Loading...
HomeMy WebLinkAboutENG 07-15 City Report to Executive Committee PICKERING Report Number: ENG 07-15 Date: May 11, 2015 From: Richard Holborn Director, Engineering & Public Works • Subject: Tender for Dunbarton Road Culvert Replacement - Tender No. T-6-2015 and Consulting & Professional Services - File: A-1440 Recommendation: 1. That Report ENG 07-15 of the Director, Engineering & Public Works regarding Tender No. T-6-2015 and Consulting & Professional Services for Dunbarton Road Culvert Replacement be received; 2. That Tender No. T-6-2015 as submitted by Esposito Bros Construction Ltd. In the total tendered amount of$1,594,998.64 (HST included) be accepted; 3. That the total gross project cost of$1,987,319.00 (HST included), including the tender amount and other associated costs, and the total net project cost of $1,789,642.00 (net of HST rebate) be approved; 4. That Council authorize the Division Head, Finance &Treasurer to finance the net project cost of$1,789,642.00 from the Rate Stabilization Reserve as approved in the 2015 Roads Capital Budget; 5. That Council approve the hiring of Chisholm Fleming and Associates for consulting and professional services during construction in accordance with Purchasing Policy 10.05, as the assignment is expected to be more than $30,000; and 6. That the appropriate officials of the City of Pickering be authorized to take the • necessary actions to give effect thereto. Executive Summary: As part of the 2015 Roads Capital Budget, Dunbarton Road Culvert Replacement was approved as a construction project. Tender No. T-6-2015 was issued on Thursday, March 5, 2015 and closed Thursday, March 26, 2015 with four bidders responding. The low bid in the amount of$1,594,998.64 (HST included), submitted by Esposito Bros Construction Ltd. is recommended for approval. The total gross project cost is estimated at $1,987,319.00 (HST included) and the total net project cost is estimated at $1,789,642.00 (net of HST rebate). 39 Report ENG 07-15 May 11, 2015 Subject: Tender for Dunbarton Road Culvert Replacement Page 2 Tender No. T-6-2015 and.Consulting & Professional Services Originally Chisholm Fleming and Associates were hired by the City to undertake the detail design and approvals for the Dunbarton Culvert Replacement. Staff are recommending that this firm undertake the contract administration, field inspection and certification for a fee proposal in the amount of$44,702.80 (HST included). Financial Implications: 1. Tender Amount Tender No. T-6-2015 $1,411,503.22 HST (13%) . 183,495.42 Total Gross Tender Cost $1,594,998.64 2. Estimated Project Costing Summary Tender No. T-6-2015 $1,411,503.00 Associated Costs Miscellaneous 5,000.00 Consultant Fees (Contract Administration) 39,560.00 CN Rail Permit & Flagging 5,326.00 Materials Testing 15,000.00 Project Contingency (20%) 282,300.00 Total $1,758,689.00 HST (13%) 228,630.00 Total Gross Project Cost $1,987,319.00 HST Rebate (11.24%) (197,677.00) Total Net Project Cost $1,789,642.00 3. Source of Funds-Roads Capital Budgets: 5320.1513.6250 Funding Source Available Budget Required 1 Rate Stabilization Reserve _ $1,800,000.00 $1,789,642.00 Total Funds $1.800.000.00 $1.789.642.00 Net Project Costs under (over) Approved Funds $10,358.00 CORP0227-07/01 revised 40 Report ENG 07-15 May 11, 2015 Subject: Tender for Dunbarton Road Culvert Replacement Page 3 Tender No. T-6-2015 and Consulting & Professional Services Discussion: As part of the 2015 Roads Capital Budget, Dunbarton Road Culvert Replacement was approved as a construction project. Tender No. T-6-2015 was issued on Thursday, March 5, 2015 and closed Thursday, March 26, 2015 with four bidders responding. The low bid in the amount of $1,594,998.64 (HST included), submitted by Esposito Bros Construction Ltd. is recommended for approval. The total gross project cost is estimated at $1,987,319.00 (HST included) and the total net project cost is estimated at $1,789,642.00 (net.of HST rebate). Esposito Bros Construction Ltd. is currently working on City Tender No. T-8- 2014 Whitevale Bridge Replacement and their work is deemed satisfactory. Chisholm Fleming and Associates, consultant for the Dunbarton Road Culvert Replacement, and the Manager, Capital Projects & Infrastructure, have reviewed the tenders received and recommend the low bid from Esposito Brothers Construction Ltd. The consultant's letter of recommendation is included as Attachment 4. The Health & Safety Policy, proof of Confined Space Entry Procedure and a list of employees trained, a current WSIB Workplace Injury Summary Report, Certificate of Clearance issued by the Workplace Safety & Insurance Board and copies of the CN Contractor Orientation Railroad Course certificates for every worker and supervisor who will working on this project as submitted by Esposito Bros Construction Ltd. have been reviewed by the Coordinator, Health & Safety, and deemed acceptable. The Certificate of Insurance has been reviewed by the Manager, Budgets & Internal Audit, and is deemed acceptable. In conjunction with staffs review of the contractor's previous work experience and bonding available on this project, the tender is deemed acceptable. In accordance with Purchasing Policy 10.05 where the project or annual cost of a consulting or professional service assignment is expected to be more than $30,000.00 and the initiating Director intends to acquire the services without obtaining written proposals, the Director shall submit a Report to Council to obtain approval to engage the services of a particular consultant. Staff are recommending Council approval of the fee proposal submitted by Chisholm Fleming and Associates for contract administration, field inspection and certification in the amount $44,702.80 (HST included). Chisholm Fleming and Associates were previously hired by the City to undertake the detail design and approvals for this project. This consulting firm should also be retained to inspect the installation of the works and certify that the works are carried out in accordance with the approved drawings and specifications for the project. Upon careful examination of all tenders and relevant documents received, the Engineering & Public Works Department recommends acceptance of the low bid submitted by Esposito Bros Construction Ltd. for Tender No. T-6-2015 in the amount of $1,594,998.64 (HST included), and that the total net project cost of$1,789,642.00 be approved. • The Engineering & Public Works Department recommends the fee proposal submitted by Chisholm Fleming and Associates for contract administration, field inspection and certification in the amount of$44,702.80 (HST included) be approved. CORP0227-07/01 revised 41 • Report ENG 07-15 May 11, 2015 Subject: Tender for Dunbarton Road Culvert Replacement Page 4 Tender No. T-6-2015 and Consulting & Professional Services Attachments: 1. Supply & Services Memorandum with dated March 30, 2015 2. Record of Tenders Opened and Checked T-6-2015 3. Chisholm Fleming and Associates Fee Proposal Letter dated March 10, 2015 4. Chisholm Fleming and Associates Tender Review & Recommendations Letter dated April 8, 2015 5. Location Map Prepared By: Approved/Endorsed By: r u /- Da el Selsky, CET, CMM III Rich rd Holborn, P.Eng. Manager, Capital Projects & Infrastructure Director, Engineering & Public Works Vera A. F gemacher Stan Karwowski, MBA, CPA, CMA CSCMP, CPPO, CPM, CMM III Division Head, Finance & Treasurer Manager, Supply & Services DS:mjh Recommended for the consideration of Pickering City Council ' If - 27 20/.5/ / Tony Prevedel, P.Eng. Chief Administrative Officer CORP0227-07/01 revised 42 C;fq 4 c ATTACHMENT# L TOREPORT# �►J( U - I .411h, mita PICKERING Memo To: Richard Holborn March 30, 2015 Director, Engineering.