<A>

11TH REPORT OF THE

 

Civic Works Committee

 

 

meeting held on June 19, 2012, commencing at 4:05 PM, in the Council Chambers, Second Floor, London City Hall. 

 

PRESENT:  Councillor H.L. Usher (Chair), Mayor J. Fontana, Councillors J.L. Baechler and S. Orser and B. Mercier (Secretary). 

 

ABSENT:  Councillors P. Van Meerbergen and S. White.

 

ALSO PRESENT: J. Braam, P. Christiaans, A. Cook, A. Dunbar, M. Elmadhoon, M. Feldberg, J.M. Fleming, G. Hopcroft, B. Krichker, J. Lucas, D. MacRae, J. Simon, J. Stanford, J. Yanchula and R. Welker.

 

 

I.

DISCLOSURES OF PECUNIARY INTEREST

 

1.

That it BE NOTED that Councillor J.L. Baechler disclosed a pecuniary interest in clause 4 of this Report having to do with a by-law for the abandonment of identified sections of the Stanton Municipal Main Drain, County Road #20 Drain, Branch ‘A’, Branch ‘A1’, Branch ‘B’, Branch ‘B1’, Branch ‘D’ and Branch ‘G’ that are located in close proximity to Fanshawe Park Road, Hyde Park Road and Gainsborough Road, by indicating that she has a business that operates out of an adjacent property.

 

II.

CONSENT ITEMS

 

2.

7th Report of the Transportation Advisory Committee

 

 

Recommendation:  That the 7th Report of the Transportation Advisory Committee from its meeting held on June 5, 2012, BE RECEIVED.

 

3.

Phasing of Stormwater Management Facilities

 

Recommendation:  That, on the recommendation of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the proposed modifications that were previously reported to the Planning and Environment Committee on February 6, 2012, for the recommended Phasing of Stormwater Management (SWM) Facilities:

 

a)         Fox Hollow SWM Facility #1, south cell and woodlot berms, BE CONSTRUCTED in 2012, at an estimated cost of $3,800,000 (including land for both cells, construction, engineering and contingency), and that the north cell BE ADDED to the GMIS for 2016, at an estimated cost of $1,900,000 (excluding land and including construction, construction administration and contingency), subject to the conditions identified in the attached Appendix 'A';

 

b)         Fox Hollow SWM Facility #3, and the north/south channel, BE CONSTRUCTED in one phase in 2013, at an estimated total cost of $4,700,000 (including land, construction, engineering and contingency), subject to the conditions identified in the attached Appendix 'A';

 

c)         Tributary ‘C’ - Riverbend SWM Facility A and Riverbend SWM Facility G (north of Oxford Street), BE CONSTRUCTED as one phase in 2013 at the previously-reported estimated total cost of $4,300,000 (including estimated land, construction, engineering and contingency costs), subject to the conditions identified in the attached Appendix 'A', upon completion and acceptance of the Municipal Class Environmental Assessment (EA), Schedule ‘C’, for Storm/Drainage and SWM Transportation and Sanitary Trunk Servicing Works for Tributary ‘C’ Drainage Area within the Downstream Thames Subwatershed, and subject to land dedication to the City by the landowners and City Council’s approved land development applications in the Riverbend Area;

 

d)         Tributary ‘C’ - Riverbend SWM Facility F, BE CONSTRUCTED in 2016 as one phase, at an estimated total cost of $2,600,000 (including estimated land, construction, engineering and contingency costs), subject to the conditions identified in the attached Appendix 'A', land dedication to the City by the landowners and upon completion and acceptance of the Municipal Class Environmental Assessment (EA), Schedule ‘C’, for Storm/Drainage and SWM Transportation and Sanitary Trunk Servicing Works for Tributary ‘C’ Drainage Area within the Downstream Thames Subwatershed, subject to City Council’s approved land development applications in the Riverbend Area; and,

 

e)       Hyde Park SWM Facility #4 and the Stanton Drain remediation project south of Fanshawe Park Road, BE CONSTRUCTED in 2012, in accordance with the approved functional plan, at an estimated cost of $7,400,000 (including construction, engineering and contingency) and the Stanton Drain remediation project north of Fanshawe Park Road West and culvert crossing of Fanshawe Park Road West BE ADDED to the GMIS for 2016, at an estimated cost of $820,000 (including construction, contract administration and contingency); it being noted that the land is purchased but land costs are not included in the estimate, as the land for this facility was purchased through the Urban Works Reserve Fund.

