|
|
|
|
|
|
|
|
|
|
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-May-03 |
|
|
|
|
SUBJECT: |
Tender Award - Contract 001-T-04 Enterprise Drive/Helen Avenue Extension
including GO Transit Grade Separation |
|
|
|
RECOMMENDATION:
THAT the tender for the construction of the Enterprise Drive/Helen
Avenue extensions including GO Transit Grade Separation be
awarded to the lowest bidder, Miwel Contractors in the amount of $ 17,352,615.50 inclusive of 7% GST. ($16,217,397.66
excluding GST).
AND THAT the Mayor and Clerk be
authorized to execute the contract with Miwel
Construction Limited for the construction of the Enterprise
Drive/Helen Avenue Extension including the GO Transit Grade Separation in a
form satisfactory to the Director of Engineering.
AND THAT Engineering staff be authorized to
retain the consulting firm McCormick Rankin Corporation as preferred supplier
to provide construction inspection and contract administration services during
construction of the project to an upset limit of $609,923.54 inclusive of 7%
GST ($570,022.00 exclusive of GST);
AND THAT Engineering staff be authorized to
retain the consulting firm of Peto MacCallum Limited as the
lowest price bidder to provide materials and foundation testing services during
construction of the project for an estimated total cost of $83,641.90 inclusive
of 7% GST ($78,170.00 exclusive of GST);
AND THAT Purchasing Department staff be
authorized to issue purchase orders to GO Transit for a total amount not to
exceed $ 995,100.00 inclusive of 7% GST, ($ 930,000.00 exclusive of GST) for the cost of work to
be carried out by GO Transit for the temporary diversion of the rail line to
allow construction of the grade separation.
AND THAT funding for the project be provided
from the approved Capital Budget accounts, and recoveries from the Region of
York (YRTP) and Markham District Energy, as identified in this report;
AND THAT Council pre-approve $9,607,866
required in 2005 for the completion of this project, to be funded from
Development Charges as included in the 2004 Development Charge By-Law;
AND THAT staff report back as to the final
streetscape design elements and funding requirements for approval;
AND THAT upon payment of all
invoices, any remaining funding be returned to its original funding source.
AND THAT Operations and Asset Management staff
report back as to the estimated value of the annual operating, maintenance and
capital depreciation costs for the pumping station, grade separation and
municipal services to be included in the 2006 and subsequent years operating
budgets.
AND THAT the Finance Department
report back as to funding options for the Development Charges related portion
of the 10 Year Capital Program.
PURPOSE:
The purpose of this report is to award the
contract for the construction of the
BACKGROUND:
On
·
the construction of
·
the construction of a 3 span railway underpass structure to accommodate
·
A diversion of the GO
Transit rail line and Unionville station platform to allow construction of the
underpass structure.
·
The installation of local
services including sanitary sewers, watermains, storm
sewers and lot services along
·
The widening and
reconstruction of the existing Helen Avenue/Kennedy Road intersection including
the reconstruction of Helen Avenue for a distance of approximately 100 metres
east of Kennedy Road.
·
The installation of district
heating and cooling systems along
·
The installation of streetlighting throughout the project.
While the current contract contains some
enhanced urban design features such as patterned surface treatments on
retaining walls and upgraded fencing, the majority of the streetscaping
works including lighting, boulevard treatments and pedestrian facilities
reflect current Town standard practices. It is anticipated that once the
Markham Centre urban design guidelines have been prepared and adopted, the
enhanced streetscape features contained in these guidelines will be
incorporated into the
Staff will report back to Council with the cost
of providing this enhanced streetscaping later this
year for approval of additional funding.
DISCUSSION:
As a part of Council’s endorsement of an
accelerated road infrastructure program for Markham Centre, the Engineering
Department was authorized to retain the consulting firm of McCormick Rankin
Corporation to prepare the detailed designs, construction drawings,
specifications and tender documents for the construction of the Enterprise
Drive/Helen Avenue extension and the grade separation of the GO Rail line. Council also authorized the Engineering
Department to prequalifiy contractors to submit
tenders for the construction of this project. The tender, which was issued to a total of seven prequalified contractors on
Contractor |
Total Tender Price (including 7% GST) |
Total Tender Price (excluding GST) |
Miwel Construction Limited |
$17,352,615.50 |
$16,217,397.66 |
Graham Brothers Construction Ltd. |
$17,533,984.36 |
$16,386,901.27 |
Dagmar Construction Inc. |
$17,721,701.78 |
$16,562,338.11 |
Dufferin Construction Company |
$18,660,707.79 |
$17,439,913.82 |
Grascan Construction Ltd. |
$20,122,634.00 |
$18,806,200.00 |
The bids were verified for accuracy and
compliance with the tender terms and conditions. The consultant, McCormick Rankin Corporation,
and Town staff has reviewed the tender submitted by Miwel Construction
Limited and are satisfied that all terms, conditions, bid
prices and specifications comply with the Town’s requirements. References have been checked and proven
satisfactory. A copy of the consultant’s
contract award recommendation is included as Attachment ‘B’.
In addition to the work to be undertaken by the
contractor, GO Transit forces must be retained to perform track works
associated with the temporary detour of the existing rail line during
construction of the bridge. GO Transit
has provided a preliminary cost estimate for their portion of the track detour
work in the amount of $950,000. The
final cost for this work will be based on the actual cost of labour, equipment
and materials used on the project.
CONSULTANT SERVICES:
The Town’s purchasing By-law
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.
