FINANCE & ADMINISTRATIVE COMMITTEE

 

 

 

 

 

TO:

Mayor and Members of Council

 

 

 

 

FROM:

Alan Brown, Director of Engineering

 

 

 

 

PREPARED BY:

Allan Arbuckle, Manager of Infrastructure and Capital Works

 

 

 

 

DATE OF MEETING:

2004-June-28

 

 

 

 

SUBJECT:

Tender Award - Contract 070-T-04

Rodick Road /Highway 407 Grade Separation

 

 

 


 

RECOMMENDATION:

THAT the staff report entitled “Tender Award - Contract 070-T-04 Rodick Road /Highway 407 Grade Separation” be received.

 

AND THAT the tender for the construction of Rodick Road /Highway 407 Grade Separation be awarded to the lowest bidder, Graham Bros. Construction Limited in the amount of

 $ 8,767,367.32 inclusive of 7% GST. ($8,193,810.23 excluding GST).

 

AND THAT the Mayor and Clerk be authorized to execute the contract with Graham Bros. Construction Limited for the construction of Rodick Road /Highway 407 Grade Separation.

 

AND THAT Engineering staff be authorized to retain the consulting firm of  Morrison Hershfield Limited to provide construction inspection and contract administration services during construction of the project to an upset limit of $ 331,325.50 inclusive of 7% GST             ($ 309,650.00 exclusive of GST).

 

AND THAT Engineering staff be authorized to retain a qualified consulting firm to provide materials and foundation testing services during construction of the project for an estimated total cost of $ 85,600.00 inclusive of 7% GST ($ 80,000.00 exclusive of GST).

 

AND THAT Engineering staff be authorized to retain the consulting firm of Klienfeldt Consultants as the preferred supplier  to provide environmental  services relating to the preparation of a Site Specific Risk Assessment and a Soil and Groundwater Management Plan for the former Magna property to an upset limit of $99,510.00 inclusive of 7% GST ($93,000.00 exclusive of GST);

 

AND THAT Engineering staff be authorized to retain the consulting firm of Klienfeldt Consultants as the preferred supplier to provide environmental  inspection and monitoring services during the implementation of the Soil and Groundwater Management Plan for the former Magna property to an upset limit of $135,890.00 inclusive of 7% GST ($127,000.00 exclusive of GST);

 

AND THAT a contingency amount totalling $428,000.00 inclusive of GST, ($400,000.00 excluding GST) be reserved for the implementation of a soil management plan to deal with the contaminated soils on the Magna property;

 

AND THAT Purchasing Department staff be authorized to issue purchase orders to 407 ETR for a total amount not to exceed $ 21,400.00 inclusive of 7% GST, ($ 20,000.00 exclusive of GST) for the cost of work to be carried out by 407 ETR for the Highway 407;

 

AND THAT funding for the project be provided from the approved Capital Budget accounts and recoveries from the Region of York as identified in this report;

 

AND THAT the Operations and Asset Management staff include in their 2006 and subsequent years operating budgets the estimated value of the annual operating, maintenance and capital depreciation costs for the grade separation and municipal services;

 

AND THAT upon payment of all invoices, any remaining funding be returned to its original funding source.

 

PURPOSE:

The purpose of this report is to award the contract for the construction of the Rodick Road /Highway 407 Grade Separation and to retain consultants to provide construction inspection, contract administration, geotechnical testing, materials testing and environmental testing services during construction of the project.

 

BACKGROUND:

The extension of Rodick Road from Highway 7 southerly to Esna Park Drive has been identified in a number of studies including the Markham Official Plan, the Markham Transportation Planning Study and the Markham Centre Study as a key component of the long-range plan to improve Markham’s transportation network. The completion of this important transportation link requires the extension of Rodick Road from YorkTech Drive to Miller Avenue and includes the construction of an overpass at Highway 407.

 

An Environmental Assessment was completed for the project in June of 1996 and work on the detailed design of the project, the acquisition of properties, the negotiation of agreements and the securing of approvals for the project has been ongoing since 1999.  Delays to the start of the construction have resulted from:

·         the need to acquire property from a number of landowners including Magna International;

·        the need to resolve a number of jurisdictional and procedural issues between the Ministry of Transportation and the 407ETR consortium relating to the impact of the Rodick Road extension on Highway 407;

·        the impact of the proposed construction on the existing and future operations of Highway 407;

·         changes in the requirements of  Toronto & Region Conservation regarding  a proposed crossing of Beaver Creek;

·        modifications to the project design to accommodate a possible future YRTP transitway on Rodick Road.

