Loading...
HomeMy WebLinkAboutTR-34-97 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON V- 111 111:3111 REPORT Meeting: GENERAL PURPOSE AND ADMINISTRATION COMMITTEE File# Date: MONDAY, MAY 5, 1997 Res. Report#: TR-34-97 File#: By-Levu# Subject: TENDER CL97-3, RECONSTRUCTION OF SCUGOG STREET Recommendations: It is respectfully recommended that the General Purpose and Administration Committee recommend to Council the following: 1 . THAT Report TR-34-97, be received; 2 . THAT Pachino Construction, Stouffville, Ontario, with a total bid in the amount of $1, 162, 000 . 00, being the lowest responsible bidder meeting all terms, conditions and specifications of Tender CL97-3, be awarded the contract for the Reconstruction of Scugog Street, as required by the Department of Public Works; 3 . THAT the total funds required in the amount of $907, 368 . 10 ($1, 162, 000 . 00 Contract, plus design, contract administration and utilities, less Regional portion) be drawn from Public Works Account #7205-97001-0261; 4 . THAT the attached By-Law marked Schedule "A" authorizing the Mayor and Clerk to execute the agreement be approved; and S . THAT the award be subject to the approval of the Region of Durham. BACKGROUND AND COMMENT: Tender specifications were provided by Totten Sims Hubicki Associates for the Reconstruction of Scugog Street, as required by the Department of Public Works. Tenders were advertised in the local papers, as well as the Daily Commercial News. Subsequently, tenders were received and tabulated as per Schedule "B" attached. PAPER E 8 o TISISPRINTEDQ RECYCLEDPAPER REPORT NO. : TR-34-97 PAGE 2 The Municipality of Clarington' s portion of the total project cost, including Project Administration, as detailed in the letter from Totten Sims Hubicki Associates, marked Schedule "C" is estimated at $907, 368 . 10 . Included in the total tendered price of $1, 162, 000 . 00 is work to be performed on behalf of the Region, as identified in Schedule "C" for which they will be invoiced as appropriate. The required funds will be drawn from Public Works Account #7205-97001-0261, as identified on Page 135 of the 1997 Draft Capital Budget . Although, the low bidder has not previously performed for the Municipality of Clarington, they have provided satisfactory service for the Town of Cobourg, Ministry of Transportation, Region of Durham, and Town of Pickering. The Treasurer has reviewed the funding requirements and concurs with the recommendation. Queries with respect to the department needs, specifications, etc. , should be referred to the Director of Public Works . After further review and analysis of the bids by Public Works, Totten Sims Hubicki Associates and Purchasing, it was mutually agreed that the low bidder, Pachino Construction Limited, Stouffville, Ontario, be recommended for the contract for the Reconstruction of Scugog Street . 817 REPORT NO. : TR-34-97 PAGE 3 Respectfully submitted, Reviewed by, ELI i Marie Marano, H.BSc. ,AMCT. , W.H. Stockwell, Treasurer Chief Administrative Officer Steph n A. Vokes, P.Eng. Director of Public Works MM*LB*ce SCHEDULE "A" THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 97- Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Pachino Construction, Stouffville, Ontario for the Reconstruction of Scugog Street. 