Loading...
HomeMy WebLinkAboutFCS-14-143 - CAO Approved TendersStaff Report rTC.�r R finance and Corporate Services Department www.kitchener.ca REPORT TO: Committee of the Whole DATE OF MEETING: 2014 -08 -25 SUBMITTED BY: Larry Gordon, Director of Supply Services, 519 - 741 -2200 ext. 7214 PREPARED BY: Larry Gordon, Director of Supply Services, 519 - 741 -2200 ext. 7214 WARD(S) INVOLVED: N/A DATE OF REPORT: 2014 -08 -06 REPORT NO.: FCS -14 -143 SUBJECT: CAO Approved Tenders RECOMMENDATION: For information. BACKGROUND: In accordance with the CAO's By -law 18(e), the CAO can approve tenders during the months of June, July and August, provided that the total costs are within the approved budgets contained in the relevant Departmental budgets and that a report regarding these tenders is brought to Council at its next regular meeting. Once the decision has been approved by the CAO, a contract is drawn up and then forwarded to Legal to arrange execution of same. REPORT: The following recommendations were approved during the Council recess and copies are provided for information: 1. Q14 -031 —Gloves 2. T14-045— New Sidewalk/Multi Use Trail Construction 3. E14 -046 — Consultant Services — Municipal Class Environmental Assessment to Develop a Stormwater Management Master Plan 4. T14 -049 — Lang Crescent (Lancaster St. W. to Bridgeport Rd.) And Springdale Drive Lang Cres. to Creek) Road Reconstruction 6. -1 5. T14-063— Filsinger Park Reach 2 Stream Naturalization Project The individual recommendations as approved by the CAO are attached for Council's information. FINANCIAL IMPLICATIONS: All tenders awarded by the CAO were within approved budgets. ACKNOWLEDGED BY: Dan Chapman, Deputy CAO & City Treasurer, Finance and Corporate Services 6. -2 taffRe 'orb M�R : NO& and Col fomieServices Department �l�rt�e►ierc� REPORT TO: Dan Chapman, Acting Chief Administrative Officer DATE OF MEETING: 2014 -07 -18 SUBMITTED BY: Larry Gordon, Director of Supply Services, 519 - 741 -2200 ext, 7214 PREPARED BY: Ryan Scott, Buyer, 519-741 -2200 ext.7216 WARD(S) INVOLVED: NIA DATE OF REPORT: 2014 -07 -07 REPORT NO.: FCS -14 -131 SUBJECT: Q14 -031 -- Gloves RECOMMENDATION: That Quotation 014 -031 - Gloves, be awarded to Corporate Express Canada Inc. Mississauga, Ontario, at their tendered price of $37,261.38, plus H.S.T. of $4,843.98, for a total of $42,105.36, with an option to renew for one•(1) additional twelve (12) month term. 'BACKGROUND: The City requires work gloves for staff in various Divisions including Operations, Utilities, and Fleet. Work gloves are inventoried in Stores and issued out to staff as required. The average annual spend over the past two (2) years was $51,219.88. REPORT: Quotations were advertised publicly on the City of Kitchener website. Documents were downloaded by thirty -two (32) interested parties, and by the closing date of Wednesday June 25, 2014, eight (8) quotations had been received. 6. -3 6J I The following quotations were received: Hazmasters Inc. Corporate Express Canada Inc. Wa }ax Industrial Components Tenaquip Limited Ontario Glove & Safety WFS Ltd Weber Supply Co. Knells Industrial Ajax ON Mississauga ON Guelph ON Cambridge ON Kitchener ON Cambridge ON Kitchener ON Kitchener ON Bid Price $ 40, 218.48 $ 42,105.36 $ 61,096.50 $ 62,054:28 . $ 62, 340.31 $ 98,467.34 $115, 667.73 $ 154,056.37 The lowest quotation submitted by Hazmasters Inc. was rejected as they could not provide 44% of the gloves required, and they did not submit mandatory samples. The price for gloves has decreased 32% from the previous contract. Quotations and samples were reviewed by S. Agnello, Supervisor of Stores, who concurs with the above recommendation. ALIGNMENT WITH CITY OF KITCHENER STRATEGIC PLAN: Theme: Financial Management Strategic Direction; Ensure responsible use of public funds within a supportive policy framework. The City of Kitchener's purchasing policies and practices ensure openness, fairness and transparency in the procurement of goods and services. FINANCIAL IMPLICATIONS: Funding will be provided from various City operating accounts. COMMUNITY ENGAGEMENT: INFORM - Potential vendors are informed of bid opportunities through the public posting of bid documents as outlined in the City's Purchasing By -Law. Vendors, local media and the general public are informed of purchasing recommendations to Council through the public reports which are included with the Council agenda the week prior to the Council meeting. ACKNOWLEDGED BY: Dan Chapman, Deputy CAO & City Treasurer, Finance and Corporate Services 7e,Z l 'S 2�f� 6. -4 Staff Report R finance and Corporate Semites Department wwwkikchenerca REPORT TO: Jeff Willmer, Chief Administrative Officer DATE OF MEETING: 2014 -07 -25 SUBMITTED BY: Larry Gordon, Director of Supply Services, 519- 741 -2200 ext. 7214 PREPARED BY: Larry Gordon, Director of Supply Services, 519 -741 -2200 ext 72'14 WARD(S) INVOLVED. 