 

The acquisition of properties and the negotiation of approvals have been completed to the extent that the project has been tendered with construction scheduled to start in early July, pending the execution of an agreement with 407 ETR regarding the construction and maintenance of the overpass structure and the issuing of the required permits from the Ministry of Transportation.

 

 The construction of the Rodick Road/Highway 407 overpass includes:

  • Construction of a new bridge structure over Highway 407
  • Construction of a new crossing of Beaver Creek
  • Extension of Rodick Road as a new 4 lane roadway from York Tech Drive to Miller Avenue.
  • Construction of watermains, storm and sanitary sewers.
  • Installation of new roadway illumination.
  • Retrofitting of an existing stormwater management pond to provide water quality control.
  • Boulevard, stormwater pond and watercourse landscaping.
  • Implementation of a soil management plan to deal with contaminated soils located on the former Magna lands.

 

DISCUSSION:

The tender was issued in accordance with Purchasing By-law #143-2000.  It was advertised on the ETN and Daily Commercial News and thirty-two companies picked up the tender.  The tender was closed on May 12, 2004 with a total of seven contractors submitting bids in the following amounts:

 

 

Contractor

Total Tender Price

(including 7% GST)

Total Tender Price

(excluding GST)

Graham Brothers Construction Ltd.

$8,767,367.32

$8,193,801.23

Brennan Paving

$8,781,622.89

$8,207,124.19

Dufferin Construction Company

$8,919,477.20

$8,335,960.00

Miwel

$9,681,215.07

$9,047,864.55

B. Gottardo

$9,694,843.92

$9,060,601.79

Dagmar Construction Inc.

$9,941,571.80

$9,291,188.60

Elirpa Construction

$9,549,843.93

$10,218,333.01

 

In addition to the work included in these total tender prices, contractors were also required to submit prices for a number of items of work relating to the management of contaminated soils on the former Magna property. Because the magnitude of the soil management work has not yet been finalized, the total cost of the work cannot be determined and therefore has not been included in the total tender prices listed above. The unit prices submitted by each contractor for the soil management work have been reviewed and the potential impact of these prices on the total cost of the project has been considered as a part of the tender review.

 

The bids were verified for accuracy and compliance with the tender terms and conditions.  Engineering and Financing staff have reviewed the tender submitted by Graham Brothers Construction Ltd. and are satisfied that all terms, conditions, bid prices and specifications comply with the Town’s requirements. The unit prices submitted by Graham Brothers for the contaminated soil management work are generally lower than those submitted by the second and third lowest bidders.

 

References for Graham Brothers have been checked and proven satisfactory.

 

Engineering staff have also requested that the technical audit consultant retained by the Town review the tenders of the two lowest bidders to confirm the results of the Town staff bid analysis. A copy of the technical auditor’s report is included as Appendix “B” of this report.

 

407 ETR Requirements

The Town must enter into an agreement with 407 ETR for the construction and maintenance of the Rodick Road overpass structure. The negotiations to finalize this agreement are ongoing and are expected to be concluded in the near future. Council has previously authorized the Mayor and Clerk to execute this Agreement and has authorized the payment of administration, inspection and technical review fees to be charged by 407 ETR in connection with this project. The total value of these fees is estimated to be $21,400.00 including 7% GST ($20,000 excluding GST).

 

CONSULTANT SERVICES:

Construction Supervision and Contract Administration Services

In  March of this year, Council authorized staff to request detailed proposals from qualified consulting firms to provide construction supervision and contract administration services for the project if an acceptable agreement to provide these services could not be reached with the consulting firm previously retained for the design of the project. Staff has met a number of times with the design consultant in an attempt to resolve outstanding issues regarding fees and the delivery of services, however, an acceptable agreement has not been reached. Staff has therefore proceeded to solicit competitive proposals from three qualified consulting firms each of who have demonstrated the experience, ability and resources to complete this type of project given the size, short delivery time and complexity of the Rodick Road – Highway 407 project. The invited firms included Morrison Hershfield Limited, McCormick Rankin Corporation and UMA Engineering Ltd.

 

Detailed proposals were received from two of the three invited firms. After conducting a detailed review of the project design and tender documentation, UMA Engineering concluded that they were currently unable to commit a sufficient number of senior staff members required to complete this complex assignment within the specified timeframes and therefore they declined to submit a proposal.

