Report to: General Committee                                                     Report Date: March 26, 2007

 

 

SUBJECT:                          Award of Tender # 024-T-07 Road Rehabilitation Program

 

PREPARED BY:               Jeff Johnston, Supervisor, Contract Administration

                                            Amit Sobti, Senior Buyer

 

 

RECOMMENDATION:

THAT the report entitled “Award of Tender # 024-T-07 Road Rehabilitation Program” be received;

 

AND THAT the contract for Tender # 024-T-07 Road Rehabilitation Program be awarded to the lowest priced bidder, Brennan Paving & Construction in the total amount of $5,087,504.00 exclusive of GST;

 

AND THAT the proposed Recreation & Culture 2007 Capital Project # 7537, Parking Lot Repairs (Thornhill CC) budget of $250,000 and Asset Management Capital Project #7799 Parking Lot Repairs (Civic Centre) budget of $100,000, be pre-approved;

 

AND THAT the additional funding of $300,000, for the two (2) roadways (Kirkham Drive, Hwy. No. 48 to 250m East and Cedarland Drive, Warden Avenue to Town Centre Boulevard South, be added to the 2007 Capital Project Secondary Road Works (50 6150 7473 005) and provided from the Secondary Road Resurfacing Reserve #87 2800 132;

 

AND THAT the award be funded from the 2007 Capital budget accounts as follows:

 

Pre- Approved Projects

Funding

Operations – Asphalt Resurfacing   50 6150 7455 005

4,080,817.00

Operations – Secondary Road Works 50 6150 7473 005

336,687.00

Operations -   Parking Lot Repairs  50 6150 7518 005

90,000.00

Total Pre-Approved Projects

4,507,504.00

Projects Requiring Pre-Approval

 

Recreation & Culture -  Parking Lot Repairs (Thornhill CC) 70 6150 7537 005

200,000.00

Asset Management – Parking Lot Repairs (Civic Centre) 56 6150 7799 005

80,000.00

Total Project Requiring Pre-Approval

280,000.00

Additional Funding

 

Operations – Secondary Road Works 50 6150 7473 005

300,000.00

Total Additional Funding

300,000.00

Total 2007 Capital

$5,087,504.00

 

AND THAT any remaining funds will be used for other expenditures within the Operations Asphalt Resurfacing program;

 

AND THAT the Director of Operations and Director of Financial & Client Services be authorized to exercise the option to renew the contract for an additional 2 years (2008-2009) at the 2007 itemized prices subject to performance and budget approval;

 

AND THAT Staff be authorized and directed to do all things necessary to give effect to this resolution.

 

EXECUTIVE SUMMARY:

Not Required

 

FINANCIAL CONSIDERATIONS:

The following 2007 Capital Projects are the funding sources for the award of Tender

024-T-07 Road Rehabilitation Program:

Pre Approved Capital

Budget

Budget Available

Asphalt
024-T-07

Budget Remaining

7455

Asphalt Resurfacing

5,075,000

4,157,914

4,080,817

77,097

7473

Secondary Roadworks

500,000

337,280

336,687

593

7518

Parking Lot Repairs (Various)

100,000

90,000

90,000

0

 

Total Pre Approved Capital

5,675,000

4,585,194

4,507,504

77,689

 

2007 Capital Requiring Pre Approval

 

 

 

 

7537

Parking Lot Overlay (Thornhill CC)

250,000

200,000

200,000

0

7799

Parking Lot Repairs (Civic Centre)

100,000

80,000

80,000

0

 

Total Capital Requiring Pre Approval

350,000

280,000

280,000

0

 

 

 

 

 

 

 

Add’l Funding for Secondary Roads

300,000

300,000

300,000.0

0

 

Total Funding Required

6,325,000

5,165,194

5,087,504

77,690

 

The 2007 Recreation and Culture Capital Project #7537 Parking Lot Overlay (Thornhill CC) and the 2007  Asset Management Capital Project #7799 Parking Lot Repairs (Civic Centre) were not included on the February 13, 2007 Council Report “2007 Capital and Other Programs Budget Pre-Approval” and are recommended to be approved at this time.  The total asphalting component of these projects is $280,000, with the remaining funding of $70,000 to be required for the associated concrete work.

