Loading...
HomeMy WebLinkAboutCOD-043-03 -. ClfJlillglOn REPORT CORPORATE SERVICES DEPARTMENT Meeting: COUNCIL Date: October 20th, 2003 Resolution #: Report #: COD-043-03 File#: By-law #: Subject: TENDER CL2003-27, LONGWORTH AVENUE EXTENSION Recommendations: It is respectfully recommended to Council the following: 1. THAT Report COD-043-03 be received; 2. THAT Dagmar Construction Inc., Markham, Ontario with a total adjusted bid in the amount of $3,456,743.04 (including GST), being the lowest responsible bidder meeting all terms, conditions and specifications of Tender CL2003-27, be awarded the contract for Longworth Avenue Extension, as required by the Engineering Department; 3. THAT the total funds required in the amount of $4,100,000.00 (Total Bid $4,316,775.15 less $860,032.11 Halloway Holdings less Region of Durham portion $327,864.50, plus design, administration, utility relocations, contingency and net GST) be drawn from the Engineering Capital Account # 8310-03105- 1401; and 4. THAT the attached By-law marked Schedule "A", authorizing the Mayor and Clerk to execut e agreement be approved. Reviewed by: Submitted by: 1( InWu, Chief Administrative Officer MMlLABILNTlACllm '0 REPORT NO.: COD-043..Q3 PAGE 2 BACKGROUND AND COMMENT Tender specifications were provided by Totten Sims Hubicki Associates for Longworth Avenue Extension, as required by the Engineering Department. Tenders were advertised in local papers, as well as the Daily Commercial News. Subsequently, tenders were received and tabulated as per Schedule "B" attached. For this project, Halloway Holdings is responsible for the construction of the storm sewer. They have asked for additional time to discuss design changes with the low bidder in an attempt to reduce the cost of the storm sewer outfall. Therefore it is recommended that the low bid be accepted for all the work except for the storm sewer outlet, Section A, Items A30 - A44. Once negotiations have been completed between Halloway Holdings and Dagmar Construction, a report will be brought forward to Council with a recommendation for the award of Items A30 - A44. Provisions were made in the tender specifications for a phased award. The total price cost, including a final design and tendering, contract administration, utility relocations, contingency and GST, less the Region of Durham portion, less Halloway Holdings portion, is as detailed in the letter from Totten Sims Hubicki, marked Schedule "B" estimated at $4,100,000.00. Included in the total tendered price is work to be completed on behalf of the Region of Durham, for which they will be invoiced separately. It is recommended that the required funds be drawn from the Engineering Capital Account # 8310-03105-1401 and are within the 2002 carried over Engineering Capital budget allocation of $4,100,000.00. The low bidder has previously performed satisfactory work for the Municipality of Clarington. The Director of Finance has reviewed the funding requirements and concurs with the recommendation. Queries with respect to department needs, specifications, etc., should be referred to the Director of Engineering Services. After further review and analysis of the bids by the Engineering Department, Totten Sims Hubicki and Purchasing, it was mutually agreed that the low bidder, Dagmar Construction Inc., Markham, Ontario, be recommended for the contract for the Longworth Avenue Extension. CORPORATION OF THE MUNICIPALITY OF CLARINGTON 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO L 1C 3A6 T (905)623-3379 F (905)623-4169 . Schedule "An THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 2002- Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Dagmar Construction Inc., Markham, Ontario, to enter into agreement for the Longworth Avenue Extension. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON HEREBY ENACTS AS FOLLOWS: 1. THAT the Mayor and Clerk are hereby authorized to execute, on behalf of the Corporation of the Municipality of Clarington and seal with the Corporation Seal, a contract between, Dagmar Construction Inc. of Markham, Ontario, and said Corporation; and 2. THAT the contract attached hereto as Schedule "AU form part of this By-law. By-law read a first and second time this day of ,2003. By-law read a third time and finally passed this day of ,2003. John Mutton, Mayor Patti L. Barrie, Municipal Clerk .o II VH SCHEDULE "B" Totten Sims Hubicki Associates 513 Division Street, Cobourg, Ontario, Canada K9A 5G6 19051 372-2121 Fax: 19051 372-3621 E-mail: cobourg@tsh.ca www.tsh.ca engineers architects planners October 15, 2003 Ms. Lou Ann Birkett, CPP, AMCT Purchasing Manager Corporation of the Municipality of Clarington 40 Temperance Street BOWMANVILLE, Ontario. LIC 3A6 1\0,; !k~(r~n~TI\\711Wlml. . 1\ JLJ --- II )_[I! [I :, . '>"""'-'-'<i-llJ 1 , ....J OCT I 5 2003 ! I I c. ,,, ,li:'~ihICroi~ I '~'..:,jll UtP~", I,'AEIII'! "."