2, 4, 5,10 DATE OF REPORT: 2014 -07 -17 REPORT NO.: FCS -14 -135 SUBJECT: T14 -046 - New Sidewalk/Multi Use Trail Construction RECOMMENDATION: That Tender T14 -046 - New SidewalldMulti Use Trail Construction, be awarded to 410754 Ontario Limited ola Sousa Concrete, Branchton, Ontario at their tendered price of $271,837., including provisional items and contingencies of $26,000., plus H.S.T. of $35,338.81, for a total of $307,176.81. BACKGROUND: The work required under this contract consists of generally infilling,new concrete sidewalk on various City Right of Ways where sidewalk was never installed. Also included in this tender is the construction of a multk4se 'tr-W -that links an existing multi use trail to a safe crossing point. This contract is a unit price contract for the current construction season only. Below is a complete list of projects, to be completed under this tender. New Sidewalk Locations: 1. Guelph Street from Lancaster Street West to Bus Pad at Clifton Road - WARD 10 - Provide 115 metres new OPSD 600.090 Concrete Semi Mountable Curb with Narrow Gutter and 1,8 metre curb face sidewalk. ( +) 70 metres of 1.5 metre. sidewalk with boulevard. 2. Trillium Drive New Sidewalk Infill - WARD 5 - Provide new 1.5 metre sidewalk along West side of Trillium Drive from Bleams Road to the Huron Park Natural Area. 3. Condor Street New Sidewalk Infill -- WARD 2 - Provide new 1.5 metre along East side of _ Condor from - Hawkswood - Drive to New Existing sidewalk - -- completed by -new' development. � G 6. -5 Multi -Use Trail Location: 1.. Huron Road Multi Use Pedestrian /Bike Trail WARD 4, 5 - Provide a new 3.0 metre wide asphalt Pedestrian /Bike Trail'along Huron' Rd:frorn Strasburg Road to Battler Road. Including realigning the right hand turn lane at Templewood Drive. by removing /replacing new curb and gutter, road repairs and landscaping. i, REPORT: Tenders were advertised ,publicly in the -Daily Commercial News, on the City of Kitchener websile and the internet through the Ontario Public Buyers Electronic Tendering ' Information System. Documents were downloaded by twenty -three (23) .interested parties, and by the closing •- dafe= ��fhurs�iay= duly --1-�; �01� fire -(5) fenders ha�'.besn- received_ - —_._ .._. -...J Y. __ The tenders were reviewed by R. Trussler, Engineering Construction Project Manager, who concurs with the above recommendation. The following tenders were received: 410754 Ontario Limited ola Sousa Concrete Branchton ON Vista Contracting Ltd. Cambridge ON Brantco Construction Cambridge ON Steed. and Evans Limited SfAacobs ON Hardscape Concrete & Interlock Paris-ON. i nce $307,175.81 $334,942.17 . $370,72830 $428;000.00 $4.72,385.20 ALIGNMENT WITH CITY OF KITCHENER STRATEGIC PLAN: Theme: Financial Management Strategic Direction: Ensure responsible.use.of public funds within a supportive policy framework. The. City of Kitchener's purchasing policies and practices ensure openness, fairness and transparency in the procurement of goods and services. 6. -6 FINANCIAL IMPLICATIONS: In addition to. the costs anticipated in this tender, the design and implementation of these types of projects typically involves city staff and resources from across the corporation. These costs are included In the line item "Projected Costs, Staff Time /Permitting /Material testing ", and will be itemized when they exceed $125,000, Included in this line item are staff time and expenses for all city staff in support of the project such as Engineering, Kitchener Utilities, and Transportation Planning. The line item also includes all regulatory permitting, geotechnicai and material testing, detouring and traffic