Report to: Development
Services Committee Report
Date:
SUBJECT: Award Tender # 021-T-09
PREPARED BY: Nehal Azmy, Senior Capital Works Engineer ext. 2197
Robert Slater, Senior Construction Buyer ext 3189
RECOMMENDATION:
1)
THAT the
2) AND THAT the contract for Tender # 021-T-09, Enterprise Boulevard Extension Phase 2 and Main Street Unionville South Reconstruction be awarded to the lowest price qualified bidder, Carillion Canada Inc. in the amount of $8,687,936.71 exclusive of GST (excluding Markham District Energy cost);
3)
AND THAT a
contingency amount of $1,018,793.67 exclusive of GST be established to cover
any additional construction costs and that the Director of
4)
AND THAT staff
be authorized to retain McCormick Rankin Corporation as preferred supplier to
provide construction inspection, contract administration services and material
testing during construction of the project to an upset limit of $671,250.00
exclusive of GST, in accordance with
5)
AND THAT a
contingency amount of $67,125.00 exclusive of GST be established to cover any
additional construction inspection and contract administration services and
material testing during construction and that the Director of
6)
AND THAT Purchasing Department staff be
authorized to issue a purchase order to Power Stream Inc. for an amount of $62,800.00
exclusive of GST for
the cost of work to be carried out by Power Stream Inc relating to the
completion of service connections, removal of primary lines and temporary
isolation of power lines.
7)
AND THAT
funding for the project be provided from the approved Capital Budget accounts #
083-5350-8161-005, 083-5350-9320-005 and 083-5350-9325-005, and recoveries from
Bell Canada, as identified in this report;
8)
AND THAT staff
be authorized to award the contract for the wider bridge option;
9) AND THAT upon payment of all invoices, any remaining funds be returned to the original funding sources;
10)
AND THAT staff
be authorized and directed to do all things necessary to give effect to this
resolution.
The purpose of this report is to
award the contract for the extension of
The first phase of
In August of 2007, the consulting engineering firm
McCormick Rankin Corporation was retained by the Town to prepare the detailed
designs, construction drawings, specifications and tender documents for the
extension of
In addition property acquisition for the right of way required to construct the road has been ongoing for the past year.
Work on the
detailed design and the securing of approvals has been ongoing since August
2007 and has advanced to the stage where tenders have been received for the
construction of the project which includes:
·
the
construction of
·
the widening of Unionville Gate from its current
two-lane cross section to a five-lane cross section with sidewalks and bicycle
lane in both directions of travel.
·
the
extension of the existing culvert on Unionville Gate to accommodate the road
widening.
·
the
reconstruction of Main Street Unionville South from Hwy 7 to Unionville Gate
including the narrowing of Main Street from its existing four lane
cross-section to a two lane cross-section with sidewalks, bike lanes, on-street
parking and streetscape.
·
the replacement of the
·
the
construction of the trunk sanitary sewer along Main Street from Hwy 7 to
Richard Maynard Crescent connecting to the York Region Trunk Sewer at the Rouge
River Valley.
·
the
replacement of the local services including watermain and sanitary sewers along
·
the
construction of a trunk storm sewer on
Unionville Gate and an outfall for the future development of
·
the
installation of local services including watermain and storm sewers along
·
the
provision for installation of district heating and cooling systems along
·
the
installation of streetlighting as described in the Markham Centre Standards
throughout the project.
·
modifications
to the
·
the
replacement of the existing temporary light poles along
·
the
placement of top asphalt along the first phase of
The current
contract contains enhanced streetscape features on
·
decorative
lock-stone in parking areas.
·
tree
planting along sodded boulevards.
·
decorative
lock-stone for pedestrian crossing along Hwy 7/Main Street South.
·
heritage
style street lights from Hwy 7 to the
·
·
stone
facing parapet walls along the
These works
were reviewed with abutting residents and interested stakeholders on
The current
contract provides for the installation of paired Markham Centre light standards
for the full length of the extension of
Regulatory Agency Approval
All
required approvals for the project have been secured including the
Toronto Region Conservation Authority (TRCA), the Region of York and the
Ministry of Environment.
Consultant Services
The Town’s purchasing By-law 2004-341, Part II, Section 7(1) (h) allows for the acquisition of consulting and professional services from a preferred supplier without seeking proposals if the service is non-standard and the supplier has a proven track record with the Town in terms of quality, pricing and service.
McCormick Rankin Corporation has undertaken the environmental assessment, detailed designs, construction drawings, specifications and tender documents for this project. Staff has negotiated an upset fee of $671,250.00 to provide full time contract administration, inspection services and materials testing. Details regarding fees for these services are included in the Financial Consideration section of this report.
Given the short time frame available to construct the
project and McCormick Rankin’s experience, qualifications and excellent
previous performance, staff are recommending that McCormick Rankin Corporation
be retained to provide contract administration, construction inspection
services and materials testing for the project.
The fee is approximately 7.0% of the project estimate and is within the
rates established for projects of this magnitude.
Property Acquisition
The
majority of the lands required to construct the Enterprise Blvd Phase 2
extension were purchased by the Town from Peter Wing Way Quan, Lai Shing Quan
and P. Quan Developments Limited.
In October
21, 2008 Council authorized staff to finalize negotiations for the acquisition
of small parcels of land for road widening purposes from three property owners
on Unionville Gate (Freehold Building Corporation, Traks Communications Ltd.
and Unionville Gate Medical Holdings Limited) together with temporary limited
interests for up to 2 years for construction access, grading, installation of
toe walls and street lights as illustrated on Attachment (B).
As these
agreements are not expected to be completed and title transferred to the Town
until May, 2009, the Contractors were advised in the tender document to
schedule their work accordingly.
