Report to: Development Services Committee                                                      Report Date: June 8, 2010

 

SUBJECT:                          Award of Tender #044-T-10

                                             Woodbine By-pass Construction – Phases 1A and 3B

PREPARED BY:               Alick Wong, Manager, Infrastructure and Capital Works, ext. 3120

Gabor Szakter, Senior Capital Works Engineer, ext. 4040

Robert Slater, Senior Construction Buyer, ext 3189

RECOMMENDATION:

 

1.            That the report entitled “Award of Tender # 044-T-10 Woodbine Avenue By-pass Construction – Phases 1A and 3B” be received;

 

2.            And that the tender be awarded to Con-drain Company (1983) Ltd. in the total amount of $4,929,479.82, inclusive of HST, subject to the receipt of funding, or other financial arrangements to the satisfaction of the Town’s Chief Administrative Officer as described in this report;

 

3.            And that a contingency amount of $492,947.98, inclusive of HST, be established to cover any additional construction costs and that the Director of Engineering be authorized to approve the expenditure of this contingency amount up to the specified limit;

 

4.            And that staff be authorized to retain AECOM as preferred supplier to provide construction inspection, contract administration services, geotechnical material testing, and inspection of electrical works during construction of the project to an upset limit of $188,133.89 inclusive of HST, in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (1);

 

5.            And that a contingency amount of $18,723.84, inclusive of HST, be established to cover any additional construction inspection, contract administration costs, geotechnical material testing, inspection of electrical works;

 

6.            And that staff be authorized to issue a Purchase Order to Powerstream Ltd. in the amount of $111,936.00, inclusive of HST, for their pole relocations along Phase 3B of the Woodbine Avenue By-pass;

 

7.            And that staff be authorized to issue a Purchase Order to Rogers Cable Communication Inc. in the amount of $24,207.48, inclusive of HST, for their cable and fibre-optic cable relocations along Phases 1A and 3B of the Woodbine Avenue By-pass;

 

8.            And that staff be authorized to issue a Purchase Order to Bell Canada in the amount of $87,208.32, inclusive of HST, for the cost of their cable relocations along Phases 3B of the Woodbine Avenue By-pass;

 

9.            And that the internal engineering project management fee of 4% be charged in accordance with the Tri-party Agreement and as estimated in this report;

 

10.        And that the sidewalk and illumination portions of the tender $203,752.26 and $310,589.77 respectively, inclusive of HST, be funded from the Engineering Department’s Capital Accounts #83-5350-10057-005, and # 83-5350-9301-005;

 

11.        And that the multi-use path portions of the tender $213,986.34, inclusive of HST, be funded from the Engineering Department’s Capital Accounts #83-5350-8114-005;

 

12.        And that the sanitary sewer portions of the tender $108,661.81, inclusive of design, contract administration, and construction costs and contingencies, inclusive of HST, be funded from the Engineering Department’s 404 North Trunk Sanitary Sewer Account #83-5350-7346-005;

 

13.        And that the Region of York be requested to enter into an Operation and Maintenance agreement for a combined storm sewer and outlet;

 

14.        And that the risk assessment related to the status of a stormwater management pond provided by the 404 North Developers, property, permits, and utility relocations be acknowledged.

 

EXECUTIVE SUMMARY:

 

The Woodbine Avenue By-pass will provide a critical transportation link to support development in both Cathedral and the 404 North Secondary Plans and protect Victoria Square Hamlet from Regional traffic.  A Class Environmental Assessment for the project was completed in 2003 by the Region of York with construction of the By-pass 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.  This agreement facilitated early construction of Phase 1 and 2A of the Woodbine By-pass, which extends from just north of Major Mackenzie Drive to Lord Melborne Street as per Attachment ‘A’.  The Cathedral Developers are responsible for majority of the construction costs with subsequent Regional Development Charge credits.

 

For Phases 2B and 3, a Tri Party Agreement was executed in May 2010 by the Town, the Region of York and the 404 North Developers Group. Phases 2B and 3 extend from Lord Melborne Street to Woodbine Avenue as per Attachment ‘A’.  The 404 North Developers Group is also responsible for the majority of the construction costs with subsequent Regional Development Charge credits.