 

4.

By-Law of Abandonment for Identified Sections of the Stanton Municipal Drain

 

Recommendation:  That, on the recommendation of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, the attached proposed by-law (Appendix 'A'), BE INTRODUCED at the Municipal Council meeting to be held on June 26, 2012, to provide for the abandonment of the identified sections of the Stanton Municipal Main Drain, County Road #20 Drain, Branch ‘A’, Branch ‘A1’, Branch ‘B’, Branch ‘B1’, Branch ‘D’ and Branch ‘G’ that are located in close proximity to Fanshawe Park Road, Hyde Park Road and Gainsborough Road discharging to the Thames River, as identified in the attached Appendix 'B'.

 

5.

Services Agreement Between Partner Municipalities and the Ontario Clean Water Agency for Contracted Operations at the Elgin-Middlesex Pumping Station

 

Recommendation:  That, on the recommendation of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the Services Agreement between partner Municipalities and the Ontario Clean Water Agency for the contracted operations at the Elgin-Middlesex Pumping Station:

 

a)         the attached proposed By-law (Appendix 'A') BE INTRODUCED at the Municipal Council meeting to be held on June 26, 2012, to approve a Services Agreement between the Ontario Clean Water Agency and The Corporation of the City of London, Aylmer Area Secondary Water Supply System Board of Management, and the St. Thomas Area Secondary Water Supply System Board of Management for the operation, maintenance, and managment of the Elgin-Middlesex Pumping Station;

 

b)         the Mayor and the City Clerk BE AUTHORIZED to execute the Agreement, substantially in the form attached to this by-law, and satisfactory to the City Solicitor, and all documents required to fulfill its conditions; and,

 

c)         the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this Agreement;

 

it being noted that the Boards of Management for both Secondary Water Supply Systems are concurrently passing similar by-laws in order to enter into the Services Agreement, and that their staff have reported on the need to undertake a strategic assessment of the cost apportionments relative to the service to be provided on behalf of each owner once planned improvements have been completed and the Services Agreement with the Ontario Clean Water Agency is implemented. 

 

6.

2012 Pavement Markings for Various Locations

 

Recommendation:  That, on the recommendation of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the contract award for the 2012 pavement markings project for various locations (TS1264-11, T51254-11, TS1 739-11):

 

a)       the bid submitted by Acculine Pavement Markings, 381 Pomona Avenue, Burlington, ON, L7N 1T6, at its tendered price of $192,200.90, excluding H.S.T., for the 2012 pavement markings for various locations, BE ACCEPTED; it being noted that this is a Single Source procurement as identified in section 14.4 a) of the City of London Procurement of Goods and Services Policy;

 

b)       the financing for this project BE APPROVED as set out in the Sources of Financing Report included as Appendix 'A' to the associated staff report, dated June 19, 2012;

 

c)       the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this project;

 

d)       the approval hereby BE CONDITIONAL upon the Corporation entering into a formal contract and issuing purchase order(s) for the material to be supplied and the work to be done relating to this project; and,

 

e)       the Mayor and the City Clerk BE AUTHORIZED to execute any contract or other documents, if required, to give effect to the above recommendations.

 

7.

Stirling Bridge Rehabilitation Project (Tender 12-42)

 

Recommendation:  That, on the recommendation of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the contract award for the Stirling Bridge Rehabilitation Project (TS1763-11 ):

 

a)       the bid submitted by J-ARR Excavating Limited, 31 Exeter Road, London, ON, N6L 1B6, at its tendered price of $218,039.25, excluding H.S.T., for the Stirling Bridge Rehabilitation Project, BE ACCEPTED; it being noted that this bid was the lowest of nine (9) bids received and meets the City's specifications and requirements in all areas; it being further noted that there is no anticipated additional operating costs to the Planning, Environmental and Engineering Services budget in 2013 and subsequent years associated with approval of this tender;

 

b)       the financing for this project BE APPROVED as set out in the Sources of Financing Report included as Appendix 'A' to the associated staff report, dated June 19, 2012;

 

c)       the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this project;

 

d)       the approval hereby BE CONDITIONAL upon the Corporation entering into a formal contract or issuing a purchase order for the material to be supplied and the work to be done relating to this project (Tender 12-42); and,

 

e)       the Mayor and the City Clerk BE AUTHORIZED to execute any contract or other documents, if required, to give effect to these recommendations.

