UPDATED
Report to: Development Services Committee Report Date:
SUBJECT: Award of Tender #068-T-08
Woodbine Bypass Construction – Phase 1
PREPARED BY: Allan Arbuckle, Manager, Infrastructure and Capital Works, ext. 3120
Tom Kliem, Senior Capital Engineer, ext. 2860
RECOMMENDATION:
THAT the
report entitled “Award of Tender # 068-T-
AND THAT
the tender be awarded to the lowest price qualified bidder, TACC Construction
Ltd in the total amount of $11,033,279.68 exclusive
of GST subject to the receipt of funding
as described in this report;
AND THAT
a contingency amount of $950,000 exclusive of GST be established to cover any
additional construction costs and that the Director of
AND THAT the
award of the contract for construction inspection and contract administration
services to Earth Tech Canada in the amount of $201,000 as described in the
April 11, 2006 staff report be confirmed;
AND THAT
the value of the contract for
construction inspection and contract administration services to Earth Tech
Canada be increased by $90,500 to a total of $291,500 exclusive of GST to cover
the increased scope of services and updated construction schedule as described
in this report;
AND THAT
a contingency amount of $32,700 exclusive of
GST be established to cover any additional construction inspection and contract
administration costs and that the Director of
AND THAT
staff be authorized to retain Earth Tech
AND THAT a
contingency amount of $250,000.00 exclusive of GST be established to cover the
additional costs of constructing the Elgin Mills/Woodbine Bypass intersection
to accommodate the 404 North Secondary Plan and that the Director of
AND THAT
a contingency amount of $935,000 exclusive of GST to be
funded by Cathedral Developers be established to cover any Contractors claims
which may result from delays in obtaining the outstanding permits and approvals
from the TRCA and/or Ministry of Transportation and that the CAO be authorized
to approve expenditure of this contingency amount up to the specified limit.
AND THAT
staff be authorized to retain the geotechnical consulting firm of Geo-Canada
Ltd. as a preferred supplier to provide geotechnical and materials testing
services during construction for an upset limit not to exceed $154,000
exclusive of GST;
AND THAT
a contingency amount of $20,000 exclusive of
GST be established to cover any additional geotechnical and materials testing
services during construction and that the Director of
AND THAT
staff be authorized to issue a Purchase Order to Geo-Canada Ltd in the amount
of $80,000 to cover the cost of geotechnical and materials testing services
provided during the Woodbine Bypass trunk sanitary sewer project as described
in the
AND THAT staff
be authorized to retain a qualified independent environmental consulting
firm in accordance with the Town’s Purchasing Bylaw to provide on-site
environmental monitoring to ensure compliance with TRCA permit requirements for
an upset limit not to exceed $65,000 exclusive of GST.
AND THAT
staff be authorized to issue a Purchase Order to Powerstream Ltd in the amount
of $50,000 to cover the cost of connecting the street lighting and traffic
signal systems to the existing electrical distribution network.
AND
THAT the sidewalk and illumination
portions of the tender ($1,759,285.39)
be funded from the
AND
THAT a contingency amount of $ 338,230.50 exclusive of GST be
established to cover possible hydro power supply work and that the
Director of
AND THAT staff be
authorized and directed to do all things necessary, including the execution of
documents, to give effect to the above.
AND THAT upon payment of all the invoices,
any remaining funds be applied to the construction of outstanding works in
Phase 1 and 2a of the Woodbine Avenue Bypass project.
AND THAT the Ministry of Transportation and the Region of York be advised that
the Town of
AND THAT
staff proceed with the Class Environmental Study for
the Hwy 404 northbound exit ramp extension to
EXECUTIVE SUMMARY:
The Woodbine Avenue Bypass will provide a critical transportation link to support development of the Cathedral Secondary Plan lands and the 404 North Secondary Plan (OPA 149). An Environmental Assessment for the project was completed in 2003 by the Region of York with construction of the Bypass scheduled to be undertaken by the Region in 2012. In November 2007, a Tri Party Agreement was executed by the Town, the Region of York and the Cathedral developers in which the Town assumed responsibility for the design, approvals and project management of the Woodbine Avenue Bypass on behalf of the Region of York in order to advance the completion date of the roadway. The Cathedral Developers are responsible construction costs with subsequent Regional Development Charge credits.