 

The detailed proposals submitted by Morrison Hershfield Limited and McCormick Rankin Corporation have been evaluated by applying criteria that assign a total of 70 points for technical content and 30 points for monetary items. The proposal submitted by Morrison Hershfield Limited is complete and comprehensive, is the lowest priced and received the highest overall evaluation score. Morrison Hershfield Limited is a well-established firm with considerable experience in successfully completing similar projects and we therefore recommend that  Morrison Hershfield Limited be retained to provide construction supervision and contract administration services for the project.

 

Details of the fee proposals submitted by the consultants are presented in the following table,

 

Consultant

Fee (including 7%GST)

Fee (excluding GST)

Morrison Hershfield

$331,325.50

$309,650.00

McCormick Rankin Corp.

$577,231.83

$539,469.00

 

Materials and Geotechnical Services

For quality control purposes, the Engineering Department must retain a materials testing firm to provide geotechnical and materials testing during construction.  Staff is proposing to solicit proposals for this work from three qualified testing firms and have included an allowance of

$85,600.00 inclusive of 7% GST ($ 80,000.00 exclusive of GST) to cover the cost of these services.

 

Environmental Services

The construction of the Rodick Road extension required the acquisition of a road allowance from a number of properties including the former wrecking yard owned by Magna International located on the south side of Highway 407. The property required for the road construction was expropriated from Magna in June of 2002 and preliminary testing of the site was completed to determine the nature and extent of soil contamination resulting from the previous wrecking yard activities. These investigations confirmed that high levels of some contaminates are present on the site and that these contaminated soils must be dealt with either through removal or on-site management as a part of the road construction project.

 

Further detailed testing and the development of a soil management plan were to be carried out by the design consultant and the required remediation works was to be included as a part of the construction contract.  Although included in the design contract, the design consultant did not  carryout this work prior to the tendering of the project and therefore the soil management work could not be included in the project tender without creating significant delays to the project.

 

The management of contaminated soils has the potential to significantly affect the total cost of the project depending upon the soil management option selected. It is estimated that the cost of removing all contaminated soil from the site to a suitable treatment and disposal site could be in excess of $ 3,000,000.00 depending upon the type and extent of the contamination. As an alternative to the removal and treatment of the contaminated soils, staff is pursuing the option of on-site management of the materials, a procedure similar to that employed for the construction of the Rodick Road extension from Fairburn Road to York Tech Drive. This approach requires additional testing and analysis of the site conditions and the preparation of a Site Specific Risk Analysis and a Soil and Groundwater Management Plan for the project. It is estimated that the cost of managing all contaminated materials on-site would be approximately $400,000 excluding GST ($428,000 including GST) and staff are therefore recommending that a contingency in this amount be reserved for the implementation of the soil management plan.

 

Given the design consultant’s failure to complete the required soil management work, staff is recommending that a separate environmental consultant be retained directly by the Town for the testing and analysis of the soils and the preparation of a Site Specific Risk Analysis and a Soil and Groundwater Management Plan. As the Site Specific Risk Analysis and the Soil and Groundwater Management Plan must be completed and accepted before excavation and grading work on the Magna property can commence, these documents must be prepared within a short time frame to avoid delays to the project. Staff is therefore recommending that Klienfeldt Consultants Limited be retained as the preferred supplier to perform this work at an upset limit cost of  $99,510.00 inclusive of 7% GST ($93,000.00 exclusive of GST). Klienfeldt Consultants

is familiar with the project and the soil conditions on the Magna property, having carried out the original background research and preliminary field investigations for the Town during the property expropriation proceedings. The firm is also well experienced in this type of work, has performed well for the Town on previous assignments and has indicated that they have the resources available to complete the work within a compressed time frame.

 

 Staff is also recommending that the same firm be retained to provide environmental inspection services during the construction phase of the project at an upset limit cost of $135,890.00 inclusive of 7% GST ($127,000.00 exclusive of GST) to ensure that the soil remediation procedures, which will  be set out in the Soil and Groundwater Management Plan, are carried out and that a final record of site conditions is filed with the appropriate authorities.

