Report No. ENG-2015-04

APPROVAL BLOCK
CAO ____________
DF ____________
DE&DS__________
CITY OF BELLEVILLE
Ray Ford, Manager of Engineering/Deputy Director
Engineering and Development Services
Report No. ENG-2015-04
April 13, 2015
To:
Mayor and Members of Council
Subject:
CONTRACT ENG2015-06 – City Centre
Revitalization and Redevelopment Project
Construction Contract Phase 1
Recommendation:
THAT the tender submission from Len Corcoran Excavating
Limited be accepted for CONTRACT ENG2015-06 City Centre
Revitalization and Redevelopment Project Construction
Contract Phase 1 in the amount of $8,359,756.00 plus
$1,086,768.28 HST for a total amount of $9,446,524.28 this
being the lowest cost tender received and that the Mayor and
the City Clerk be authorized to sign the Acceptance Agreement
on behalf of The Corporation of the City of Belleville and that
the City Clerk be authorized to affix the Corporate Seal.”
Strategic Plan Alignment:
The City of Belleville’s Strategic Plan identifies nine strategic themes. This report
aligns with all of the strategic themes which includes Infrastructure; Industrial and
Commercial Development; Residential Development; Transportation and
Mobility; City Centre Revitalization; Cultural and Recreation; Tourism and
Waterfront Revitalization; Community Health, Safety and Security; and
Environment.
Background:
CONTRACT ENG2015-06 City Centre Revitalization and Redevelopment Project
Construction Contract Phase 1 represents the first phase of the Downtown
Revitalization and Redevelopment project. This tender includes the following
work on Front Street from Victoria Avenue to Pinnacle Street and on Station
Street from Pinnacle Street to Church Street:
Report No. ENG-2015-04










-2-
April 13, 2015
Complete replacement of the existing (circa 1880’s) watermain and water
services with a new 300mm diameter watermain and new water services.
Replacement of approx. 310 metres of existing sanitary sewer mains with
larger diameter sewers to create pipe capacity for future development and
redevelopment through intensification in the City Centre in accordance
with OPA No. 23.
Relining of approximately 235 meters of existing sanitary sewer to
rehabilitate these pipes.
Replacement of sanitary sewer lateral connections.
Replacement of approximately 130 metres of 750mm diameter storm
sewers to rehabilitate the storm sewer system.
Complete reconstruction of the roads with new asphalt, concrete and
decorative pavers; including new curb and gutters.
Complete reconstruction of the sidewalks including concrete and
decorative pavers.
New planters with landscaping.
New trees including engineered ‘soil cells’ to provide a favourable growing
environment for the trees.
Installation of new street lights including electrical ducts all in accordance
with today’s electrical codes and requirements.
Of the proposed three (3) construction phases proposed for the City Centre
Revitalization and Redevelopment Project, this first phase represents the most
complex phase of the project. This phase includes not only replacement of the
watermains; but also includes significant work on the sanitary sewer with several
lengths being replaced to increase capacity; and includes replacement of a
significate length of storm sewer. None of the other phases include this level of
sanitary and storm sewer replacement work. This project will also require work
through a very high volume intersection; Pinnacle Street/Front Street/Station
Street.
To attract as many bids as possible and secure the best price for the entire
project, the following activities were completed:





City Centre Revitalization and Redevelopment Project was broken into
three (3) Phases, with Contract ENG2015-06 being Phase 1, in order to
allow a wider range of contractors (from small to large) to be able to bid;
Contract ENG2015-06 was issued early in 2015 which is typically a
favourable time of year to attract bids from a larger number of contractors;
A “pre-tender notice” was issued in late January to advise contractors that
this contract would be issued in March;
Contract ENG2015-06 was issued on March 4, 2015 with a closing date of
March 31, 2015 thus providing a bidding period of four (4) weeks.
Typically we allow only two (2) to three (3) weeks for bidding on this type
of contract.
Notices and tender documents were sent to the local construction
association office as well as many other construction association offices
throughout the area and the GTA.
Report No. ENG-2015-04
-3-
April 13, 2015
As noted above, the project was tendered on Wednesday, March 4 2015, with a
closing date of Tuesday, March 31, 2015. Tenders were received for Contract
ENG2015-06 and were opened in Council Chambers, City Hall, immediately after
the closing time with the following staff in attendance:
Yasmina Jamal, Purchasing Supervisor
Christine Fradley, Purchasing Assistant
Mark Fluhrer, Director Recreation, Culture & Community Services
Ray Ford, Manager Engineering/Deputy Director Engineering Development
Services
Denis Pianarosa, Project Manager (Build Belleville)
In addition, there were three other individuals in attendance.
Financial/Analysis:
The following two (2) tenders were received and opened:
Contractor
H & H Construction
Inc.
Len Corcoran
Excavating Limited
Tender
Submitted
HST
Excluded
Tender
Tax Amount
HST
(13%)
Total Tender
Submitted
HST
Included
Net Contract
Cost to City*
$8,710,518.64
$1,132,367.42
$9,842,886.06
$8,863,823.77
$8,359,756.00
$1,086,768.28
$9,446,524.28
$8,506,887.71
*Contract Cost net of all HST rebates and credits
The tender submissions were reviewed for accuracy and completeness and the
following tender irregularity was noted:
(1) The form ‘Statement “C”, List of Sub-Contractors’ included in the
submission from H & H Construction Inc. was left blank. In accordance
with the “Tender Irregularities” section of the Contract, this tender
submission was rejected and no further consideration can be given to this
tender submission.
As a result of the tender evaluation, there is only a single tender submission
which can be considered; that being the bid from Len Corcoran Excavating
Limited. There were no tender irregularities noted with this bid submission.
Report No. ENG-2015-04
-4-
April 13, 2015
The work incorporated in CONTRACT ENG2015-06 is for the first phase of the
City Centre Revitalization and Redevelopment Project and is included in the
overall project budget of $21,050,000.00. While this contract represents only the
first phase of the Downtown project and there are sufficient budget funds in place
for this first phase of the project, it is necessary to consider the remaining phases
and project budget. As noted above, this phase is the most complex phase of
the project with several sections of sewers requiring replacement and work to
occur in the busy Pinnacle/Front/Station Streets intersection. This phase also
requires maintaining access to McNabb Towers and Quinte Living Center which
requires keeping the road open to a single lane of traffic. All of these factors
have resulted in the contract costs as tendered for this phase. Until the tenders
are issued and closed for the remaining two phases of the project, it will not be
possible to establish or confirm the overall project budget as this will be dictated
by market conditions and tender details of the Phase 2 and Phase 3 contracts..
Through the construction phase of this Phase 1 project, costs and constructability
will be closely administered and monitored with impacts related to business
continuity being assessed. During the final design of the Phase 2 and Phase 3
projects, the experience obtained through Phase 1 will be used to refine the
design of these remaining two phases; such as making adjustments to
construction staging in consultation with the DBIA or amending the design to
address constructability issues, so as to adjust the final design of Phases 2 and 3
and make every effort to meet the project budget.
Conclusion:
It is recommended that CONTRACT ENG2015-06 City Centre Revitalization and
Redevelopment Project Construction Contract Phase 1 be awarded to Len
Corcoran Excavating Limited in the amount of $8,359,756.00 plus $1,086,768.28
HST for a total dollar amount of $9,446,524.28 this being the only qualified bid
received.
Respectfully submitted,
Ray Ford,
Manager of Engineering/Deputy Director
Engineering and Development Services
RF/pmm