The construction of the Bypass is
currently scheduled to be completed in two phases. The contract for the construction of the
first phase, extending from just north of
All property required for the construction of the Bypass will be secured by the Region of York either through the development process of through the terms of the Tri-Party Agreements with the Cathedral and 404 North Developers groups.
The total cost exclusive of GST of constructing Phase 1 of the Woodbine Bypass is as follows:
Design Fees |
$430,420.00 |
Construction Cost |
$11,033,279.68 |
Construction Contingencies |
$950,000.00 |
Contract Admin. and Site
Inspections |
$291,500.00 |
Contract Admin. & Site Insp.
Contingencies |
$32,700.00 |
Elgin Mills intersection re-design fee |
$50,000.00 |
Elgin Mills intersection construction contingency |
$250,000.00 |
Geotechnical testing services |
$154,000.00 |
Geotechnical/hydrogeological testing contingencies |
$20,000.00 |
Delay Claim Contingency |
$935,000.00 |
Powerstream connection charges |
$50,000.00 |
Independent environmental consultant |
$65,000.00 |
|
$536,282.21 |
Total |
$14,798,181.89 |
.
Cost sharing of the construction of Phase 1 of the Woodbine Bypass will be calculated in accordance with the terms of the tri-party agreement between the Town, the Region of York and the Cathedral developers.
The draft summary of funding from
each party is as follows. Staff met with
the Region of York and Cathedral Developers and are finalizing these
contributions. An updated funding
summary (Attachment ‘B’) will be tabled at the
Item |
Funding excluding GST |
Developer Funded |
$2,261,889.00 |
Developer Funding (Bypass construction) |
$10,777,007.50 |
Town of |
$1,759285.39 |
Total Estimated Project Funding |
$14,798,181.89 |
1.
Purpose 2. Background 3. Discussion 4. Financial
5. Others (Environmental,
Accessibility, Engage 21st, Affected Units) 6. Attachment(s)
The purpose of
this report is to award the contract for the construction of Phase 1 of the
Woodbine Avenue Bypass and to retain consulting engineering firms to provide
construction inspection, contract administration, environmental monitoring, geotechnical inspection and testing services for the
project.
The Region’s Transportation
Master Plan of June 2002 identified the Woodbine Avenue Bypass as a need within
the ten year time horizon. The
Environmental Assessment for the Woodbine Avenue Bypass was completed by the
Region of York in June 2003 and was subsequently approved by the Ministry of
the Environment on
Prequalification
Due to the scope of the project, contractors were pre-qualified to ensure
that all bidders would have the necessary qualifications, experience and
resources to complete the works in accordance with Town of
Advertised, place and date |
|
Prequalification closed on |
|
Number of contractors picking up
bid documents |
15 |
Number of contractors responding
to bid |
9 |
Number of contractors
prequalified |
7 |
Construction Tender
The construction tender # 068-T-08 was issued in accordance with the
Purchasing By-law 2004-341.
Tender release |
|
Bids closed on |
|
Number of contractors picking up
bid documents |
7 |
Number of contractors responding
with valid bid |
5 |
Detailed pricing information as submitted is as follows exclusive of GST;
|
Contractors |
Total Price |
1 |
TACC Construction Ltd |
$11,033,279.68 |
2 |
Miller Paving Ltd |
$11,117,881.42 |
3 |
Miwel
Construction |
$11,161,629.13 |
4 |
Fermar Paving
Ltd. |
$11,917,864.70 |
5 |
Grascan
Construction Ltd |
$12,700,000.00 |
Contract Administration and Site Inspection Services
Earth
Tech Limited was retained by the Town in April 2006 to provide design services
for the entire Bypass.
Council also authorized staff to retain Earth Tech to provide construction
inspection and contract administration services for the project subject to the
satisfactory completion of the detailed design phase of the project. Staff are
satisfied with Earth Tech’s performance to-date on the project and are
recommending that the retention of Earth Tech provide construction services be
confirmed.