 

The additional funding of $300,000 is required for Secondary road work for two (2) roadways, Kirkham Drive, Hwy. No. 48 to 250m East and Cedarland Drive, Warden Avenue to Town centre Boulevard South.  This funding is to be added to the Operations 2007 Capital Project 7473, Secondary Roadworks and will be provided from the Secondary Road Resurfacing Reserve, 087-2800-132.

The purchase order for this contract will be amended, in accordance with the expenditure control policy, for additional road resurfacing request made by other Town departments.

 

1. Purpose                     2. Background                      3. Discussion                        4. Financial        

 

5. Others (Environmental, Accessibility, Engage 21st, Affected Units)             6. Attachment(s)

 

PURPOSE:

The purpose of this report is to obtain council approval to award contract 024-T-07 Road Rehabilitation Program.

 

BACKGROUND:

Tender 024-T-07 was released for the annual road rehabilitation program that includes asphalt resurfacing, asphalt recycling and pavement preservation strategies.

 

Budgets provided in this award are also used in separate contracts for Concrete Rehabilitation (010-T-05), Interlocking Stone Repair (205-T-06), McCoy Castings (110-Q-05), Material Testing (189-T-06) and Asphalt Maintenance (036-T-06. Therefore, Operations will administer these contracts and monitor work in order to limit spending to the approved budgeted amounts.

 

Tender 024-T-07, Road Rehabilitation Program, incorporates a price adjustment formula based on changes to the Ministry of Transportation’s performance graded asphalt cement price index.  The Town will adjust payment to the Contractor for products containing asphalt cement, based on changes to the asphalt price index, unless the Contractor opts out by notifying the Town in writing within five business days of the award of the Contract.  Should the contractor opt out of payment adjustments based on the index, the Contractor will not be permitted to opt back in.  The price index will be published monthly in the MTO Contract Bulletin and displayed on the OHMPA (www.ohmpa.org) and MTO (www.raqs.mto.gov.on.ca) websites.  The price index will be used to calculate the amount of the payment adjustment per tonne of new asphalt cement in the asphalt product accepted into the work.

 

OPTIONS/ DISCUSSION:

Additional funds are being requested from the Secondary Roadwork’s Reserve account for completion of repairs to concrete infrastructure, rehabilitation of the base asphalt, and placement of the final asphalt overlay on two (2) roadways falling under the Secondary Roadwork’s Program. The two (2) roadways include Kirkham Drive, Hwy. No. 48 to 250m East and Cedarland Drive, Warden Avenue to Town Centre Boulevard South. This funding was not included in the original submission for the Secondary Road works program, Operation Capital Project #7473. 

 

The timing of this work coincides with the increase in development and traffic loading on both Kirkham Drive and Cedarland Drive and the elimination of vacant lots through industrial, commercial and office development.

 

Given the poor condition of these roadways and favourable pricing received for this tender, it is proposed to rehabilitate these two (2) additional roadways during the 2007 construction season.

BID INFORMATION:

Advertised, place and date

ETN

Bids closed on

March 14, 2007

Number of contractors picking up bid documents

6

Number of contractors responding to bid

4

 

The successful Tender price of $4,952,894.80 was based on 28 kms of road rehabilitation. The amount of the award ($5,087,504.00) takes into consideration parking lots and other secondary road works repair and will benefit from the itemized pricing of the Tender.

DETAILED PRICING INFORMATION:

Company

Total Price, Excl GST

Brennan Paving & Construction

            $ 4,952,894.80*

D. Crupi & Sons Ltd.

            $ 5,218,767.75

Furfari Paving Co. Ltd

            $ 5,251,130.00

Lafarge Paving & Construction

            $ 6,200,142.84

   *As compared to the previous contract and allowing for only minor changes in scope, this contract represents an approximate 8% decrease.

The bid documents have been verified for accuracy and compliance with the tender specifications and staff are satisfied that all terms, conditions and bid prices comply with the Town’s requirements

 

FINANCIAL TEMPLATE: (external link)

See Financial Considerations

 

ENVIRONMENTAL CONSIDERATIONS:

None

 

ACCESSIBILITY CONSIDERATIONS:

None

 

ENGAGE 21ST CONSIDERATIONS:

None

 

BUSINESS UNITS CONSULTED AND AFFECTED:

None

 

RECOMMENDED

                            BY:    ________________________          ________________________

                                      Peter Loukes                                      Jim Sales

  Director, Operations                           Commissioner, Community      and Fire Services