& Public Works From: Vera A. Felgemacher Manager, Supply & Services • Copy: Manager, Capital Projects & Infrastructure Subject: Tender No. T-6-2015 Dunbarton Road Culvert Replacement File: F-5400-001 Tenders have been received for the above project. An advertisement was placed on the City's website inviting companies to download the tendering documents for the above mentioned tender. Four bids were received. • A copy of the Record of Tenders Opened and Checked used at the public tender opening is attached. Tenders shall be irrevocable for 60 days after the official closing date and time. Purchasing Procedure No. PUR 010-001, Item 13.03 (r) provides checking tendered unit prices and extensions unit prices shall govern and extensions will be corrected accordingly, which has been done. • All deposits other than the low three bidders may be returned to the applicable bidders as provided for by Purchasing Procedure No PUR 010-001, Item 13.03(w). Three (3) bids have been retained for review at this time. • Copies of tenders are attached for your review and copy of the Record of Tenders Opened and Checked is attached. Summary HST included .. .....: .... er--. •a _ = mou'" ..:....... . '... ... ......... .�:.--•...._..:....:.._._...,:�:.: ._. :... -:...: Check=��;�:-�;�t�:. `-. Esposito Bros Construction Ltd. $1,594,998.64. $1,594,998.64 Coco Paving Inc. $1,858,034.22 $1,858,034.22 • Blackstone Paving Construction Ltd. $1,969,607.15 $1,969,607.15 Trisan Construction $2,861,566.57 $2,861,566.57 Pursuant to Information to Bidders Item 27, the following will be requested of the low bidder for your review during the evaluation stage of this tender call. Please advise when you wish us to proceed with this task. (a) A copy of the Health and Safety Policy to be used on this project; (b) A copy of the current Workplace Injury Summary Report issued by Workplace Safety & Insurance Board (in lieu of the Workplace Injury Summary Report 43 - document, a copy of the current CAD 7, NEER, or MAP reports may be - submitted); . • (c) A copy of the current Clearance Certificate issued by Workplace Safety& Insurance Board; (d) Proof of compliance with amended Confined Space Entry Regulations (September 30, 2006). Copies of certified Training and Procedures to be used • . on this project; - - (e) A list of employees trained in the confined space entry procedure who will be working on this project; (f) Copies of Ontario Ministry of Labour, Health and Safety Awareness Training certificates for every worker and supervisor who will be working on this project; (g) Copies of the CN Contractor Orientation Railroad Course certificates for every worker and supervisor who will be working on this project; (h) The City's certificate of insurance or approved alternative form shall be completed by the Bidder's agent, broker or insurer; (i) Such further information, as the City may request in writing. In accordance with Purchasing Policy Item 06.04, the authority for the dollar limit as set out below excludes HST. • In accordance with Purchasing Policy Item 06.12 where the compliant quotation or tender meeting specifications and offering best value to the City is acceptable and the estimated total purchase price is over $125,000; the Manager may approve the award, subject to approval of the Director, Treasurer, CAO and Council. Please include the following items in your Report to Council 1. • if Items (a) through (h) noted above are acceptable to the Co-ordinator, Health & Safety; 2. if the Certificate•of Insurance is acceptable to the Manager, Budgets & Internal Audit; 3. if the list of subcontractors is acceptable; • 4. if the Waste Management Plan is acceptable; • 5. any past work experience with the low bidder Esposito Bros Construction Ltd. including work location; 6. without past work experience, if reference