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 with the Corporation Seal, a contract between Pachino Construction and said Corporation; and 2. THAT the contract attached hereto as Schedule "A" form part of this By-law. By-law read a first and second time this day of May, 1997. By-law read a third time and finally passed this day of May, 1997. Mayor Clerk 819 SCHEDULE "B" BID SUMMARY CL97-3 SCUGOG STREET RECONSTRUCTION BIDDER TOTAL BID. Pachino Construction Co. Ltd. 51,162,000.00 Stouffville, Ontario North Rock Group Ltd. $1,242,530.95 Barrie, Ontario Clearway Construction Inc. $1,260,940.07 Maple, Ontario Campus Construction Inc. $1,311,748.24 ** Concord, Ontario Dagmar Construction Inc. 51,324,619.71 Markham, Ontario Calder Hill Contracting Ltd. 51,331,924.23 Thornhill, Ontario B.N. Fenton Construction Ltd. $1,354,579.34 Courtice, Ontario Miwel Construction Ltd. 51,356,225.00 Stouffville, Ontario Behan Construction Ltd. 51,370,289.73 Cobourg, Ontario Ron Robinson Limited 51,380,563.62 Oshawa, Ontario Mardave Construction (1990) Ltd. 51,440,187.90 Weston, Ontario Hard-Co Construction Ltd. S 1,465,850.78 Whitby, Ontario Mar-King Construction Co. Ltd. 51,480,139.83 Concord, Ontario Elirpa Construction & Materials S 1,497,342.49 Pickering, Ontario Balterre Contracting Limited $1,539,808.06 Peterborough, Ontario * Error in extension ** Error in calculations 820 APR-28-97 MON Uy:413 AM TSH COBOURG FAX N0, P, L ' 35 p, SCHEDULE "C" t1.,, , �`�''1.'1962.1937 iA�'..• r 513 DIVISION STREET, P.O. BOX 910, COSOURG ONTARIO,CANADA K9A 4W4 totted sins IhubiGki associatPS t90s;372-2121 FAX(905)372-3621 April 25, 1997 Ms, Lou Ann Birkett, Purchasing and Supply Agent Corporation of the Municipality of Clarington 40 Temperance Strea 'BOWMANVILLB, Ontario. L1C 3A6 Dear Ms. Birkett.: Re: Scugog Street Reconstruction, O'dell Street to 100 in north of Meado`sview Boulevard, Bowman,71le, Municipality of Clarington, Contract No. CL97•-3 TS11 Project No. 1.2 10555 Tenders for the above project were opened at the municipal offices on Monday, April 21, 1997. The bids recz,ived inclusive of GST are summarized as follows: Contractor Total.Bid Amount Pachino Construction Co. Ltd, $1,162,000.00 North Rock Group Ltd. $1,242,530.95 Clcanvay Construction Inc. $1,260,940.07 Campus Construction Inc. $1,311,748.24 4x Dagmar Construction Inc. $1,324,619,71 Calder Hill Contracting Ltd. $1,331,924.23 B.N. Fenton Construction Ltd. $1,354,579.34 Miwel Construction Ltd. 51,356,225.00 Behan Construction Ltd. $1,370,289.73 Ron Robinson Limited $1,380,563.62 Mardave Construction (1990) Ltd. $1.440,157.90 Hard-Co Construction Ltd. $1,465,850.78 Mar-Ktti,-Construction Co. Ltd. 51,480,139.83 Elirpa Construction & Materials $1,497,342.49 Balterre Contracting Limited $1,539,808,06 Error in extension * Error in calculations ENGINEER'S ESTIMATE $1,545,000.00 ENGINEERS ARCHITECTS AND PLANNERS 821 APR-28-97 MON 09:49 AM TSH COBOURG FAX NO. P. 03 Municipality of CIarington April 25, 1997 � The low bidder's submitted tender has been reviewed and is in order. Pachino Construction has undertaken a number of contracts under the supervision of our Company, the most r(,,cem being watermain installation in Ontario Street. Town of Cobourg in 1995 at a cost of$300,000. Other contracts underway or coulpleted in 1996 include storm sewer, sanitary sewer wnd watermain installation for Township of Kingston jointly 1ti-ith the Ministry of Transportation valued at $4,100,000, watermain on Langstaff Road for Ontario Clean Water Agency at a cost of$3,400,000, road reconstruction with watermain, sanitaryy sewers and storm sewers for Pickering at a cost of$2,200,000 and several contracts for the Region of Durham. All references have been checked and in general the comments receivui are favourable to the Contractor with resncet to methods of operation and the duality of the finished product, The company appears to have a good track record in dealing with subcontractors and the general public and no liens have been placed on any of!he.contracts covered by the references supplied. We, therefore, recornmend acceptance of the low bid on this contract. '�Vitlr respect to the overall cost of the prciect we have attached a breakdown based on the low bid which identifies the cost responsibility for the various elements of