The Earth Tech proposal for
construction services was based on a proposed construction schedule provided in
the Request for Proposal in which the construction of phase 1 & 2 of the
Bypass was to occur over a 33 week period from April to November 2007. The current schedule involves construction
over a 41 week period commencing in July 2008 and ending in July 2009. Staff is
recommending that Earth Tech’s fee for contract administration and construction
inspection be adjusted to reflect the extension of the construction period by 8
weeks and the change in the construction year from 2007 to 2008/2009. Staff is
recommending that Earth Tech’s upset fee for construction
inspection and contract administration services be increased by $69,500 to
cover these revisions to the construction schedule.
The scope of the Woodbine Bypass
project has also been expanded to include the construction of a new culvert
structure on
.
With these recommended adjustments, the total revised upset limit fee Earth Tech’s construction services will be $291,500.
Electrical Construction Services
The streetlighting and traffic signal systems along the Bypass must be connected to the existing electrical distribution system owned and operated by Powerstream. Staff has negotiated an agreement with Powerstream to complete the required connections for an upset fee amount of $50,000.00 inclusive of all disbursements exclusive of GST and staff are recommending that a Purchase Order be issued to Powerstream for this amount.
Geotechnical and Hydro-geological Inspection Services
For
quality control purposes, the
Environmental Inspections
The construction of Phase 1 of
the Woodbine Bypass will involve two crossings of Carlton Creek. These
crossings require approvals from the Ministry of Natural Resources (Work Permit
under the Lakes and Rivers Improvement Act) and the TRCA (permit under the
Conservation Authorities Act).Each of these environmental approvals is subject
to a number of terms and conditions relating to the implementation, maintenance
and monitoring of environmental protection measures during the course of the
construction. As the permits and approvals are issued to the Town of
Outstanding Approvals
A number of permits and approvals are required for this project. The following table provides a summary of these approvals and permits and the current status of each:
Agency |
Approvals required |
Current status |
Toronto & Region Conservation Authority |
2 watercourse crossings of Carlton Creek |
· North crossing application submitted November 2007, Permit pending approval of Developers submissions. · South crossing application submitted January 2008,both applications under review by TRCA and approval expected this month |
Ministry of Transportation |
|
· Original intersection design approved · redesign pending approval of developers traffic studies |
Ministry of the Environment |
Roadway storm drainage system |
Application submitted, approval expected this month |
Region of |
Roadway design and construction specifications |
90% design approval received. Final design approval expected this month |
TRCA Permits
In conjunction with the
construction of the Carlton Creek crossing at
MTO Corridor Control Approval
The proposed intersection of the
Woodbine Bypass and
Region of
As the Woodbine Bypass will be a
regional road, this road construction project is being completed by the Town of
In order to meet the scheduled delivery date for the Bypass of late 2009, the contract for the first phase of the work was issued at the 90% approvals stage in the Region’s approval process. Staff is continuing to work with York Region to secure the final approvals and it is anticipated that this approval will be in place before construction commences.
Potential Delay Claims
The construction of the first
phase of the Bypass is scheduled to be completed by the summer of 2009. In
order to meet this schedule, the tender must be awarded in June and
construction must proceed during the summer months. As described in previous
sections of this report, the required approvals and associated permits from the
TRCA and MTO have not yet been received and the timing of these approvals is
not controlled by the Town but rather by the
In addition an allowance is being requested of the developers to correct any deficiencies related to works (servicing, grading, etc.) in the Bypass right of way constructed the developers and construct additional developer works under this contract ($774,541).
Project Schedule
The entire
Woodbine Bypass from
Project Transfer to the Region of
The Woodbine Avenue Bypass is a Region of York arterial road. Upon completion, the Bypass right of way from Major Mackenzie Drive to south of 19th Avenue is to be conveyed to the Region of York as a condition of the Tri-party agreements between the Town of Markham, the Region of York and the two adjacent developers groups (Cathedral Developers Group and the 404 North Developers Group). The Tri-party agreements also outline in detail the various warranty and guarantee periods relating to the transfer of the road works to the Region of York upon completion.
An updated funding summary is
being finalized at the time of writing of this report and will be tabled at the
The Finance and Legal Departments have reviewed this report and their comments have been incorporated.
RECOMMENDED BY:
________________________ ________________________
Alan Brown, C.E.T. Jim Baird, M.C.I.P., R.P.P.
Director of
Attachment A – Location Plan
Attachment B – Financial Summary (to be tabled)
Q:\Development\Engineering\REPORTS\2008\June\068-T-08
AWARD REPORT.doc