 

 

 

 

 

8.

2012 Cathodic Protection Program (EW3765-12) (Tender 12-48)

 

Recommendation:  That, on the recommendation of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the 2012 Cathodic Protection Program:

 

a)       the bid submitted by Global Cathodic Protection Inc., 2212 Taunton Road, Hampton, ON, LOB 1J0, was the lowest of two (2) bids received at its tendered price of $309,221.00, excluding H.S.T., for the 2012 Cathodic Protection Program, BE ACCEPTED; it being noted that this is the first year of a three-year annual contract, where at the sole discretion of the City of London, a subsequent term may be approved for two (2) additional one (1) calendar years to November 1, 2014 where the option shall be fully completed and ended;

 

b)       the financing for this project BE APPROVED as set out in the Sources of Financing Report included as Appendix 'A' to the associated staff report, dated June 19, 2012;

 

c)       the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this project;

 

d)       the approval hereby BE CONDITIONAL upon the Corporation entering into a formal contract or issuing a purchase order for the work to be done and the materials to be supplied on this project; and,

 

e)       the Mayor and the City Clerk BE AUTHORIZED to execute any contract or other documents, if required, to give effect to these recommendations; and,

 

it being further noted that there are no anticipated additional annual operating costs to the Environmental and Engineering Services budget in 2012 and subsequent years associated with the approval of this project, and it is anticipated that this project will actually provide a savings to Water Operations by decreasing the amount of maintenance required on these cathodically-protected sections of watermains.  The Operations will then be able to focus their resources on distribution system challenges including watermain flushing, valve maintenance, and lead service replacements elsewhere in the City.

 

9.

2012 Warranted Sidewalk Program (Tender 12-67)

 

Recommendation:  That, on the recommendation of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the contract award for the 2012 Warranted Sidewalk Program (TS1165-12, TS1254-11, TS1650-12 & TS1739-11):

 

a)       the bid submitted by Ro-Buck Contracting Ltd., 2326 Fanshawe Park Road East, London, ON, N5X 4A2, at its tendered price of $344,947.75, excluding H.S.T., for the 2012 Warranted Sidewalk Program, BE ACCEPTED; it being noted that the bid submitted by Ro-Buck Contracting Ltd. was the lowest of five (5) bids received and meets the City's specifications and requirements in all areas; it being further noted that there is an additional annual operating cost of $1,540.00 to the Planning, Environmental and Engineering Services Department budget in 2013 and subsequent years associated with approval of this tender;

 

b)       the financing for this project BE APPROVED as set out in the Sources of Financing Report included as Appendix 'A' to the associated staff report, dated June 19, 2012;

 

c)       the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this project;

 

 

 

 

d)       the approval hereby BE CONDITIONAL upon the Corporation entering into a formal contract or issuing a purchase order for the material to be supplied and the work to be done relating to this project (Tender 12-67); and,

 

e)       the Mayor and the City Clerk BE AUTHORIZED to execute any contract or other documents, if required, to give effect to these recommendations.

 

10.

2012 Arterial Road Rehabilitation - Contract B (Tender 12-68)

 

Recommendation:  That, on the recommendation of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the contract award for the 2012 Arterial Road Rehabilitation, Contract B (TS1446-12):

 

a)          the bid submitted by Coco Paving lnc., 1865 Clarke Road, London, ON, N5X 3Z6, at its tendered price of $1,548,000.00, excluding H.S.T., for the 2012 Arterial Road Rehabilitation, Contract B, BE ACCEPTED; it being noted that the bid submitted by Coco Paving lnc. was the lowest of two (2) bids received and meets the City's specifications and requirements in all areas; it being further noted that there are no anticipated additional operating costs to the Planning and Environmental and Engineering Services Department budget in 2013 and subsequent years associated with approval of this tender;

 

b)          the financing for this project BE APPROVED as set out in the Sources of Financing Report included as Appendix 'A' to the associated staff report, dated June 19, 2012;

 

c)       the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this project;

 

d)       the approval hereby BE CONDITIONAL upon the Corporation entering into a formal contract or issuing a purchase order for the material to be supplied and the work to be done relating to this project (Tender 12-68); and,

 

e)       the Mayor and the City Clerk BE AUTHORIZED to execute any contract or other documents, if required, to give effect to these recommendations.