 

Design Changes and Additional Work

For a number of months, staff has been experiencing difficulties with the design consultant’s performance on this project to the extent that, in order to meet the scheduled completion, the project had to be tendered while a number of potentially significant issues remained unresolved. A technical audit of the project by a third party consulting firm was commissioned by staff to determine the extent of these outstanding issues which relate primarily to the following items,

  • The design of the Beaver Creek crossing structures.
  • The TRCA’s conditions for approval of the Beaver Creek crossing structure and the stormwater management pond.
  • The watermain tunnels crossing Highway 407 and Beaver Creek.
  • 407 ETR’s conditions of approval for work on Highway 407.

 

Staff is continuing to work with the design consultant, the technical audit consultant and the approval agencies to resolve these outstanding issues. Any revisions to the project designs or specifications required as a result of resolving these outstanding issues will be incorporated into the contract before the documents are executed.

 

FINANCIAL CONSIDERATIONS:

Staff recommends that tender for the construction of the Rodick Road/Highway 407 overpass project be awarded to the lowest bidder, Graham Brothers Construction Ltd.  in the amount of

$ 8,767,367.32 inclusive of 7% GST. ($8,193,801.23 exclusive of GST).  The total cost of constructing this phase of the project excluding the property acquisition costs is as follows:

 

Item

Cost incl. 7% GST

Cost excl. GST

Construction Cost        

$8,767,367.32

$8,193,801.23

Soil Remediation Work

$428,000.00

$400,000.00

Construction Inspection & Contract Administration fee

$331,325.50

$309,650.00

Geotechnical Inspections

$85,600.00

$80,000.00

Site Specific Risk Assessment & Soil & Groundwater Management Plan preparation

$99,510.00

$93,000.00

Environmental Inspections

$135,890.00

$127,000.00

407 ETR Charges

$21,400.00

$20,000.00

Engineering Department Project Management Fee @ 2%

$208,000.00

$208,000.00

Total Project Cost

$10,076,092.82

$9,431,451.23

Recoveries from York Region

$3,317,000.00

$3,100,000.00

Total Town Cost

$6,759,092.82

$6,331451.23

 

The Town’s portion of the project costs will be funded from Town Wide Hard Development Charges with recoveries from the Region of York for modifications to the project to protect the option to expand the overpass structure in the future to accommodate rapid transit and for one third of the cost of constructing the overpass in accordance with current policies regarding Regional contributions to area municipalities for the cost of constructing new crossings over 400 series highways.  The Region has included $3.3 million in their 2004 Capital Budget for this project.

 

The Town’s portion of the project costs is funded in the approved Capital Budget in the following amounts:

 

Project #

Account #

Budget

Amount

Balance Remaining

3752 - Environmental Assessment & Properties

83-5350-3752-005

$1,221,100

$592,464

4731 – Construction Overpass

83-5350-4731-005

$6,300,000

$6,295,182

5335 – Rodick Road Transit Design

83-5399-5335-005

$154,000

$154,000

6119 – Construction Overpass

83-5350-6119-005

$3,594,200

$3,594,200

6120 – Construction Road

83-5350-6120-005

$1,282,600

$1,282,600

Totals

 

$12,551,900

$11,918,446

As noted above the tender price is less than funds approved for this project.  Upon completion of the project and resolution of property cost surplus funds will be returned to its original funding source.

 

CONSTRUCTION SCHEDULE

The current schedule for the project, to be finalized with the contractor, is to have this contract completed and the road open to traffic by the summer of 2005 so that Rodick Road can be utilized as an alternative route for north-south traffic during the widening of Warden Avenue by the Region of York.

 

OPERATING AND MAINTENANCE ISSUES

While the capital costs of constructing the Rodick Road overpass project will be funded by development charges, the ongoing operation and maintenance of the bridge and other infrastructure works constructed under this contract will be the responsibility of the Operations and Asset Management Department and will be funded by the tax rate.  The Operation and Asset Management Department will have to include the operating, maintenance and capital depreciation costs for the grade separation, road works, municipal servicing and street lights in the annual budget commencing in 2006.

 

BUSINESS UNITS CONSULTED AND AFFECTED:

The Finance Department and Legal Department have reviewed this report and their comments have been incorporated.

 

ATTACHMENTS:

Attachment A – Location Plan

Attachment B – Technical Auditor’s Review

 

 

 

 

 

 

 

Alan Brown, C.E.T.

Director of Engineering

 

Jim Baird, M.C.I.P., R.P.P.

Commissioner of Development Services

 

 

Q:\Development\Engineering\REPORTS\2004\May\Tender Award Enterprise Drive.doc