control, alternate access and parking requirements and any other miscellaneous costs. Projects utilizing -in-house staff will include costs for Inspection during construction and contract administration_ The net cost for this tender (A), is fair and reasonable for a purchase of this scope and the upset limit is within the budget allowance (B) provided within the budget. Funding for this purchase is included within tile. approved capital budget, The estimated surplus (E) will be returned t_o.the funding sources of this project. Tender T14-045 New Sidewalk / Multi Use Trail The total budget for all phases of this project is Estimated Cost for this Phase of Work Tender T14-045 costs, including HST less: HST rebate on tender Net Cost Being Awarded Costs Incurred to Date Projected Costs: Staff TimelMaterial Testing Total Estimated Cost for this Phase of Work Budget for this Phase of Work New Sidewalk Account (800405048.CAP) Huron Rd - Trillium to Fischer Hallman (800407002.CAP) $ 357,278.83 307,175.81 30,554.47 276,621.34. A 38,000.00 314,621.34 C 195,534.30 161,744.53 Total Budget for this Phase of Work 357,278.83 B Estimated Surplus /(Deficit) for this Phase of Work (B - C) 42,657.49 D Estimated Surplus /(Deffclt) from previous phases - Total Estimated Surplus /(Deficit) 42,657.49 E COMMUNITY ENGAGEMENT: INFORM - Potential vendors are informed of bid opportunities through the public posting of bid documents as outlined in the City's Purchasing By -Law. Vendors, local media and the general public are Informed of purchasing recommendations to Council through the public reports which are included with the Council agenda the week prior to the Council meeting. ACKNOWLEDGED BY: Dan Chapman, Deputy CAO & City Treasurer, Finance and Corporate Services 6. -7- Staff geport *-'NER RflanCo and Camomte Services. Department wvnv kttcher�erra REPORT TO: Jeff Willmer, Chief Administrative Officer DATE OF MEETING: SUBMITTED BY: PREPARED BY: WARD(S) INVOLVED: DATE OF REPORT: REPORT NO.: SUBJECT: RECOMMENDATION: 2014 -07 -25 Larry Gordon, Director of Supply Services, 519 -741 -2200 ext. 7214 Larry Gordon, Director of Supply Services, 519 - 741 -2200 ext. 7214 N/A 2014 -07 -16 FCS -14 -134 E14 -046 — Consultant Services Municipal Class Environmental Assessment to Develop a Stormwater Management Master Plan That Expression of Interest E14 -046 — Consultant Services — Municipal Class Environmental Assessment to. Develop a Stormwater Management Master Plan, be awarded to Aquafor Beech Limited, Guelph, Ontario at their estimated fee of $534,333.80, Including contingencies of $48,576.80 plus H.S.T: of $69,463.39, for a total of $603,797.19, based on a satisfactory contract being negotiated and an upset fee being established. BACKGROUND: As detailed in INS Report 14 -037, the City will be initiating a Comprehensive Stormwater Management (SWM) Master Plan in order to replace the 2001 Stormwater Management Policy (I- 1135), which is now out of date as a result of updated legislation as well as the creation of a stormwater utility. This Master Plan will be undertaken as a Municipal Class Environmental Assessment and will have public input including a Public Advisory Committee, This study will involve a number of departments in order to align the stormwater management guidelines and policies with those departments whose work relate to this field including a close tie with the recently completed stormwater asset management plan. The study will Identify priority work areas and help determine the most effective way to implement a sustainable level of service within the context of the established funding mechanism. Furthermore, this study is intended to position the City such that it can' serve as a starting point for Water Sustainability Plans which will eventually be required as per the Water Opportunities Act. This study is expected to be completed by the end of 2015. x9z'41T .9c - e, 7 — "'5" 6. -8 .REPORT: In accordance with Chapter 170 of the Municipal Code. pertaining to the Selection, of Professional Services /Consultants, a Consultant's Review Committee was established consisting of N, Gollan, Manager, Stormwater Utility, M. Ryan, Design & Construction Project Manager., L. Cooper, SupervEsor, Development Client. Services, J. Ivey, Grand River. Conservation Authority and L.