................................................$40,000.00 Durham Transit Bus Stops 1 00-xx-xxx-xxxxx-10 10 ....................................................................:...$30,600.00 Total Funding Available.......................................................................$442,968.00 4. CONCURRENCE 4.1 This report has been reviewed by Tony Cannella, Director of Engineering Services who concurs with the recommendations. 5. CONCLUSION 5.1 To award the contract to Bennington Construction Ltd., Stouffville, Ontario for the 2013 Sidewalk Replacement and New Construction project. CONFORMITY WITH STRATEGIC PLAN — The recommendations contained in this report conform to the general intent of the following priorities of the Strategic Plan: Promoting economic development. Maintaining financial stability Connecting Clarington Promoting green initiatives x Investing in infrastructure Showcasing our community Not in conformity with Strategic Plan Staff Contact: Jerry Barber, Purchasing Manager REPORT NO.: PS-010-13 PAGE 5 Attachments: Attachment 1 — Bid Tabulation Attachment 2- Recommendation Memo from Engineering Services Attachment 1 MUNICIPALITY OF CLARINGTON BID SUMMARY TENDER CL2013-22 2013 SIDEWALK REPLACEMENT AND NEW CONSTRUCTION BIDDER TOTAL BID Total Bid (HST Incl.) (Net of HST Rebate) Bennington Construction Ltd. Stouffville, ON $428,588.55* $385,957.26' Aloia Bros. Concrete Contractors Ltd. Toronto, ON $433,694.03 $390,554.91 Trisan Construction Schomberg, ON $572,420.71 $515,482.58 *Adjusted for Arithmetic errors I Attachment 2 �K E" 11 " E D vo MEMOLeading t1:e T�uy TO: Jerry Barber, Purchasing Manager FROM: Ron Albright, Manager, Infrastructure and Capital Works DATE: August 12, 2013 RE: 2013 Sidewalk Replacement and New Construction CL2013-22 Tenders for the above project were opened at the Municipal Offices on Friday July 19, 2013 at 2:00 p.m. The Engineering Services Department has reviewed the submissions for CL2013-22 and offers the following comments: The scope of the project deals with sidewalk improvements throughout the Municipality, including the following: • Removal and replacement of deficient sidewalk at various locations • Construction of concrete bus stop pads for Durham Region Transit at various locations • Construction of new sidewalk on Baseline Rd. between Liberty St. and Mearns Ave. • Improvements to the Waterfront Trail alignment at Toronto St. • Construction of new sidewalk on Pethick St. from Prince William Dr. to Highway 2 • Removal and replacement of the asphalt trail in the Courtice West Park, and • Install new bike racks and bike shelters at 5 transit locations throughout the Municipality The low bidder was Bennington Construction Ltd. The Purchasing Department has confirmed that all bids are compliant and that references for Bennington were positive. The Engineering Department recommends award of the contract to Bennington Construction Ltd. in the amount of$428,588.55 inclusive of HST or$385,957.26 net of HST rebate. Due to past experiences on similar projects, a contingency amount of 10% is carried forward. The attached cost apportionment shows the total project costs including contingencies and material testing, and the budget for each site. Total project cost for each section is within the available budget. The total project cost for all sites is $442,968.00. Design, Tendering and Contract Administration for this project has and will be completed by Clarington Engineering Services staff. A detailed breakdown of Clarington's and the Region of Durham's funding is provided on the attached Cost Apportionment. The majority of funding for the project will come from the Sidewalk Replacement Program account including the current funding year and unexpended funds from previous years, as shown in the table below. Additional funding for the various added works to the tender will be funded from separate as detailed below and on the attached cost apportionment. 2013 Sidewalk(replacement and New Construction, C1-2013-22 2 August 12,2013 Construction net of HST Based on Low Bid $385,957.26 Design, Tendering and Contract Administration (net of HST) 57,010.74 Other Costs and Contingencies Total Project Value 442,968.00 Budget Amount Sidewalk Replacement 110-32-331-83215-7401 (2013) 118,900.90 .110-32-331-83215-7401 (2012 UECF) 18,593.96 110-32-331-83215-7401 (2011 UECF) 80,234.02 110-32-331-83215-7401 (2009 UECF) 40,071.12 Samuel Wilmot Nature Area Trail Improvement 110-32-325-83227-7401 9,700.00 Transit Bike Racks and Shelters 110-32-325-83377-7401 21,568.00 Baseline Road Sidewalk (DC Item#4 -2010) 110-32-331-83341-7401 42,400.00 Courtice Road Sidewalk (DC Item#82-2010) 110-32-331-83345-7401 40,900.00 Courtice West Park Trail 110-36-325-83689-7401 40,000.00 Durham Transit Bus Stops 100-X-X-X-1010 30,600.00 Total Budget Amount 442,968.00 Additional Funding Required 0.00 Should you have any further questions, please feel free to contact the undersigned. Regards, Ron Albright, P. Eng. Manager, Infrastructure and Capital Works RA/s b/dv Attachment Pc: N. Taylor, Director of Finance A. S. Cannella, Director of Engineering Services