information is acceptable; 7. the appropriate account number(S) to which this work is to be charged; 8. the budget amount(s) assigned thereto; 9. Treasurer's confirmation of funding; 10. related departmental approvals; and 11. related comments specific to the project. • After Council approval, an approved "on-line" requisition will be required to proceed. Enquiries can be directed to the City's website for the unofficial bid results as read out at the public tender opening. Bidders will be advised of the outcome in due course. • If yclu require further information, please feel free to contact me or a member of Supply & Ser ices. p • • v t n VAF • Attachments . 44March 30, 2015 Tender No. T-6-2015, Dunbarton Road Culvert Replacement • Pan= ATTACHMENT# y TOREPORT# 1NC) Lam- ISM _I__of I . ' • • 4111. 1" • c •• 0 vi o v a) -ocici) ca c co k A'-\. . O to 1 C a) V 1 S, CB 1� �� �. O _ `Ln I1' U C C `q �, � ;,-) 0 • E as 's- a) c = V — .� '- .�Y d H E ` Z3 cx- O •MINI CD c . U CLT 0 d O - \ :4= I— is a) > 0 e ms cn tn NIII,d V • o a m �, LO ;= Q 1;ip ▪> CD N Ti = mod. N ° o C -I aM . O. L.- 0_ . G o o j.-o � Q 0 0 �J ce 2 Lo m O LO N \ ▪- al o \ ? > \ N i L- • ........../ a) C O = !�. Q• a I- I-- Q a) c + ?' O O • V . o co 2 J j ca J a.a CA d, O c °- C C)) d ,cn a. .L .a C m .2 N .o. N o o Z3 v c U > d o N .. U o2 o � c� L , d O m !r v7 N �- d. ai L L 'sue 0 o CO o c-- "• CD °' I-- •W U m o • U cq 0 co c 1 • E-- 0 I= v ' 1-- 45 . — — AT E'ACF MENT ToREPORT#=6 1S. -- Chisholm, Fleming and Associates tonal fenglt t' 317 Renfrew Drive,Suite 301,Markham,ON L3R 9S8 Tel:905-474-1458 Fax 905-474-1910 E-mail:cfa @ChisholrnFlemina.com Serving our Clients for over 50 years March 10, 2015 Our Project No. 246-6 The Corporation of the City of Pickering Engineering &Capital Works }>n One The Esplanade Pickering, Ontario L1V 6K7 Attention: Darrell Selsky, C.E.T., CMM III Supervisor, Municipal Works RE: Fee Proposal for Contract Administration and Resident Inspection Dunbarton Road Culvert Replacement Dear Sir: Further to your request as per your voicemail for Bob Chisholm of our office, we •would like to'submit this proposal to complete the Contract Administration and Resident Inspection of the Dunbarton Road Culvert replacement. A critical component of any project is competent on-site supervision and contract administration during construction,to ensure that proper construction procedures are . followed and that the intent of the design is achieved. In response to this need, Chisholm, Fleming offers the services of construction personnel who are well qualified in this area, as well as a design team who takes an active part through the construction phase to ensure successful completion. Competent. and thorough contract supervision is imperative to ensure compliance with the specifications as well as monitoring construction methods and general practices. In this way you can rest assured that the intent of the design is carried out. CFA will provide the necessary Contract Administration, starting from tender recommendation through to as-constructed drawing submission. It is our intention to assign an experienced Contract Administrator and a knowledgeable and experienced Construction Inspector, as his designate in the field for routine inspection requirements. Both the Contract Administrator and Inspector would attend biweekly meetings and any other meetings required throughout construction. Once the tenders have been submitted, the Project Manager'will review the tenders for completeness and provide a tender recommendation to the City for inclusion in the Tender Report. Any tender discrepancies will be noted and corrected accordingly. .. • Upon award of the contract, CFA will arrange for a pre-construction meeting and ensure that all parties are invited.. An agenda will be prepared and circulated in • advance of the meeting and minutes