Loading...
HomeMy WebLinkAboutCOD-010-20Clarington Staff Report If this information is required in an alternate accessible format, please contact the Accessibility Coordinator at 905-623-3379 ext. 2131. Report To: Joint Committees Date of Meeting: April 6, 2020 Report Number: COD-010-20 Submitted By: Marie Marano, Director of Corporate Services Reviewed By: Andrew C. Allison, CAO Resolution#: JC-027-20, C-165-20 File Number: CL2019-37 By-law Number: Report Subject: Courtice Court — Sanitary Sewer and Watermain Construction Recommendations: 1. That Report COD-010-20 be received; 2. That Eagleson Construction Ltd. with a total bid amount of $1,692,074.38 (Blended HST) being the lowest compliant bidder meeting all terms, conditions and specifications of tender CL2019-37 be awarded the contract for the Courtice Court — Sanitary Sewer and Watermain Construction as required by the Engineering Services Department; 3. That the total funds required for this project in the amount of $1,979,817.71 (Blended HST), which includes the construction cost of $1,692,074.38 (Blended HST ) and other costs including design, contract administration, material testing, inspection, and contingencies in the amount of $287,743.33 (Blended HST), is in the approved budget allocation or has been approved by Council and will be funded from the following accounts; Description Account Number Amount Municipal Servicing (2019) 110-32-330-83212-7403 903,669 (From Participating Owners Recovery Strategic Capital Reserve Fund 510-00-000-00000-6660 701,841 (For Non -Participants) Engineering Services — 110-32-330-83212-7401 374,307 Pavement Rehabilitation 4. That the contract award is subject to the Municipality of Clarington executing a cost sharing agreement with the participating landowners and receiving the funds required to complete their portion of the work; and Municipality of Clarington Resort COD-010-20 Page 2 5. That all interested parties listed in Report COD-010-20 and any delegations be advised of Council's decision. Municipality of Clarington Report COD-010-20 Report Overview Page 3 To request authorization from Council to award the contract for the work as required for the sanitary sewer and watermain construction for Courtice Court. 1. Background 1.1 In 2018 Clarington staff were asked to work with the landowners in the Courtice Court area to come up with a solution to bring Regional municipal sewer and water servicing to their properties. Over the course of the past two years Clarington staff, Region of Durham staff, Clarington Board of Trade staff and most of the area landowners developed a solution that would see the landowners and the Municipality of Clarington partner to deliver the servicing. 1.2 As a follow up to the recommendations of Report EGD-004-20, Report EGD-009-19 and Resolution #GG-165-20 (Attachment #1) staff are reporting back on the results of Tender CL2019-37 for the servicing of Courtice Court with sanitary sewer and water. In addition to the servicing works, the Municipality is taking the opportunity to undertake some pavement rehabilitation and ditch drainage improvement work within the project limits. The details of the cost sharing arrangement with the owners and cost recovery methods to be employed for this project were outlined in Report EGD-004-20. The completion of this work will assist with the development of three new businesses within the project limits as well as allowing a few of the existing businesses to expand their operations. 1.3 Tender specifications for the construction of sanitary sewer and watermain servicing for Courtice Court were prepared by the Engineering Services Department and provided to the Purchasing Services Division. 1.4 Tender CL2019-37 was prepared and issued by the Purchasing Services Division and advertised electronically on the Municipality's website. Notification of the availability of the document was also posted on the Ontario Public Buyers Association's website. Thirty-six companies downloaded the tender document. 1.5 The Tender closed January 24, 2020. Municipality of Clarington Page 4 Report COD-010-20 2. Analysis 2.1 Eleven submissions were received in response to the tender call. 2.2 Of the companies who downloaded the tender documents but chose not to submit pricing: • Three plan takers were construction associations; • Two companies were not unable to meet our schedule due to their current workload; • Three companies were not able to fulfill the requirements the project; • Three companies were suppliers or subcontractors; and • Fourteen companies did not respond to our request for information. 