<A>

 

 

6TH REPORT OF THE

 

Civic Works Committee

 

 

meeting held on April 12, 2016, commencing at 4:01 PM, in the Council Chambers, Second Floor, London City Hall. 

 

PRESENT:  Councillor J. Helmer (Chair), Councillors A. Hopkins, J. Morgan and M. van Holst and J. Martin (Secretary).

 

ABSENT:  Councillor M. Cassidy.

 

ALSO PRESENT:  G. Belch, J. Braam, K. Chambers, T. Copeland, A. Dunbar, K. Grabowski, J. Lucas, D. MacRae, D. Popadic, M. Ribera, L. Rowe, E. Soldo and J. Stanford.

 

 

I.

CALL TO ORDER

 

1.

Disclosures of Pecuniary Interest

 

That it BE NOTED that no pecuniary interests were disclosed.

 

II.

CONSENT ITEMS

 

2.

Purchase of a Skalar Continuous Flow Analyser for the Greenway Laboratory

 

That, on the recommendation of the Managing Director, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the purchase of a replacement analyser for the Greenway Laboratory:

 

a)         the quotation submitted by Skalar Inc. at its price of $78,373.00, excluding H.S.T., for replacement of Technicon analysers at the Greenway laboratory BE ACCEPTED; it being noted that this is a single source purchase in accordance with Section 14.4 (g) of the City of London’s Procurement of Goods and Services Policy;

 

b)         the financing for the project BE APPROVED in accordance with the Sources of Financing Report appended to the staff report dated April 12, 2016 as Appendix “A”;

 

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

 

d)         the approvals given herein BE CONDITIONAL upon the Corporation entering into a  formal contract; 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.  (2016-F18)

 

Motion Passed

 

YEAS: J. Helmer, A. Hopkins, J. Morgan, M. van Holst (4)

 


 

3.

Contract Award: Tender 16-27 - Replacement of Sidewalks, Curb and Gutter and Hot Mix Asphalt

 

That, on the recommendation of the Managing Director, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the award of a contract for Tender 16-27 - Replacement of Sidewalks, Curb & Gutter and Hot Mix Asphalt:

 

a)         the bid submitted by Dufferin Construction Company, a division of CRH Canada Group Inc., at their tendered price of $4,789,790.50, excluding H.S.T., BE ACCEPTED; it being noted that the bid submitted by Dufferin Construction Company, a division of CRH Canada Group Inc., was the lowest of three 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 appended to the staff report dated April 12, 2016 as Appendix “A”;

 

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

 

d)         the approval given herein BE CONDITIONAL upon the Corporation entering into a formal contract for the material to be supplied and the work to be done relating to this project (Tender 16-27); 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.  (2016-F18)

 

Motion Passed

 

YEAS: J. Helmer, A. Hopkins, J. Morgan, M. van Holst (4)

 

4.

Contract Award Tender T16-13 - Growth Management Implementation Strategy (GMIS) Campbell Street Improvements - Southwest Area Trunk Sanitary Sewer - Phase 2

 

That, on the recommendation of the Managing Director, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the award of contracts for construction of Phase 2 of the Southwest Area Trunk Sanitary Sewer:

 

a)         the bid submitted by Bre-Ex Construction Inc., at its tendered price of $3,206,841.51, excluding H.S.T., for the construction of Phase 2 of the Southwest Trunk Sanitary Sewer, BE ACCEPTED; it being noted that the bid submitted by Bre-Ex, was the lowest of four bids received and meets the City’s specifications and requirements in all areas;

 

b)         AECOM Canada Limited, BE AUTHORIZED to carry out inspection and contract administration for the said project in accordance with the estimate on file, at an upset amount of $267,349.50, including contingency and excluding H.S.T., 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; it being noted that this firm completed the engineering design for this project;

 

c)         the financing for the project BE APPROVED in accordance with the Sources of Financing Report appended to the staff report dated April 12, 2016 as Appendix “A”;

 

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

 

e)         the approvals given herein BE CONDITIONAL upon the Corporation entering into a  formal contract for this project (Tender 16-13); 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.  (2016-F18)

 

Motion Passed

 

YEAS: J. Helmer, A. Hopkins, J. Morgan, M. van Holst (4)

 

5.

Contract Award: Tender No. 16-32 - Arterial Road Rehabilitation Project - Contract No.1

 

That, on the recommendation of the Managing Director, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the award of a contract for the 2016 Arterial Road Rehabilitation Project Contract No. 1:

 

a)         the bid submitted by Coco Paving Inc. (London), at its submitted tendered price of $5,857,000.00, excluding H.S.T., for the said project BE ACCEPTED; it being noted that the bid submitted by Coco Paving Inc. (London) was the lowest of two (2) 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 appended to the staff report dated April 12, 2016 as Appendix “A”;

 

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

 

d)         the approval given herein BE CONDITIONAL upon the Corporation entering into a formal contract for the material to be supplied and the work to be done relating to this project (Tender 16-32); 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.  (2016-F18)

 

Motion Passed

 

YEAS: J. Helmer, A. Hopkins, J. Morgan, M. van Holst (4)

 

6.

Windermere Road Over Stoney Creek Bridge Rehabilitation - Construction Administration of Tender No. 16-36 - Appointment of Consulting Engineer

 

 

That, on the recommendation of the Managing Director, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the appointment of a Consulting Engineer for the Windermere Road over Stoney Creek Bridge Rehabilitation Project:

 

a)         Dillon Consulting Ltd. BE AUTHORIZED to carry out the resident inspection and contract administration of the said project in the amount of $158,658.50, excluding H.S.T., in accordance with Section 15.2 (g) of the Procurement of Goods and Services Policy;

 

b)         the financing for this project BE APPROVED as set out in the Sources of Financing Report appended to the staff report dated April 12, 2016 as Appendix “A”;

 

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

 

d)         the approval given herein BE CONDITIONAL upon the Corporation entering into a formal contract with the consultant for the 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.  (2016-A05)

Motion Passed

 

YEAS: J. Helmer, A. Hopkins, J. Morgan, M. van Holst (4)

 

7.