circulated after the meeting to all attendees and interested parties. Special attention will be taken to review the Contractor's construction schedule and to confirm that the appropriate resources are allocated to the project from the onset. During construction, CFA will provide the contract administration functions required . to ensure that the project is completed successfully for the City; including preparation 46 of Progress Payment Certificates, co-ordinate and minute biweekly progress meetings, review and track the Contractor's schedule and performance, inspection ____�:__ _r_. ,,,..�.��,.+�.a .,,,+o� and nhntnnranhir Inn maintananr.P of ATTACH �_�� �NC-� 4�-�t -RT • • Page 2 To City of Pickering Attn: Darrell Selsky • - �' Date: March 10, 2015 • inspection records, and preparation and circulation of construction updates to interested/affected parties. Additionally, we have added time for dealing with the CN Rail Work Permit per your email. Field Inspection - Construction Inspection services will be provided and coordinated with the Contractor so that our inspector is on site for the critical phases of construction. CFA will maintain detailed records and photographic log of construction progress. Field Inspection services will expressly include: • Review of the Contractor's work to ensure compliance with the plans and specifications; • Monitor and advise the City that the Contractor has obtained all necessary approvals and documentation before commencing the Project. Provide technical assistance, including review of shop drawings and alternate procedures proposed by the Contractor. • Maintain contact with agencies and utilities. • Provide on-site inspection and liaison with agencies. • Monitor the Contractor's schedule of work and advise the City of the Contractor's progress. • Document Contractor's activities and quantity measurements. • Coordinate the testing of concrete and asphalt materials with the City's material • testing contractor and review the test results for conformance to specifications. • Prepare monthly Progress Payment Certificates for the City's approval and processing. • Review Contractor's requests for extra work and time extensions, and provide recommendations to the City. • Confirm that the Contract records are being kept in accordance with standard practices. • • Provide"as-built"drawings. . • Formal inspection at substantial completion, conclusion of construction and at the end of the maintenance/warranty period. - CFA will undertake an inspection of the Contract work at the conclusion of the contract and immediately prior to the expiration of the two year maintenance period, as required for final acceptance of the work. A report will be provided summarizing the findings of the inspections. 47 -- TO REPORT# 1 oer- 1 ATTACHMENT of_ • • • Page 3 • yam, 1 To: City of Pickering • Attn: Darrell Selsky 4: =g" .= Date: March 10, 2015 Our proposed fee for the Contract Administration and part-time Resident Inspection of the Dunbarton Road Culvert replacement, is $39,560.00 + HST, and is inclusive of disbursement costs. The preparation of this fee letter assumes an estimated 9 weeks for construction. However, given the complexity of the proposed work, the • City may wish to consider full-time inspection of the culvert replacement. We would be happy to discuss this option with you. If you have any questions, please do not hesitate to contact this office. - Yours very truly, CHISHOLM, FLEMING AND ASSOCIATES Per: - • • Tim Camp ell, P. ng. . Senior Structural Engineer Encl. • • • • • • 4 8 Y:\246-6 Dunbarton Culvert\Fee Proposal-Update\Pee Proposal-Contract Admin-Update 10-Mar-2015.docx 1 . - Ai11ACHMENT4 ?rIREPORT-- t(\I L l 6 1 14 • y :o . • i 00000000 :;:>-=t; o . :.^ ': I- 0 0 0 0 o 0 O c . :";'_- o 0 0 N O td CO N m S m I- CO CA CI:.a- N r_ Cn - N 0 N N r ,- cr =_ _ CI erZ 0 00 Cp O oC Oto ..'st° 0 6. E o N e- v _ 1. 