--"-'-"._-~~. ~\:~i Dear Ms. Birkett: Re: Contract No. CL2003-27, Longworth Avenue Extension BowmanviUe, Municpality of Clarington TSH Project No. 12-29273 Tenders for the above project were opened at the Municipal offices on Wednesday October 8, 2003 at 2:15:00 PM. The bids received inclusive of GST are summarized as follows: BIDDER TOTAL BID AMOUNT Dagmar Construction Inc. $4,618,949.41 Markham, ON Clearway Construction Inc. $4,872,646.36 Concord, ON Hard-Co Construction Ltd. $4,899,869.36 * Whitby, ON E1irpa Construction & Materials Ltd. $4,963,099.54 * Pickering, ON Aecon Construction and Materials Limited $5,252,651.28 * Brampton, ON Advice Contracting Limited $5,254,733.62 Markham, ON Ron Robinson Limited $5,378,515.48 Bowmanville, ON Miller Paving Ltd. $5,391,585.20 Markham, ON J & P Leveque Bros. Haulage Limited $5,758,008.36 Bancroft, ON · Bid Amended Extension Error '. SCHEDULE "B" Ms. L. A. Birkett, CPP, AMCT October 15, 2003 2 The low bidder's tender has been reviewed and is in order. Dagmar Construction has completed several projects for the Municipality of Clarington in recent years including Cove Road in 1999-2000 and Graham Creek Bridge in 2001-2002. Both contracts were completed in a very satisfactory manner. They have also carried out projects for other municipalities in the area including the Region of Durham. All contacts contacted assessed Dagmar's performance to be good. A summary of the low bid with a cost apportionment to the various parties involved in the financing is attached. Based on the overall costs, the Municipality of Clarington share is on budget including an allowance for contingencies. Halloway Holdings is responsible for construction of the storm sewer outfall works Items No. A30-A44. They have asked for additional time to discuss design changes with the low bidder in an attempt to reduce the cost of the storm sewer outfall. We can therefore recommend acceptance of the low bid for all the work except the storm sewer outlet, Section A, Items No. A30-A44. Once negotiations have been completed between Halloway Holdings and Dagmar Construction, a report will be brought forward to Council with a recommendation for the award of Items No. A30-A44. Provisions were made in the contract for a phased award. Deposit cheques or bid bonds shall be retained for the low and second low bids until the Contract has been executed, Should you require any further information, please contact the undersigned. Yours truly, it~)Jt~ William McCrae, P. Eng. Senior Project Engineer WMclsn P: \ 12.29273\Corresp\ 19936. doc Encls. pc: Mr. A.S. Cannella, C.E.T. Ms. W. Chandler till THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 2003- Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Dagmar Construction Inc., Markham, Ontario, to enter into agreement for the Longworth Avenue Extension. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON HEREBY ENACTS AS FOLLOWS: 1. THAT the Mayor and Clerk are hereby authorized to execute, on behalf of the Corporation of the Municipality of Clarington and seal with the Corporation Seal, a contract between, Dagmar Construction Inc. of Markham, Ontario, and said Corporation; and 2. THAT the contract attached hereto as Scheduie "A" form part of this By-law. By-law read a first and second time this day of ,2003. By-law read a third time and finally passed this day of ,2003. John Mutton, Mayor Patti L. Barrie, Municipal Clerk Municipality of Clarington/Reglon of Durham Longworth Avenue Extension SCHEDULE "B" Cost Apportionment For Low Bid submitted By Dagmar Construction Inc. Contract CL2003-27 October 10, 2003 T.S.H. Project: 12-29273 Description Tolal Clarington Region of Halloway Durham Holdings Comments Account Number 8310-03105-1401 696303003XX Construction Costs Contract CL2003-27 ParlA Road Works (Scugog Street to Sta. 9+835) $240,470,13 $240.470.13 Storm Sewer Outlet Works $852,335.41 $852,335.41 PartS Road Works (Sta. 9+835 to Regional Rd. 57) $1,218,246.90 $1,218,246.90 Parte Bridge Works $1,525,964.49 $1,525,964.49 ParlD Watennain & Appurtenances $324,930.34 $324,930.34 PartE Landscaping $116,195.70 $116,195,70 PartF General Items $38,632.18 $28,001.32 $2,934.16 $7,696.70 Prorated Based on Low Bid Sub-Total Construction $4,316,775.15 $3,128,878.54 $327,864.50 $860,032.11 ESR, Preliminary Design, Archeological & Dump Site Investigation $280,000,00 $280,000.00 (TSH # 12-10932 Commencing February 1,2000) Detailed Design & Tendering (TSH # 12~29273) $139,469,96 $128,702.18 $10,767.78 Region Costs Invoiced Directly TSH # 12~29256 (January 27,2003 to October 3. 2003) Construction Administration (TSH # 12-29273) $345,300.00 $250,300.00 $26,200.00 $68,800.00 Prorated Based on Low Bid Other Costs Geotechnical Investigation $6,612.60 $6,612.60 Land Purchase $50,000.00 $50,000.00 ~ , - ~ -":i' ::' ~ 5 Utility Relocation $20,000.00 $20,000.00 ~ 2.7 ~ S 6 i, 0 ;.; + Placement of Steel Liner (by others) $15,000,00 $15,000.00 002 Sub-Total Other Costs $91,612,60 $76,612,60 $15,000.00 $0.00 .' -c_" ~ ' '( j ~ U c' Sub-Total Estimated Project Costs $5,173,157.71 $3,864,493.32 $379,832.28 $928,832.11 C'y--, , .,-' c' c!-' Net G.S.T. (30/.) (excl. contingencies) $155,194.73 $115,934.80 $11,394.97 $27,864,96 ',' ~, j, , ~ L Contingencies (ine!. G.S.T.) $158,647.56 $119,571.88 $10,772,75 $28,302.93 D''J J" Total Estimated Project Costs $5,487,000.00 $4,100,000.00 $402,000.00 $985,000.00 - G:\ProjectsI12-29111IConst\12-29273 UlW Bid CAt.xls Primed 011 10/15103 Ish