construction,utility relocation, final design, tendering, contract administration and sundries. Deposit cheques may be returned to all contractors except for the low and second low bidders. Yours truly, totted rims hubicki associates R.A. Kenipton, P.Eng. Design Manager RAMg :ck%49.:14i6X PC, S.A. Vokes, P.Eng. A.S. Cannella, CET D,B. Patterson CET a totten sims hubicki associates 822 APR-9-8-97 MON 09:50 AM TSH COBOUAG FAX N0, P, 05 �J d� fK'FNNCJCRaAiY',� ', 'k. 1962 - 513 DIVISION STREET, RO. RG'X 910, COSOURG 0NTARIO,CANADA KSA 4 W4 totten suns hubicki associates (905)272-2121 FAX'nG)3723521 April 25, 1997 Mr. J.G. Baker Manager of Administrative Services C P y Regional Municipality of Durbam V 0 P.Q. Box 623, 105 Consumers Drive WHITBY, Ontario. Ll N 6A3 Dear Sir: Re: Scugog Street Reconstruction, to 100 m north of Meado�cvview Boulevard, Bowmanville, Municipality of Clarington, Contract No. CL97-3 TSH Project No. 12 10555 Tenders for the above contract were opened at the M-anicipality of Clarington offices on Monday, April 21, 1997. Attached please find the following documentation: Copy of tender advertisement. • Copy of cost breakdown with cost apportionment. Copies of three low bids_ • Copy of letter to Municipality of Clarington containing summary of bids and recommendation on low bidder. By letter dated February 17, 1997, we proposed a cost sharing approach (50,150 split) with the Municipality of Clarington on the cost of the Environmental Investigation related to the abandoned underground gas tanks at Matthews Auto, 72A Scugog Street. We have vernal acceptance from the Region on this matter. Your approval of the award of the contract to Paohino Construction Co, ]td. is requested. Fours truly, totten sims hubicki associates A .�- � R.A. Kcrnpton, P.1✓ng. Design Manager RAKS jg i51tk7114:5`C PC-. S.A. Vokes, P.Eng. A.S. Cannella, CET D,B. Patterson, CET L.A. Birk-ea, AMCT(A) ENGINEERS ARCHITECTS AND PLANNERS y 82 `+ MUNICIPALITY OF CLARINGTON,CONTRACT No.CL 97-3 SUMMARY OF PROJECT COSTS t BASEL!ON PACHINO'S TENDER UNIT PRICE APRIL 23,1997 o SCUGOG STREET RECONSTRUCTION,75 m SOUTH OF ODEL.L STREET TO 194 m NORTH OF MEADONNIEW BOULEVARD 12-14555 SECOND STREET WATERMAIN AND SANITARY SEINER AND CHURCH STREET INTERSECTION IMPROVEMEWS _ DESCRIPTION OF ITEM ESTIMATEO CHARGEABLE TO CHARGEABLE TO REMARKS GROSS COST MUNICIPALITYOF REGION OF CLARINGTON DURHAM 'CONSTRUC77ON TOTAL SECTION 1 -ROADWORKS $621,728.31 $621,728.31 TOTAL SECTION 2-SANITARY SEWERS $151279.00 $151,279.00 TOTAL SECTION 3-WATERMAIN $184,974.00 $184,974.40 TOTAL SECTION 4-GENERAL ITEMS $68,OOfl_00 $44,131.89 $23,868.11 Prorated on Construction Costs TOTAL SECTION 5-CONTINGENCIES $60,000.00 $60,000.00 SUB-TOTAL CONSTRUCTION $1.085,981.31 $665,860.20 $424,121.11 0 DESIGN SERV 7CFS(TO A PRIL 26, 1997) $103,800.00 $75,000.00 $28,800.00 Qesign Casts Billed Qirectty to Region of Du am ONCLUDES PREP.OF TENDER DOCUMENTS) S v rs. CONSTRUCTION LAYOUT 1 $7,500.00 $4,867.49 $2,632.51 Prorated on Construction Casts 00 CONTRACT ADMINISTRATION $110,000.40 $71,389.82 $38,610.18 Prorated on Construction Casts MATERIAL TESTING $9,500.00 $6,165.48 $3,334.52 Prorated on Construction Costs SUNDRIES RELOCATION OF HYDRO PLANT $11,161.00 $91,161.00' RELOCATION OF NATURAL GAS PLANT $11,500.00 I $11,500.00 o ENVIRONMENTAL INVESTIGATION $2,850.00 $1,420.00 $1,420.00 CD GEOTECHNICAL INVESTIGATION $1,350.00 $1,350.00 ; F AERIAL PHOTOGRAPHY . ( $450.00+ $450_00 LEGAL SURVEY $1,000.00 $1,000.001 c� c TREE INVENTORY $1,108.70 $1,109.70 DIGITAL IMAGE SCANNING $540-00 $540-00 CD SUB TOTAL SUNDRIES � $29,950.70 $28,530.70 $1,420.00 i CONTINGENCIES(excl. Water d Sanitar}r $34,000.00 $30,000.00 c\j j GST LESS REBATE(excl.con6n9encies) $40,401.96 $25,554.41 $94,847.55 cv i n. TOTAL L____51,4173,133_97 $947,368.10 $509,765.873