Markham District Energy
Markham
District Energy Board of Directors Meeting held on March 26, 2009 have decided
not to install MDE infrastructure along Enterprise Blvd from Rivis Road to future
Street “A” as part of this contract and therefore the provisional item for
Markham District Energy work has not been included in the tender award. The
installation of MDE pipe may occur 5 to 8 years from now as development occurs.
Bridge Deck Replacement Options
The bridge deck replacement on
During a
public meeting held on
Two
alternatives for the deck width were included in the tender document with a
provision that Council will decide on its preferred option based on funding
availability and on public input.
Staff
recommends the contract for the option 2 – wider bridge be awarded. Option 2 is
a cheaper alternative than Option 1 but the Town’s share of the cost will
increase by $40,407.36 and
This work
will be funded jointly between the Town of
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 Markham requirements within the
specified timelines, The prequalification was issued in accordance with the
Purchasing By-Law 2004-341.
PREQUALIFICATION
INFORMATION
Advertised,
place and date |
|
Prequalification
closed on |
|
Number of
contractors picking up bid documents |
38 |
Number of
contractors responding to bid |
17 |
Number of
contractors prequalified |
12 |
Construction Tender
The construction tender # 021-T-09 was issued in accordance with the
Purchasing By-law 2004-341. Engineering and Purchasing staff and the consultant
have reviewed the bid documents and are satisfied that all items, conditions,
bid prices and specifications comply with the Town’s requirements. The tender
results are summarized below:
BID INFORMATION
Tender
release |
|
Bids
closed on |
|
Number of
contractors picking up bid documents |
12 |
Detailed
pricing information as submitted is as follows exclusive of GST:
Contractor |
Total Tender Price Option 1 – Narrow Deck (excluding GST) |
Total Tender Price Option 2 – Wider Deck (excluding GST) |
Carillion
Canada Inc. |
$8,774,506.48 |
$8,687,936.71 |
Soncin
Construction |
$9,771,616.49 |
$9,591,813.49 |
Dufferin
Construction |
$9,973,601.90 |
$9,804,983.90 |
Graham
Brothers |
$9,991,938.52 |
$9,876,569.96 |
Miwel
Construction |
$10,376,330.25 |
$10,004,465.85 |
Dagmar
Construction |
$10,447,701.71 |
$10,346,386.02 |
Ellirpa
Construction |
$11,130,187.35 |
$10,928,173.33 |
Brennan
Paving |
$11,243,408.20 |
$11,079,132.20 |
Grascan
Construction |
$11,373,575.00 |
$11,250,900.00 |
Clearway
Construction |
$11,837,581.39 |
$11,659,538.12 |
The bids
were verified for accuracy and compliance with the tender terms and
conditions. Town staff has reviewed the
tender submitted by Carillion Canada Inc. and are satisfied that all terms,
conditions, bid prices and specifications comply with the Town’s
requirements. Carillion Canada Inc. provided
evidence of company’s past experience in this type of projects and references
were checked as part of the prequalification process.
Staff
recommends that tender for the construction of the Enterprise Boulevard Phase 2
and Main Street Unionville reconstruction be awarded to the lowest bidder,
Carillion Canada Inc. in the amount of $8,687,936.71 exclusive of GST. The total cost of the constructing this
project with the wider bridge deck option, excluding Markham District
Energy and property
acquisition costs is as follows:
Item |
Cost excl. GST |
Construction Cost |
$8,687,936.71 |
Construction Cost Contingency |
$1,018,793.67 |
Construction Inspection, Contract
Administration & Material testing |
$671,250.00 |
Construction Insp., Contract Admin &
Material testing Contingency |
$67,125.00 |
Power Stream connection charges |
$62,800.00 |
|
$626,706.32 |
Total Project Cost |
$11,134,611.70 |
The Town’s
portion of the project costs is funded in the approved Capital Budget in the
following amounts:
|
Account # |
Project Budget |
Cost excl. GST |
Estimated Remaining Funds |
|
083-5350-9320-005 |
$7,825,000 |
$6,290,984.35 |
$1,534,015.65 |
|
083-5350-9325-005 |
$3,696,000 |
$3,586,605.24 |
$109,394.76 |
Hwy 7
Trunk Sanitary Sewer (Phase 1) |
083-5350-8161-005 |
$1,484,800 |
$1,257,022.11 |
$227,777.89 |
Totals |
|
$13,005,800 |
$11,134,611.70 |
$1,871,188.30 |
The Town
will upfront the cost for this project and recoveries will be provided from the
followings source
Item |
Cost excl. GST |
Recoveries
from |
$62,666.24 |
* Bell Canada cost share
(material and 50% labour and equipment cost) plus 10% construction cost
contingencies, 7.0% consultant contract administration fees, 10% contract
administration contingencies and 6% project management fees.
CONSTRUCTION SCHEDULE
The current schedule for
the project, to be finalized with the contractor, is to have this contract
start mid May and the Enterprise extension open to traffic by end of 2009. Work
on the
While a portion of the work
required on the Unionville private properties may be delayed if the owners fail
to execute the agreements by May 2009, the opening of the Unionville Gate for
vehicular traffic will not be affected by this delay.
A notice of commencing
construction will be sent to the public following the award of the contract.
The extension of
This report was circulated internally
to the Legal, Financial Services, Urban Design and Operations Departments and
their comments have been incorporated.
RECOMMENDED BY:
________________________ ________________________
Alan Brown, Jim
Baird, M.C.I.P., R.P.P.
Director of
Attachment A – Location Plan
Attachment B - Unionville Gate Widening Plan
Attachment C – Bridge Deck Replacement Option 1
Attachment D – Bridge Deck Replacement Option 2