 

11.

Construction of Glanworth Municipal Drain (Tender 12-74)

 

Recommendation:  That, on the recommendation of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the construction of the Glanworth Municipal Drain:

 

a)       the bid submitted by VanBree Drainage and Bulldozing Ltd., 7074 Nauvoo Road, Forest, ON, N0N 1J0, at its tendered price of $306,545.00, excluding H.S.T., BE ACCEPTED; it being noted that the bid submitted by VanBree Drainage and Bulldozing Ltd. was the lowest of three (3) bids received and meets the City's specifications and requirements in all areas;

 

b)       the financing for the project BE APPROVED in accordance with the Sources of Financing Report included as Appendix 'A' to the associated staff report, dated June 19, 2012;

 

c)       the Civic Administration BE AUTHORIZED to undertake all of the administrative acts that are necessary in connection with this contract; and,

 

d)       the approval hereby BE CONDITIONAL upon the Corporation entering into a formal contract or issuing purchase orders or a contract record relating to the matters of this approval.

 

 

 

12.

2012 W12A Landfill Gas Collection System Expansion (Tender 12-77)

 

Recommendation:  That, on the recommendation of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the expansion of the landfill gas collection system at the W12A Landfill Site, Capital Project SW6040:

 

a)       the bid submitted by JBL Construction, 2969 Lakeshore Road, Box 429, Brights Grove, ON, N0N 1C0, at its tendered price of $401,576.70, excluding H.S.T., for the expansion of the W12A Landfill gas collection system and the provisional additional items, BE ACCEPTED; it being noted that the bid submitted by JBL Construction was the lowest of nine (9) bids received and meets the City's specifications and requirements in all areas;

 

b)       the financing for this project BE APPROVED as set out in the Sources of Financing Report included as Appendix 'A' to the associated staff report, dated June 19, 2012;

 

(c)      Comcor Environmental Limited BE AUTHORIZED to carry out the gas extraction well drilling supervision, resident inspection and contract administration for the said project in accordance with the estimate, on file, at an upset amount of $49,190, excluding H.S.T.; it being noted that this firm completed the engineering design, based upon the Fee Guideline for Professional Engineering Services, recommended by the Ontario Society of Professional Engineers, and in accordance with Section 15, Clause 15.2(g) of the City of London's Procurement of Goods and Services Policy;

 

d)       the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this project;

 

e)       the approval hereby BE CONDITIONAL upon the Corporation entering into a formal contract or issuing a purchase order for the material to be supplied and the work to be done relating to this project (Tender 12-77); and,

 

f)        the Mayor and the City Clerk BE AUTHORIZED to execute any contract or other documents, if required, to give effect to these recommendations.

 

13.

Trunk Watermain Chamber Installation Program (Tender 12-78)

 

Recommendation:  That, on the recommendation of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the contract award for the Trunk Watermain Chamber Installation Program (EW3717-11 and EW3717-12):

 

a)       the bid submitted by Bre-Ex Limited, at its tendered price of $415,339.89, excluding H.S.T., for the Trunk Watermain Chamber Installation Project, BE ACCEPTED; it being noted that the bid submitted by Bre-Ex Limited was the lowest of five (5) bids received and meets the City's specifications and requirements in all areas;

 

b)       Archibald, Gray, and McKay, 3514 White Oak Road, London, ON, N6E 2S9, BE AUTHORIZED to carry out the resident inspection and contract administration for the said project in accordance with the estimate, on file, at an upset limit amount of $40,100, excluding H.S.T.; it being noted that this firm completed the engineering design, based upon the Fee Guideline for Professional Engineering Services, recommended by the Ontario Society of Professional Engineers, and in accordance with Section 15.2 (g) of the City of London's Procurement of Goods and Services Policy;