Contract Award: Tender No. 16-21- 2016 Infrastructure Renewal Program Contract 4 - McCormick Area Reconstruction

 

That, on the recommendation of the Managing Director, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the award of contracts for the 2016 Infrastructure Renewal Program, Contract 4 - McCormick Area Reconstruction Project:

 

a)         the bid submitted by Bre-Ex Construction Inc. (Bre-Ex), at its tendered price of $3,075,067.28, excluding H.S.T., BE ACCEPTED; it being noted that the bid submitted by Bre-Ex was the lowest of three bids received and meets the City's specifications and requirements in all areas;

 

b)         Archibald, Gray & McKay Engineering Limited (AGM) 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 amount of $286,440.00, including contingency and excluding H.S.T., 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;  it being noted that this firm completed the engineering design for this project;

 

c)         the financing for this project BE APPROVED as set out in the Sources of Financing Report appended to the staff report dated April 12, 2016 as Appendix "A";

 

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

 

e)         the approval given herein BE CONDITIONAL upon the Corporation entering into a formal contract for the material to be supplied and the work to be done relating to this project (Tender 16-21); 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;

 

it being noted that the Civic Works Committee received the attached presentation from D. MacRae Division Manager, Transportation, Planning and Design and a verbal delegation from P. Jeffery, Chief Operating Officer, Airia Brands Inc. advising that he is disappointed with the City’s position to date, opposing the reduction of spaces and asking that the current parking remain in place, with respect to this matter.  (2016-F18)

 

Voting Record:

 

Motion to approve clause 7.

 

Motion Passed

 

YEAS: J. Helmer, A. Hopkins, J. Morgan, M. van Holst (4)

 

Motion to approve the delegation request from P. Jeffery, Chief Operating Officer, Airia Brands Inc. – McCormick Area Reconstruction.

 

Motion Passed

 

YEAS: J. Helmer, A. Hopkins, J. Morgan, M. van Holst (4)

 

8.

Field Marshal Wolseley Bridge (Quebec Street) Pedestrian Safety

 

That, on the recommendation of the Managing Director, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the Field Marshal Wolseley Bridge (Quebec Street):

 

 

a)         the sidewalks BE WIDENED to improve the pedestrian environment at an estimated cost of $190,000.00;

 

b)         a trial installation of road bollards between the bike lane and general purpose lane BE IMPLEMENTED to investigate this separated bicycle lane configuration and its influence on road operations; and,

 

c)         no further action BE TAKEN with respect to the staff report dated February 2, 2016.  (2016-T04)

 

Motion Passed

 

YEAS: J. Helmer, A. Hopkins, J. Morgan, M. van Holst (4)

 

III.

SCHEDULED ITEMS

 

None.

 

IV.

ITEMS FOR DIRECTION

 

None.

 

V.

DEFERRED MATTERS/ADDITIONAL BUSINESS

 

9.

Deferred Matters List

 

That the following actions be taken with respect to the Civic Works Committee (CWC) Deferred Matters List, as at March 29, 2016:

 

a)            items 4, 7, 23, 27 and 54 BE REMOVED as they are complete;

 

b)            items 25, 36, 43, 45, 48, 58 and 60 BE AMENDED to reflect the expected reply date of the 2nd Quarter of 2016; it being noted that item 58 will also BE AMENDED to reflect the persons responsible as J. Braam and J. Lucas;

 

c)            items 9, 32, 49 and 61 BE AMENDED to reflect the expected reply date of the 3rd Quarter of 2016; it being noted that item 49 will also BE AMENDED to reflect the persons responsible as J. Braam and J. Lucas;

 

d)            items 14, 28, 44, 55 and 59 BE AMENDED to reflect the expected reply date of the 4th Quarter of 2016; it being noted that item 14 will also BE AMENDED to reflect the persons responsible as J. Braam, J. Lucas and M. Hayward; it being further noted that item 59 will also BE AMENDED to reflect the persons responsible as J. Braam and J. Stanford;

 

e)            item 11 BE AMENDED to remove the expected reply date for 11 a) and BE AMENDED to reflect the expected reply date of the 2nd Quarter of 2016 for 11 b);

 

f)             item 42 BE REMOVED and BE REFERRED to the Deferred Matters List of the Strategic Priorities and Policy Committee (SPPC); it being noted that the Governance Working Group will consider this matter in conjunction with its review of the Procedure By-law; it being further noted that the Governance Working Group reports through the SPPC;

 

g)            the Deferred Matters List, as amended above, BE RECEIVED.

 

Motion Passed

 

YEAS: J. Helmer, A. Hopkins, J. Morgan, M. van Holst (4)

 

 

 

 

 

VI.

CONFIDENTIAL (Confidential Appendix to the 6th Report of the Civic Works Committee enclosed for Members only.)

 

The Civic Works Committee convened in camera from 5:46 PM to 6:01 PM after having passed a motion to do so, with respect to the following matter:

 

C-1.

A matter pertaining to advice that is subject to solicitor-client privilege, including communications necessary for that purpose and for the purpose of providing directions and instructions to officers and employees or agents of the municipality with respect to the Springbank Dam.

 

VII.

ADJOURNMENT

 

The meeting adjourned at 6:05 PM.

 

No Item Selected