 

The conditions in both Tri Party Agreements, stipulate that the Town assume responsibility for the design, approvals, project management and maintenance of the Woodbine By-pass on behalf of the Region of York in order to advance the construction of the By-pass from 2012 to 2009/10.  Upon completion of the By-pass in its entirety, the Region will assume responsibility for the By-pass (including maintenance and capital replacement).  

 

The construction of all phases (shown on Attachment ‘A’) of the By-pass is separated into three contracts and the status of each contract is as follows:

 

  1. Phase 1B – North of Major Mackenzie Drive to Elgin Mills Road – under Contract #068-T-08 is substantially complete with rectification of minor deficiencies scheduled for Summer, 2010.
  2. Phases 2A, 2B and 3A– Elgin Mills Road to Honda Boulevard – under Contract #029-T-09 is currently under construction and will be completed by July, 2010.  This contract was advanced ahead of the execution of the Tri Party Agreement for Phases 2B and 3, to provide access to the Honda Headquarters.

3.      Phases 1A and 3B – This proposed contract comprises the two interfaces between existing Woodbine Avenue and the By-pass.  Phase 1A is from existing Woodbine Avenue at Major Mackenzie Drive to the south limit of Phase 1B.  Phase 3B is from Honda Boulevard to existing Woodbine Avenue to the north.  Construction is scheduled to commence in the Summer of 2010 with construction to base course asphalt by Fall, 2010 in order to open the entire Woodbine Avenue By-pass to traffic.  Surface course paving, sidewalk, and boulevard landscaping are scheduled to be completed by the Summer of 2011.   

 

In both Tri-Party Agreements, the Town is funding the sidewalk, multi-use path, and illumination components through its development charges and pre-DCA reserve. 

 

PURPOSE:

 

The purpose of this report is to award the contract for the construction of Phases 1A and 3B of the Woodbine Avenue By-pass, and to authorize the relocation of existing utilities by Powerstream, Rogers, and Bell Canada.

 

BACKGROUND:

 

The Region’s 10 Year Capital Program identified construction of the Woodbine Avenue By-pass in their 2012 budget plan.  In order to facilitate the development of both the Cathedral lands and the 404 North business parks, the Town has assumed the responsibility for the design, approvals and construction of the Woodbine Avenue By-pass.  In November, 2007 a Tri Party Agreement was executed between the Town, the Region of York and the Cathedral Developers for Phases 1 and 2A of the By-pass, funded by the Cathedral Developers.  In May, 2010 another Tri Party Agreement was executed by the Town, the Region of York, and the 404 North Developers, funded by the 404 North Developers. 

 

In the Spring, 2010 the detailed designs, construction drawings, specifications and tender documents for Phases 1A and 3B were completed by AECOM (formerly Earth Tech Limited) and Masongsong Associates Engineering Limited (MAEL), respectively.  In order to have this road open to the public by the end of 2010, staff have tendered Phases 1A and 3B.  There are outstanding issues which staff has advised bidders with respect to the timing of permits, availability of an outlet pond and property, and advised them to schedule their work accordingly.

 

OPTIONS/ DISCUSSION:

 

1.             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 and Region of York requirements within the specified timelines.  The prequalification was issued in accordance with the Purchasing By-law 2004-341.

PREQUALIFICATION INFORMATION

Advertised, place and date

January 15, 2009

Prequalification closed on

January 30, 2009

Number of contractors picking up bid documents

18

Number of contractors responding to bid

18

Number of contractors prequalified

16

 

 

 

 

2.             Construction Tender

 

The construction tender # 044-T-10 was issued in accordance with the Purchasing By-law 2004-341.  Engineering and Purchasing staff and Town’s engineering consultant, MAEL, has reviewed the bid documents and are satisfied that all terms, conditions, bid prices and specifications comply with the Town’s requirements.  The tender results are summarized below:

BID INFORMATION

Tender release

May 12, 2010

Bids closed on

May 28,  2010

Number of contractors picking up bid documents

15

Number of contractors responding with valid bid

6

 

Detailed pricing information as submitted is as follows, inclusive of HST;                          

 

Contractors

Bid Opening Price

Corrected*

Price

1

Con-drain Company (1983) Ltd.

$4,949,831.82

$4,929,479.82

2

Dufferin Construction Co.

$5,576,188.00

$5,507,500.00

3

Dagmar Construction Inc.