2.3 The bids were reviewed and tabulated by the Purchasing Services Division (see Attachment #2). All eleven submissions were deemed compliant. 2.4 The results were forwarded to the Engineering Services Department for their review and consideration. 2.5 After review and analysis of the submissions by the Engineering Services Department and the Purchasing Services Division, it was mutually agreed that the low bidder, Eagleson Construction be recommended for the award of tender CL2019-37 (see Attachment #3). 2.6 Eagleson Construction has successfully completed work for the Municipality in the past. 3. Financial 3.1 The total funds required for this project in the amount of $1,979,817.71 (Blended HST), which includes the construction cost of $1,692,074.38 (Blended HST ) and other costs including design, contract administration, material testing, inspection, and contingencies in the amount of $287,743.33 (Blended HST), is in the approved budget allocation or has been approved by Council through Engineering Reports and will be funded from the following accounts; Description Account Number Amount Municipal Servicing (2019) 110-32-330-83212-7403 903,669 (From Participating Owners Recovery Strategic Capital Reserve Fund 510-00-000-00000-6660 701,841 (For Non -Participants) Municipality of Clarington Report COD-010-20 Page 5 Description Account Number Amount Engineering Services — 110-32-330-83212-7401 374,307 Pavement Rehabilitation 3.2 Final execution of the award to Eagleson Construction for CL2019-37 will be contingent the Municipality executing a cost sharing agreement and receiving the associated funds from the participating landowners. Should there be a delay with this process staff will negotiate an extension of the award period with Eagleson Construction. 4. Concurrence This report has been reviewed by the Acting Director of Engineering Services who concurs with the recommendations, and the Director of Finance has signed off approval to the financial components of this report. 5. Conclusion 5.1 It is respectfully recommended that Eagleson Construction being the lowest compliant bid be awarded the contract for the Courtice Court- Sanitary Sewer and Watermain Construction in accordance with all the terms, conditions specifications, drawings and addenda of tender CL2019-37. Staff Contact: David Ferguson, Purchasing Manager, 905-623-3379 Ext. 2209 or dferguson@clarington.net. Attachments: Attachment #1 - Resolution #GG-165-20 Attachment #2 — Bid Summary Attachment #3 — Recommendation Memo from Engineering Interested Parties: List of Interested Parties available from Purchasing Services. Municipality of Clarington Page 6 Report COD-010-20 Municipality of Clarington CL2019-37 Courtice Court — Sanitary Sewer and Watermain Construction BIDDER Total Bid (including HST) TOTAL BID (Blended HST) 1356594 Ontario Ltd o/a Eagleson Construction. $1,794,236.35 $1,692,074.38 Dom -Meridian Construction Ltd. $2,009,940.49 $1,898,102.82 Coco Paving Inc. $2,082,975.64 $1,966,606.45 Robert B. Somerville Co. Ltd. $2,097,740.00 $1,979,643.18 Lakeside Contracting Company Ltd. $2,249,832.60 $2,125,293.53 Dave Boyle Excavating Ltd. $2,257,819.97 $2,131,158.36 Nick Carchidi Excavating Limited $2,438,710.39 $2,307,349.96 Royel Paving $2,680,586.59 $2,533,411.42 GFL Infrastructure Group Inc. $2,751,768.24 $2,600,667.35 614128 Ontario Ltd. o/a Trisan Construction $3,695,906.14 $3,479,469.566 Vics Group Inc. $4,982,301.61 $4,704,244.40 Clarington If this information is required in an alternate format, please contact the Accessibility Co-ordinator at 905-623-3379 ext. 2131 March 24, 2020 Honourable Caroline Mulroney Minister of Transportation Via Email: minister.mto@ontario.ca Dear Minister: Re: Servicing of Industrial Lands in South Courtice — Courtice Court Update File Number: PG.25.06 At a meeting held on March 23, 2020, the Council of the Municipality of Clarington approved the following Resolution #GG-165-20: That Report EGD-004-20 be received; That Council approve the use of an additional $130,000 (including net HST) from the Strategic Capital Reserve Fund to pay for the local servicing costs of the two additional properties that declared they are unable or unwilling to participate in the servicing costs at this time (revised total amount of $710,000 (incl. net HST)); The Mayor and Clerk be authorized to execute