The following recommendations of the Civic Works Committee are referred to the April 7, 2020 Municipal Council Meeting for consideration:
4. (2.3) Contract Award: Tender No. 20-15 Wenige Expressway Bridge Rehabilitation
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 the Wenige Expressway Bridge Rehabilitation:
a) McLean Taylor Construction Limited, BE APPOINTED the Contractor to complete the project, in the amount of $8,846,864.57 (excluding HST) in accordance with Section 13.2 a) of the Procurement of Goods and Services Policy; it being noted that the bid submitted by McLean Taylor Construction Limited was the lowest of seven (7) bids received and meets the City's specifications and requirements in all areas;
b) Parsons Inc. (Parsons) 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 $781,660 (excluding HST), 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, as appended to the staff report dated March 10, 2020;
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 20-15); 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. (2020-T05/L04)
5. (2.4) Contract Award: Tender No. 20-16 – Dundas Street – Old East Village
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 the Dundas Street – Old East Village infrastructure renewal project:
a) the bid submitted by Bre-Ex Construction Inc. at its tendered price of $12,482,777.14 (excluding HST) BE ACCEPTED; it being noted that the bid submitted by Bre-Ex Construction Inc. was the lowest of four bids received and meets the City's specifications and requirements in all areas;
b) Dillon Consulting Ltd. (Dillon) BE AUTHORIZED Consulting Engineers to complete the contract administration and supervision for Dundas Street – Old East Village in accordance with the estimate, on file, at an upset amount of $1,498,109.03 (excluding HST), 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, as appended to the staff report dated March 10, 2020;
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 20-16);
f) the Mayor and the City Clerk BE AUTHORIZED to execute any contract or other documents, if required, to give effect to these recommendations; and,
g) the Civic Administration BE DIRECTED to continue consultation with the Old East Village Business Improvement Association throughout the duration of the construction project. (2020-T10/L04)
6. (2.5) Contract Award: Tender RFT 20-05 – Veterans Memorial Parkway Northward Extension and Huron Street Improvements
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 Veterans Memorial Parkway Northward Extension and Huron Street Improvements:
a) the bid submitted by L82 Construction Ltd. at its tendered price of $11,248,527.24 (excluding HST) BE ACCEPTED; it being noted that the bid submitted by L82 Construction Ltd. was the lowest of four bids received and meets the City’s specification and requirements in all areas;
b) Stantec Consulting Ltd. (Stantec) BE AUTHORIZED Consulting Engineers to complete the contract administration, construction supervision and additional effort required for coordination of utility relocation and stormwater management work required for the said projects in accordance with the estimate, on file, at an upset amount of $854,882.92 (excluding HST), and in accordance with Section 15.2 g) of the City of London’s Procurement of Goods and Services Policy;
c) the financing for the project BE APPROVED in accordance with the “Sources of Financing Reports” as appended to the staff report dated March 10, 2020;
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 the material to be supplied and the work to be done relating to this project (Tender 20-05); 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. (2020-T04/L04)
11. (2.14) Contract Award: RFT 20-01 - 2020 Infrastructure Renewal Program Downtown Sewer Separation Phase 3 Project – Richmond Street (Related to Bill No.’s 121 and 122)
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 2020 Infrastructure Renewal Program Downtown Sewer Separation Phase 3 Richmond Street Project:
a) the bid submitted by L-82 Construction Limited at its tendered price of $5,999,884.24 (excluding HST) for the 2020 Infrastructure Renewal Program, Downtown Sewer Separation Phase 3 Richmond Street project, BE ACCEPTED; it being noted that the bid submitted by L-82 Construction Limited was the lowest of eight bids received and meets the City's specifications and requirements in all areas;
b) AECOM Canada Ltd. (AECOM) 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 $439,843.00 (excluding HST) in accordance with Section 15.2 g) of the City of London’s Procurement of Goods and Services Policy;
c) the proposed by-laws, as appended to the staff report dated March 10, 2020, to allow for the temporary two way configuration of King St and for the removal of the temporary measure BE INTRODUCED at the Municipal Council meeting to be held on March 24, 2020, for the purpose of amending the Traffic and Parking By-law (PS-113);
d) the financing for this project BE APPROVED as set out in the Sources of Financing Report, as appended to the staff report dated March 10, 2020;
e) the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this project;
f) the approval given, herein, 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 (RFT 20-01); and,