 

c)       the financing for this project BE APPROVED as set out in the Sources of Financing Report included as Appendix 'A' to the associated staff report, dated June 19, 2012;

 

d)       the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this project;

 

e)       the approval hereby BE CONDITIONAL upon the Corporation entering into a formal contract or issuing a purchase order for the material to be supplied and the work to be done relating to this project (Tender 12-78); and,

 

f)        the Mayor and the City Clerk BE AUTHORIZED to execute any contract or other documents, if required, to give effect to these recommendations.

 

14.

By-Law for the Execution of the Occupancy Agreement with London Hydro for Ground-Mounted Automatic-Tracking Solar Photovoltaic Energy Systems

 

Recommendation:  That, on the recommendation of the Director, Environmental Programs and Solid Waste, the attached proposed by-law (Appendix 'A') BE INTRODUCED at the Municipal Council Meeting to be held on June 26, 2012, to approve the Occupancy Agreement for the Ground-Mounted Automatic-Tracking Solar Photovoltaic Energy Systems (“Agreement") with London Hydro, with respect to the installation of a solar electricity generation system at the Manning Drive Material Recovery Facility, and to authorize the Mayor and the City Clerk to execute the Agreement on the City's behalf.

 

15.

Removal of Buses from Dundas Street

 

 

Recommendation:  That the communication dated May 31, 2012, from L. Ducharme, General Manager, London Transit Commission, with respect to the removal of buses from Dundas Street, BE RECEIVED.

 

III.

SCHEDULED ITEMS

 

16.

London 2030 Transportation Master Plan

 

Recommendation:  That, on the recommendation of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the London 2030 Transportation Master Plan (the “Plan”):

 

a)       the Plan BE ACCEPTED as the new basis for road planning and capital programs;

 

b)       the road improvements, up to 2030 in the Plan, BE APPROVED as the basis for updating Development Charge calculations and schedules; it being noted that the near-term construction project schedules are unchanged and a Development Charges Background Update Study is about to begin;

 

c)       the Civic Administration BE DIRECTED to finalize a short-term Active Transportation and Transportation Demand Management Implementation Strategy, that addresses recommendations in the Plan and focuses on activities for the near term (2013-2015), and outlines the planned and proposed activities for the medium term (2016-2020);

 

d)       the parking recommendations of the Plan BE REFERRED to the 2012 Downtown London Parking Study update; it being noted that the update study is currently in progress;

 

e)       the cycling infrastructure recommendations of the Plan BE REFERRED to the 2013 Capital Works Budget development; it being noted that there is an existing program for the Cycling infrastructure;

 

f)        the Plan BE ACCEPTED as the new basis for transit planning and programs, subject to the concurrence of the London Transit Commission; it being noted that the London Transit Commission has provided its approval of the plan, in-principle;

 

 

 

 

g)       the Terms of Reference for the LTC Long-Term Growth Report Working Group BE AMENDED to include the review, monitoring and making of recommendations to the Municipal Council on Bus Rapid Transit business case development, implementation and transit route restructuring;

 

h)      the Official Plan policy recommendations of the Plan BE REFERRED to the ReThink London process to be incorporated into the City’s new Official Plan; it being noted that a Transit Nodes and Corridors Schedule, and policies were added to the Official Plan through OPA 438; and,

 

i)       the Monitoring Program recommendations in the Plan BE REFERRED to the Civic Administration for consideration in future budget submissions;

 

it being noted that the Civic Works Committee heard the attached presentation from J. Lucas, Manager, Transportation Planning and Design and received communications, dated May 31 and June 19, 2012, from L. Ducharme, General Manager, London Transit Commission and J. Kennedy, President, London Development Institute, respectively, regarding this matter.

 

IV.

ITEMS FOR DIRECTION

 

None.

 

V.

DEFERRED MATTERS/ADDITIONAL BUSINESS

 

None.

 

VI.

ADJOURNMENT

 

            The meeting adjourned at 6:25 PM.

No Item Selected