the agreement on the Municipality's behalf; That staff report back on the award of the tendered work pending execution of the agreement between the Municipality of Clarington and the participating landowners of Courtice Court and Progress Drive; and That all interested parties listed in Report EGD-004-20 and any delegations be advised of Council's decision. Staff from the Engineering Department will be contacting you for execution of the agreement. Yours truly, 2d; —a 0Ju::Z_GaIIagher, B.A., Dipl. Deputy Clerk JG/lp C. See Attached List of Interested Parties R. Albright, Acting Director of Engineering T. Pinn, Director of Finance/Treasurer CORPORATION OF THE MUNICIPALITY OF CLARINGTON 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO L1C 3A6 905-623-3379 www.clarington.net EGD-004-20 2 March 24, 2020 2535918 Ontario Inc. Horner Chassis & Automotive Toad Hall Construction Inc. Waste Management of Canada Fred & Ibi Biesenthal Arthur Capon Adam Davy Alan Dunkley John Fortugno Brian Hastings Mike Hubble Carlos Lopez Susan Nicosia Maria Graciete Oliveira Jose Oliveira Michael & Debra O'Meara Jamie & Virginia Sikora Daisy Sohota Interested Parties List Clarington Memo If this information is required in an alternate format, please contact the Accessibility Co-ordinator at 905-623-3379 ext. 2131 To: David Ferguson, Purchasing Manager From: Robert Brezina, Capital Works Engineer Date: March 27, 2020 Subject: CL2019-37 — Courtice Court — Sanitary Sewer and Watermain Construction File: CRC.CourticeCrt.1 The Engineering Services Department has reviewed the low bid by (Eagleson Construction ) for CL2019-37 and offer the following comments. Road Limits Description Courtice Court Western Terminus to McKnight Road Sanitary sewer and watermain installation, ditching / drainage improvements, repave asphalt road surface The low bidder on this contract Eagleson Construction. Based on past experience with this contractor, we recommend the contract be awarded to Eagleson Construction in the amount of $1,794,236.35 inclusive of HST, or $1,692,074.38 with blended HST. Note that the costs include the 1.76% non -recoverable portion of the HST for the portion paid for by the Municipality of Clarington for the project, and the full 13% HST for the participating private land owner's share of the project. A total contingency amount of approximately 5.0% of construction costs is required for this project, based on past experience. Therefore, including other costs such as design, contract administration, inspection, material testing, contingency and blended HST costs, the Engineering Department advises of the following funding. Page 11 The Corporation of the Municipality of Clarington 40 Temperance Street, Bowmanville ON L1 C 3A6 1 905-623-3379 File No.: CRC.CourticeCrt.1 Construction (blended HST) (Based on Low Bid) $1,692,074.38 Other costs (blended HST) $287,743.33 Total Project Cost $1,979,817.71 Allocated Financing Municipal Servicing (From Participating Owners Recovery) $903,669.09 110-32-330-83212-7403 (Full H.S.T.) Strategic Capital Reserve Fund (For Non -Participants) 510-00-000-00000-6660 (Net H.S.T.) $701,841.15 Engineering Services — Pavement Rehabilitation 110-32-330-83212-7401 (Net H.S.T.) $374,307.47 Total Allocated Financing $1,979,817.71 * A more detailed breakdown to be provided to Finance to provide necessary information for tracking of Tangible Capital Assets (TCA). Considering all project costs, there is sufficient funding available and the Engineering Department recommends that the Purchasing Department move forward with award of the contract based on the above apportionments. Final execution of the award and issuance of the PO will be contingent the Municipality receiving the executed cost sharing agreement and associated funds from the participating land owners. Should there be a delay with this process staff will negotiate an extension of the award period with Eagleson Construction. Should you have any further questions, please feel free to contact the undersigned. Regards, Ron Albright, P. Eng. Acting Director — Engineer Servicing V-.1 Pc: Trevor Pinn, Director of Finance Page 12 The Corporation of the Municipality of Clarington 40 Temperance Street, Bowmanville ON L1 C 3A6 1 905-623-3379 File No.: CRC.CourticeCrt.1 Marie Marano, Director of Corporate Services Robert Brezina, Capital Works Engineer Page 13 The Corporation of the Municipality of Clarington 40 Temperance Street, Bowmanville ON L1 C 3A6 1 905-623-3379