$5,585,629.49

no changes

4

ELPIRA Construction & Materials

$5,753,272.11

no changes

5

KAPP Contracting

$5,843,728.12

no changes

6

Brennan Paving & Construction

$6,178,452.36

no changes

 

 

 

 

 

 

 

 

 

 

 

*Arithmetic error corrected.

 

3.            Detailed Design, Contract Administration, and Site Inspection Services

 

AECOM completed the detailed design, contract administration, and site inspection of Phase 1B of the Woodbine Avenue By-pass, and recently completed the detailed design for Phase 1A.  MAEL was engaged by the Town to complete the detailed design, administration, and site inspection of Phase 2A, 2B, and 3A, and recently completed the detailed design for Phase 3B, while also combining the completed design of Phase 1A to create a single contract for Phases 1A and 3B (Contract #044-T-10).

 

Town staff has been satisfied with the design and contract administration services of both AECOM and MAEL.  Due to AECOM’s and MAEL’s familiarity with the project, the project complexities and tight timelines, staff have obtained quotations for the contract administration and site inspection of Phases 1A and 3B from AECOM and MAEL.

 

The following table represents the quotations provided by AECOM and MAEL:

 

Consultant

Prices (Inclusive of HST)

AECOM 

$188,133.89

MAEL

$248,486.05

 

 

The construction cost of Phases 1A and 3B is $4,929,479.82. AECOM’s and MAEL’s quotations represent 3.8% and 5.0% of the estimated construction cost, respectively.  These percentages are competitive for a project of this magnitude and complexity.

 

In an effort to award the contract administration and inspection services for Phases 1A and 3B, staff recommends that the Request For Proposals process be waived in accordance with Purchasing By-Law 2004-341, Part II, Section 7 (1) - (h) where it necessary or in the best interests of the Town to acquire Consulting and Professional Services from a preferred supplier or from a supplier who has a proven track record with the Town in terms of pricing, quality and service. Staff recommend that AECOM be awarded with the contract administration and site inspection assignment for Phases 1A and 3B of the Woodbine Avenue By-pass.

 

Based on AECOM’s quote, the cost of contract administration and inspection services of Phase 1A is $94,066.94.00 (inclusive of HST), to be funded from the Engineering Department’s Capital Account #83-5350-8455-005 and financed by the Cathedral Developers.  AECOM’s quote for $94,066.94.00 (inclusive of HST) for the administration and inspection services of Phase 3B is to be funded from the Engineering Department’s Capital Account #83-5350-8441-005 and financed by the 404 North Developers.

 

Staff is recommending that a contingency fee of $18,723.84 (inclusive of HST) be allocated for additional contract administration and inspection efforts, should the need arise, of which $9,361.92 (inclusive of HST), is to be funded from the Engineering Department’s Capital Account #83-5350-8455-005 and $9,361.92 (inclusive of HST), to be funded from the Engineering Department’s Capital Account #83-5350-8441-005.

 

4.            Outstanding Issues

 

a.            Drainage Pond by 404 North Developers

 

The storm sewers of Phase 3B of the Woodbine Avenue By-pass require two outlets to a stormwater management pond, to be provided by the Rice Group, of the 404 North Developers. The function of this pond is to capture the drainage for a portion of Rice’s lands as well as from the Woodbine Avenue By-pass right-of-way and Vetmar plan of subdivision.  To date, this pond has only been built by Rice to accommodate the drainage of their lands.  The Town has been working with Rice to get their commitment to enlarge the pond by July 15, 2010, which also includes providing easements on their lands to accommodate two drainage corridors from the two storm sewer outlets.  In the absence of the stormwater management pond, the contractor would be required to pump away the storm runoff of the By-pass right-of-way, which may result in claims to the By-pass contract.

 

One of the storm sewer outlets consists of combining the road drainage from the Woodbine Avenue By-pass (Region’s flow) with the local road drainage (Town’s flow), into a combined storm sewer for 250m.  The Region prefers to separate the Region’s flow from the Town’s flow.  The Town recommends the combined storm sewer for reasons of cost and ease of construction, as well as a means to minimize the overcrowding of piping and underground utilities within the road allowance. The approach of a combined storm sewer system between the Town/Region/Developer was used on the 9th line project from Highway 7 to Highway 407, and the Box Grove By-pass, whereby an agreement was signed by all parties to address costs and maintenance.  The Town requests that the Region enter into a similar agreement with the Town for this 250m section of storm sewer. 