The consulting firm of
McCormick Rankin Corporation was retained by the Town to prepare the detailed
designs, construction drawings, specifications and tender documents for this
project. McCormick Rankin has provided
the Town with excellent service and quality of work throughout the project
design and tendering process while adhering to the tight delivery
timeframes required by the accelerated project schedule. In
addition to the firm’s proven track record with the Town on this project and
their experience and qualifications in
providing design services for rail crossing structures, McCormick Rankin are also well qualified and
acceptable to GO Transit and CN Rail to provide
the contract administration and
inspection services during the construction phase of the project. Staff
requested that McCormick Rankin provide a quotation to provide contract
administration construction inspection for the project. The upset limit price
submitted by MRC of $609,923.54 inclusive of all taxes and disbursements is
approximately 3.5% the contract price. This percentage fee is at the lower end
of the fee range which staff would expect for a project of this magnitude and
complexity and is below the percentage fee of approximately 4.3% contained in
the Professional Engineers of Ontario Schedule of Fees Guidelines.
Given the short time frame
available to construct the project and McCormick Rankin’s experience,
qualifications, excellent previous performance and competitive fee proposal,
staff are recommending that McCormick Rankin Corporation be retained to provide
contract administration and construction inspection services for the project.
For
quality control purposes, the Engineering Department must retain a materials
testing firm to provide geotechnical and materials testing during construction. McCormick Rankin Corporation on behalf of the
Engineering Department has received the following proposals from three
qualified testing firms and is recommending that the Town retain Peto MacCallum Limited, the firm who submitted the lowest unit prices
for the work.
Consultant |
Cost (incl. 7% GST) |
Cost (excl. GST) |
Peto MacCallum |
$83,641.90 |
$78,170.00 |
Thurber Engineering |
$95,444.00 |
$89,200.00 |
Golder Associates |
$112,377.82 |
$105,026.00 |
PROPERTY ACQUISITION
The majority of the lands required
to construct the
FINANCIAL CONSIDERATIONS:
Staff recommends that tender for the
construction of the Enterprise Drive/Helen Avenue extensions
including GO Transit Grade Separation be awarded to the
lowest bidder, Miwel Contractors in the amount of $
17,352,615.50 inclusive of 7% GST. ($16,217,397.66 exclusive of GST). The total cost of the constructing this phase
of the project excluding the property acquisition costs and the cost of
implementing the enhanced streetscape design is as follows:
Item |
Cost incl. 7% GST |
Cost excl. GST |
Construction Cost |
$17,352,615.50 |
$16,217,397.66 |
Construction Inspection
& Contract Administration fee |
$609,923.54 |
$570,022.00 |
Geotechnical Inspections |
$83,641.50 |
$78,170.00 |
GO Transit Charges |
$995,100.00 |
$930,000.00 |
Engineering Department
Project Management Fee @ 2% |
$380,611.60 |
$355,711.78 |
Total Project Cost |
$19,421,892.14 |
$18,151,301.44 |
Funding for the project will be
provided from the following sources
Funding Source |
Cost incl. 7% GST |
Cost excl. GST |
Town
Wide Hard Development Charges |
$5,576,109.48 |
$5,211,317.27 |
|
$5,679,450.67 |
$5,307,897.82 |
South
Unionville Area Specific Development Charge |
$295,426.19 |
$276,099.24 |
|
$540,970.30 |
$505,579.72 |
|
$3,923,246.99 |
$3,666,585.97 |
|
$782,384.13 |
$731,200.12 |
Recoveries
from the Region of York (YRTP) |
$750,000.00 |
$750,000.00 |
Recoveries
from Markham District Energy |
$1,821,804.79 |
$1,702,621.30 |
TOTAL |
$19,421,892.14 |
$18,151,301.44 |
The Town’s portion of the project costs is
funded in the approved Capital Budget in the following amounts:
|
Project # |
Account # |
Budget 2004 |
2005 Budget |
Underpass Construction |
6116 |
83-5350-6116-005 |
$5,608,435 |
$9,607,866 |
Road Construction |
6117 |
83-5350-6117-005 |
$1,185,400 |
|
Municipal Services |
6118 |
83-535-6118-005 |
$1,749,600 |
|
Totals |
|
|
$8,543,435 |
$9,607,866 |
The magnitude of the
construction of the Enterprise Drive/Helen
Avenue extensions including the GO Transit Grade Separation was
contemplated in the 2004/2005 Captial
budget.
Previous
development charges by-laws assumed a level crossing for this project but
subsequent direction from GO Transit/CN required the Town to proceed with a
grade separation. The majority of the
costs are therefore not in the current Development Charges By-laws but will be
included in the 2004 DC background study currently being prepared. The study and and DC by-laws will be
presented to Council this summer for approval.
OUTSTANDING ISSUES
There are a number of other issues
which remain outstanding in relation to this project including:
Council has previously authorized
the Mayor and Clerk to execute these agreements subject to the satisfaction of
the CAO and Town Solicitor. Work on resolving these issues are ongoing and it
is expected that the resolution of these issues will not impact the proposed
construction schedule.
Staff will also be reporting back
to Council on the following matters;
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 end of 2005.
OPERATING AND MAINTENANCE ISSUES
The construction of a pumping
station is required to accommodate storm drainage in the underpass. While the capital costs of constructing this
pumping station (approximately $1.6 million ) will be
funded by development charges, the ongoing operation and maintenance of the
pumping station 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 department costs for the grade separation, pumping
station, road works, municipal servicing and street lights in the annual budget
commencing in 2006.
BUSINESS UNITS CONSULTED AND AFFECTED:
The Finance Department, Legal Department and Operation and Asset Management Department have
reviewed this report and their comments have been incorporated.
ATTACHMENTS:
Attachment A – Location Plan
Attachment B – Award Recommendation
|
|
|
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