0 Eft Eft 64.EA M} s,,-,.....r.. U' • 0 0 0 0 0 0 0 0 :„��; V 0 0 0 O O 0 C C F:; ...=`., ft .ti N a- { q%' _ as •W . 69. E9 69• Eft EA- E9 Cfl M.:=.;',..7.21-..;:.... .; 3 _ _ ■ 0V CD m N O N CO V a '''?_, , W • c° 0 1 M at O °- 0 m as v E9 w O O 8 O ° N m Q' CO m Cb o o N 0 OD _ C m 69 M O O L • O O O CO • C C N O O CO CO CO O f• N a 0 E a M. M. I. 0 0 0 0 0 0 mea. LLD • 0 m iri 0 V V u c it w E9 Ca 6. 4aly a . i Z (-4. 0 w = a 9 0 co E Z 2 m M W mw . o = d' . Z o m P. H �C a� o ' MOB a m o m 2 . fO v > o , Z E • Sc, • aN � . °—r E o; Q . • w 3 W ° m m m p i- P.,1 � • a „ c cn 2 F 17- e a ro o a Z m c =a: o Ti. . m= ; C n c y e c 9 co o m E Ze V Z @ o o o E c - o o m E m m . Cl rt . o` o o V m :„ I¢+: 1 u ” _ o u � • • 49 • Z -m cc m m E CO . z; O '.o Z o o m m c Ca ATTACH ME NT# _ To REPO,T a - ,S� J Chisholm, Fleming and Associates consulting engineers 317 Renfrew Drive,Suite 301,Markham,ON L3R 9S8 Tel:905-474-1458 Fax:905-474-1910 E-mail:cfa@ChisholrrFleminq.com April 8, 2015 Our Project No. 246-6 City of Pickering One The Esplanade • Pickering,ON L1V 6K7 Attention: Mr. Darrell Selsky, C.E.T., CMM III Manager, Capital Works and Infrastructure Capital Works and Infrastructure Section RE: Dunbarton Road Culvert Replacement Tender No T-6-2015 Dear Sir: • Tenders for Replacement of the Dunbarton Road Culvert were received and opened by the City of Pickering on Thursday, March 26, 2015. The following four (4)tenders were received: TOTAL TENDERED CORRECTED TENDERER AMOUNT TENDERED AMOUNT (INCLUDING HST) (INCLUDING HST) Esposito Bros Construction Ltd. $1,594,998.64 $1,594,998.64 Coco Paving Inc. $1,858,034.22 $1,858,034.22 Blackstone Paving $1,969,607.15 $1,969,607.15 Construction Ltd. Trisan Construction $2,861,566.57 $2,861,566.57 The City's personnel have examined all tender submissions and found the tenders to be complete and complying with the general tendering requirements. The lowest bid is by Esposito Bros Construction Ltd., at a price of $1,594,998.64, including HST. We have reviewed the information provided by the City of Pickering; including the Form of Tender for the low bidder and no mathematical errors were found. The unit prices of the low bid have been analyzed and there is no evidence of unbalancing in this bid. Based on the analysis and discussions above, and provided that all of the information specified in Item 28 of the Information for Bidders is provided and meets the City's requirements, the tender received from Esposito Bros Construction.Ltd. meets the requirements of the tender call. Esposito Bros Construction Ltd. has submitted the lowest bid, and if their submission meets the requirements of the tender call, it is our recommendion that Esposito Bros Construction Ltd. can be awarded the contract. • 50 • ATTACHMENT# -- s:. REPORT : >; I & Or — I S 2 of. Page 2 To City of Pickering Attn: Darrell Selsky Date: April 8, 2015 Please advise if you require additional information to supplement the above report. Please contact the undersigned if you have any questions in the above regards. Yours very truly, CHISHOLM, FLEMING AND ASSOCIATES Per: C-7421," Tim Campbell, P.Eng. 51 AT rACHMENT# 5 __ O REPORT# Y N 1 OR-- I S Cali cIO .. _. ..of 1 Az'� '°-c- - Engineering & Public Works • Department Attachment for Tender T-6-2015 Replacement of the Dunbarton Road Culvert 00 \ / °R-1 �OVO° E ct e o 0 R� GO\-'° Zit- GO� O. o R S 9 O p.A Rp oN 2 ou p� GP G's X c Q � O -P P J O ,f- O N-c04 0 .q- 0 4, Rv' � Z O 0 J �O k RoP° -IS�a SUBJECT no cD AREA 'w nir...aumuumi CC DUNBgRTON O r -4 5"0-( • ► GNI AGNUIRANG �\G� °r EEK -cod vvE „i ' GR \ \ Gs co' KIRE Location Map Proposed Construction Includes: . Dunbarton Road Culvert (Bridge ID 1007) - located on Dunbarton Road at a Dunbarton Creek road crossing. The proposed works to include the replacement of existing culvert. 52