 

b.            Outstanding Property Issues

 

As per the Tri Party agreement, the Town is acting on behalf of the Region on all land negotiations and appraisals for the purpose of acquiring properties and easements from non-participating landowners on Phase 3B of the Woodbine Avenue By-pass.  These properties are located in the north portion of Phase 3B, where the By-pass ties in with existing Woodbine Avenue.  This tie-in point requires that existing Woodbine Avenue be widened.  The Town has negotiated and reached an agreement with all the existing landowners related to land purchases and easements.

 

Upon execution of the Tri-Party Agreement in May, 2010 both Vetmar and Rice Group are obligated to convey portions of their property to facilitate the construction of Phase 3B of the Woodbine Avenue By-pass.  As outlined in the tri-party agreement, the developer group is also responsible to front end the Regional cost for the various land and easement acquisitions from non-participating landowners.  There are no outstanding property requirements in Phases 1A as the right of way has been secured by the Region.

 

The following table provides a status of the property-related issues:

 

Address

Transaction

Status

11139 Woodbine Avenue (non-participating landowner)

Easement

Anticipated to close on June 15, 2010

11192 Woodbine Avenue (non-participating landowner)

Easement

Anticipated to close on June 15, 2010

11116 Woodbine Avenue (non-participating landowner)

Purchase and Easement

Approved by Region Council in March, 2010.  Transaction closed on May 17, 2010.

11192 Woodbine Avenue (Hydro One easement)

(non-participating landowner)

Agreement between Hydro One, Region and Town

Town requires to re-grade an entrance on 11192 Woodbine Avenue.  Portion of this entrance is on an easement by Hydro One, requiring an agreement between Hydro One, Region and Town to encroach this easement.  The terms have been agreed to by all parties. Signature required by Region signing authority - anticipated by June 15, 2010

Vetmar (404 North Developers)

Land transfer for By-pass right-of-way

Land transfer process to Region commenced following execution of Tri-Party agreement of Phase 2B and 3.  Transfer has been completed.

Rice Group (404 North Developers)

Land transfer for By-pass right-of-way

Land transfer process to Region commenced following execution of Tri-Party agreement of Phase 2B and 3.  Transfer anticipated to be completed in June, 2010.

 

c.    Permits and Approvals

 

                                i.            Ministry of Environment Permits

 

Prior to the construction of the storm sewers on Woodbine Avenue By-pass, the Town requires permits from the Ministry of Environment (MOE).  The MOE permit for the storm sewer on Phase 1A was secured as part of an earlier submission in 2008.  For Phase 3B, the MOE permit is anticipated to be received from the MOE in July, 2010.

 

There is a short sanitary sewer run as part of the Phase 3B work.  Prior to construction of this sewer, the Town will require to secure an MOE permit.  This permit is anticipated to be received from MOE in July, 2010. 

 

Since these permits have not been secured yet, the contract tender documents have advised the contractor to schedule his work accordingly.  

 

                              ii.            Ministry of Natural Resources

 

The south limit of Phase 1A of the By-pass is in close proximity of the Carlton Creek just north of Major Mackenzie Drive.  In 2009, the Ministry of Natural Resources (MNR) up-listed redside dace, a small stream fish, to the endangered species list.  The proposed road work will be approximately 30m north of the Carlton Creek.  Although the Toronto Region Conservation Authority (TRCA) has issued the required permit, the Town still has not received the necessary clearance from the MNR.  It is anticipated that the Town will obtain the required clearance by July 1, 2010, as dialogue between the MNR and Town is ongoing.  The contract tender documents have advised the contractor to schedule his work accordingly, until clearance is received from the MNR.

 

d.      Utilities

 

In Phases 1A and 3B, the existing hydro poles by Powerstream are to be relocated on Woodbine Avenue, along with the relocation of cables by their tenants, Rogers and Bell. 

 

In phase 1A, the poles are proposed to be relocated in June, 2010 following a purchase order that was provided to Powerstream, stemming from Staff Award Report #101-S-10. Since the poles also carry cable by Rogers, Town staff requests that a purchase order be created for the relocation of Rogers’ cable, in the amount of $10,464.80 (plus applicable taxes).   