g) the Mayor and the City Clerk BE AUTHORIZED to execute any contract or other documents, if required, to give effect to these recommendations. (2020-E01/L04)
12. (2.15) Contract Award: RFT 20-21 - 2020 Infrastructure Renewal Program – Churchill Avenue, Winnipeg Boulevard, Wavell Street Project
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 2020 Infrastructure Renewal Program Churchill Avenue, Winnipeg Boulevard, Wavell Street Project:
a) the bid submitted by Elgin Construction Company Limited, at its tendered price of $3,771,467.32 (excluding HST) for the 2020 Infrastructure Renewal Program, Churchill Avenue, Winnipeg Boulevard, Wavell Street Project, BE ACCEPTED; it being noted that the bid submitted by Elgin Construction Company Limited was the lowest of eight bids received and meets the City's specifications and requirements in all areas;
b) Dillon Consulting Limited, 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 $383,190.50 (excluding HST), 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, as appended to the staff report dated March 10, 2020;
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, or issuing a purchase order for the material to be supplied and the work to be done, relating to this project (RFT20-21); 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.(2020-E01/L04)
13. (2.16) Contract Award: Request for Tender 20-14 - 2020 Infrastructure Renewal Program Contract #10 – Egerton Street, Hamilton Road, and Trafalgar Street Project
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 contract for the 2020 Infrastructure Renewal Program Egerton Street, Hamilton Road, and Trafalgar Street reconstruction project:
a) the bid submitted by Bre-Ex Construction Inc. at its tendered price of $4,644,111.78 (excluding HST), BE ACCEPTED; it being noted that the bid submitted by Bre-Ex Construction Inc. was the lowest of six bids received and meets the City's specifications and requirements in all areas;
b) Archibald, Gray and McKay Engineering Ltd. (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 $422,400.00 (excluding HST), in accordance with Section 15.2 g) of the City of London’s Procurement of Goods and Services Policy, noting 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, as appended to the staff report dated March 10, 2020;
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, or issuing a purchase order for the material to be supplied and the work to be done, relating to this project (Tender RFT20-14); 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. (2020-E01/L04)
15. (2.18) Contract Award: 2020 Watermain Cleaning and Structural Lining RFT 2 20-23
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 contract for the 2020 Watermain Cleaning and Structural Lining Project:
a) the bid submitted by Fer-Pal Construction Ltd., 171 Fenmar Drive, Toronto, Ontario M9L 1M7, at its tendered price of $6,784,800.00 (excluding H.S.T.), for the 2020 Watermain Cleaning and Structural Lining program, BE ACCEPTED; it being noted that the bid submitted by Fer-Pal Construction Ltd. was the lowest of two bids received and meets the City’s specifications and requirements in all areas and that this is the first year of a three year contract, where the City has the sole discretion to renew the contract for two additional years based on price and performance;
b) the financing for this project BE APPROVED as set out in the Sources of Financing Report, as appended to the staff report dated March 10, 2020;
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 or issuing a purchase order for the material to be supplied and the work to be done relating to this project (RFT 20-23); 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. (2020-E08/L04)
20. (2.12) Request for Proposal (RFP) 20-04 Award - Supply and Delivery of Electric Ice Resurfacers
That, on the recommendation of the Managing Director, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the delivery of electric ice resurfacers:
a) the transition of ice resurfacers from compressed natural gas models to electric battery powered models to reduce the greenhouse gas (GHG) impact of these units BE APPROVED; and,
b) the Civic Administration BE DIRECTED to undertake the following actions:
i) the submission from Zamboni Company Ltd., 38 Morton Ave. E, Box 1388, Brantford, Ontario, Canada, N3T 5T6, BE ACCEPTED for the supply and delivery of up to (6) six battery powered ice resurfacing machines at a unit price of $125,375 each (excluding HST);
ii) the Civic Administration BE AUTHORIZED to appoint Zamboni Company Ltd., 38 Morton Ave. E, Box 1388, Brantford, Ontario, Canada, N3T 5T6, as the vendor of record for supply and delivery of up to fourteen (14) battery electric ice resurfacers over the next four (4) years at the sole discretion of the City based on performance and price;
iii) the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this purchase;
iv) approval hereby given BE CONDITIONAL upon the Corporation entering into a formal contract or having a purchase order or contract record relating to the subject matter of this approval; and,
v) the funding for this purchase BE APPROVED as set out in the Source of Financing Report, as appended to the staff report dated March 10, 2020. (2020-E17/L04)