 

In the Phase 3B portion, it is anticipated that the pole and cable relocations will be completed by August, 2010.  The contract tender documents have been worded advising the contractor that the utility relocations are to be completed prior to his road works commencing and that he is to schedule his work accordingly.  The cost of the pole relocations by Powerstream is estimated to be $110,000.00 (exclusive of all applicable taxes).  Staff requests that a purchase order be established to cover this relocation, including contingencies.  In addition, staff request that purchase orders be issued to Bell and Rogers for the costs of relocating their cables in the amount of $85,700.00 and $13,324.00, respectively, exclusive of all applicable taxes.

 

All abovementioned utility relocation costs are based on the Municipal Access Agreement between the utility company and the Region of York.

 

5.            Project Schedule

 

The construction for Phases 1A and 3B of the Woodbine Avenue By-pass is scheduled to begin in late July, 2010.  It is anticipated that the road will be constructed to base-course asphalt by late 2010, allowing the entire Woodbine Avenue By-pass to be opened to traffic.  The surface course asphalt, sidewalk, and boulevard landscaping of the Woodbine Avenue By-pass will be constructed in the spring of 2011, which will conclude the construction of the By-pass.

 

6.            Project Transfer to the Region of York

 

The Woodbine Avenue By-pass is a Region of York arterial road.  Upon completion of the construction of the By-pass in its entirety, from Major Mackenzie Drive to south of 19th Avenue, the road is to be conveyed to the Region of York in accordance with the Tri-Party Agreements between the Town, the Region of York and the two adjacent developers groups (Cathedral Developers Group and the 404 North Developers).   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.  There is also a separate maintenance agreement that the Town and Region have entered into, following the execution of both Tri-Party Agreements.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

FINANCIAL CONSIDERATIONS:

The total cost, inclusive of all taxes, of constructing Phases 1A and 3B of the Woodbine By-pass is as follows:

 

Item

 Total Costs Phase 1A, excluding HST

 Total Costs Phase 3B, including HST

 Total Costs Phases 1A and 3B, including HST

Total Design Fees – AECOM

$21,035.00*

$63,675.92*

$84,710.92

Total Design Fees – Masongong

 

$155,046.87*

$155,046.87

Construction Cost

$1,651,745.63

$3,277,734.19

$4,929,479.82

Construction Contingencies

$165,174.56

$327,773.42

$492,947.98

Contract Admin. and Site Inspections

$94,066.94

$94,066.94

$188,133.89

Contract Admin. & Site Insp. Contingencies

$9,361.92

$9,361.92

$18,723.84

Utilities relocation - Powerstream pole relocates

$74,569.00*

$111,936.00

$186,505.00

Utilities relocation - Powerstream pole relocates – contingencies

$7,500.00*

 

$7,500.00

Utilities relocation - Bell relocation

 

$87,208.32

$87,208.32

Utilities relocation - Rogers relocation

$10,648.98

$13,548.80

$24,207.48

Total Property Costs (includes land value appraisals)

 

$160,460.26

$160,460.26

Engineering Department Project Management Fee @ 4.0%

$81,364.08

$172,032.89

$253,396.98

Totals

$2,115,466.12

$4,472,855.24

$6,588,321.36

* Previously awarded

 

Cost sharing of the construction of Phases 1A and 3B of the Woodbine By-pass has been calculated in accordance with the terms of the Tri-Party Agreements between the Town, the Region of York and the Cathedral Developers Group and the 404 North Developers Group, and is summarized as follows:

 

Cathedral Developers – Phase 1A

 

Item

 Funding including HST

Developers Works

$27,984.68

Regional Works (funded by Cathedral Developers)

$1,746,927.02

Town of Markham Works (sidewalk, illumination, and multi-use path)

$340,554.41

Total Estimated Project Funding

$2,115,466.12

 

 

 

The Town funding sources are as follows:

  • Sidewalk to be from the Engineering Department’s Capital Account #83-5350-10057-005 in the amount of $127,389.71, including HST. 
  • 3.0m wide concrete multi-use path (MUP) to be funded from the Engineering Department’s Capital Account #83-5350-8114-005 in the amount of $131,290.66, including HST. 
  • Illumination to be funded from the Engineering Department’s Capital Account #83-5350-9301-005, in the amount of $81,874.04, including HST. 

 

The funding of Phase1A, 1B, and 2A of the Woodbine Avenue By-pass is provided by the Cathedral Developers.  Based on the current status of Phases 1B and 2A, it is anticipated that approximately $1,900,000 of funding will be available to fund Phase 1A, which is sufficient to cover the Region’s and Cathedral Developers’ share of the project.

 

404 North Developers – Phases 3B

 

Item

  Funding including HST 

Developers Works

$392,352.23

Regional Works (funded by Vetmar)

$3,584,067.25

Town of Markham Works (sidewalk, illumination, multi-use path, and sanitary sewer)

$496,435.77

Total Estimated Project Funding

$4,472,855.24

 

The Town funding sources are as follows:

  • Sidewalk to be from the Engineering Department’s Capital Account #83-5350-10057-005 in the amount of $76,362.54, including HST. 
  • 3.0m wide concrete multi-use path (MUP) to be funded from the Engineering Department’s Capital Account #83-5350-8114-005 in the amount of $82,695.69, including HST. 
  • Illumination to be funded from the Engineering Department’s Capital Account #83-5350-9301-005, in the amount of $228,715.72, including HST.
  • Sanitary sewer work to be funded from the Engineering Department’s 404 North Trunk Sanitary Sewer Account #83-5350-7346-005 in the amount of $108,661.81 including HST. 

 

The Town has currently secured $3,400,000 in funding from Vetmar of the 404 North Developers to fund Phase 3B of the Woodbine Avenue By-pass and has been deposited into Engineering Department’s Capital Account # 83-5350-8441-005. 

 

Since the cost of the Regional Works, inclusive of HST, is $3,584,067.25, additional funding of $184,067.25 is required from Vetmar, as per the conditions of the Tri Party Agreement, which is to be deposited into Engineering Department’s Capital Account # 83-5350-8441-005.

 

In addition, the funding for the developer’s works required to be secured from Vetmar is $392,352.23 inclusive of HST, which will also be deposited into Engineering Department’s Capital Account # 83-5350-8441-005.  The Town has requested this additional funding from Vetmar and is to be in receipt of these funds within 30 days of the request, as per the conditions of the Tri-Party Agreement.  Failing to receive these funds, the Town will make revisions to preclude the developer’s works, which may result in additional cost to the By-pass contract, for additional redesign of storm sewers and delays caused due to amendments to MOE permits.

 

Overall Funding Summery – Phases 1A and 3B

 

Item

  Funding including HST 

Developer Works

$420,336.91

Regional Works (Funded by Developer)

$5,330,994.26

Town of Markham Works (sidewalk, multi-use path, illumination, and sanitary sewer)

$836,990.18

Total Estimated Project Funding

$6,588,321.36

 

All funds received from external sources are to be deposited into Engineering Department’s Capital Accounts # 83-5350-8455-005 for Phase 1A and # 83-5350-8441-005 for Phase 3B.

 

ALIGNMENT WITH STRATEGIC PRIORITIES:

 

Woodbine Avenue is an important arterial route that provides a high volume of daily commuters through York Region and the Town of Markham.  The Woodbine Avenue By-pass will provide a critical transportation link to support development in both Cathedral and the 404 North Secondary Plans, while preserving the Hamlet of Victoria Square.  The Woodbine Avenue By-pass corridor takes into consideration pedestrian and cyclists, by incorporating sidewalk and multi-use path, and supports the Town’s and Region of York’s strategic priorities including Growth Management, Transportation/Transit, and Environmental Sustainability.

 

BUSINESS UNITS CONSULTED AND AFFECTED:

The Finance Department has 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 Engineering                                              Commissioner, Development Services

 

ATTACHMENTS:

Attachment A – Location Plan

Attachment B – Financial Summaries of Phases 1A and 3B

 

Q:\DEVELOPMENT\ENGINEERING\REPORTS\2010\JUNE\WOODBINE AVE BYPASS PHASE 1A AND 3B (JUNE 8)\AWARD OF TENDER REPORT #044-T-10 WOODBINE BY-PASS PH 1A AND 3B-JUNE 8.DOC