- Gordon, Director of Supply Services. Expressions of interest were advertised publicly on the City of 'Kitchener website and on the internet through the Ontario Public Buyers Association Electronic Tendering Information System relative to this project: Documents were downloaded by thirty -four (34) interested parties, and by the closing date of Friday May'30, 2014, six (G) responses had been received. The review committee met on Thursday June 12, 2014, to review the submissions and a shortlist of four (4) candidates was selected for further interviews. The Committee met on Tuesday July 8,` 2014 to-interview the shortlisted candidates. The Committee elected to award the project to Aquafor Beech Limited, Guelph, Ontario. The Committee rated consultants on the following criteria: • Evaluation of Proposed Project'Manager y Completeness of'the Proposal • Qualifications 11=xpertise • Project Understanding • Variety &.Quality of Disciplines In Housed In Consortium • Past Performarice •. Knowledge of the City (re: this area) • Permanent Local Office • Amount of City Work Completed in the fast Effectiveness of Interview • Cost of Consultants Fees • 'Demonsfrates understanding of major components of study (asset management; credit. program review, EA for top 10 priorities, etc.) • Completeness of proposed work plan • Approach to-Public Consultation'& Communication A listing of the responding parties follows for your reference: AECOM Kitchener ON AMEC' Environment & infrastructure Burlington-ON.'- Aquafor Beech Ltd. Guelph ON CH2MHILL Kitchener ON - Greenland Consulting Engineers Collingwood ON MMM Group Limited Kitchener ON 6.'-9 ALIGNMENT WITH CITY OF KITCHENER STRATEGIC PLAN: Theme: Financial Management Strategic Direction: Ensure responsible use of public funds within a supportive policy framework. The City of Kitchener's purchasing policies and practices ensure openness, fairness and transparency in the procurement of goods arid services. FINANCIAL IMPLICATIONS: In_ addition -to -the -costs. - anticipated- in-this Expression of Interest, the design. -and implementation__of_these._. types of projects typically Involves city staff and resources from across the corporation. These costs. are included in the line item "Projected Costs: Staff TimelPermittinglMateria! testing ", and will be itemized when ,they exceed $125,000. Included in this line item are staff time and expenses for all city staff in support.of the project such as Engineering, Kitchener Utilities, and Transportation Planning. The line item also includes all regulatory permitting, geotechnical and material testing, detouring and traffic control, alternate access and parking requirements and any other miscellaneous costs. Projects utilizing in -house staff will include costs for inspection during construction and contract administration. The net cost for this Expression of Interest (A), is fair and reasonable for a purchase-of this scope and the upset limit is within the budget allowance (B) provided within the budget. Funding for this purchase is included within the approved capital budget. The estimated surplus (E) will be returned to the Storm Water Management Implementation capital account upon completion of the master plan. Expression of Interest Ell 4-046 EA for Stormwater Management Master Plan The total budget for all phases of this project is Estimated Cost for this Phase of Work Expression of Interest E14 -046 less: HST rebate on Expression of Interest Net Cost Being Awarded Costs Incurred to Date Projected Costs: Staff time Total Estimated Cost for this Phase of Work Budget for this Phase of Work Development Charges Storm Water Utility Total Budget for this Phase. of Work Estimated Surplus/(Deficit) for this Phase of Work (B - C) Estimated Surplus /(Deficit) from previous phases $ 660,000.00 603,797.99 (60,059.09) 543,738.10. A 5,902.96 100,000.00 649,641.06 C 200,000.00 460,000.00 660,000.00 B 10,358.94 D 6.-10 COMMUNITY ENGAGEMENT: INFORM - Potential vendors are informed of bid opportunities through the public posting of bid documents as outlined in the City's Purchasing By -Law. Vendors, local media and the general public are informed of'purchasing recommendations to Council through the public reports which are included with the Council agenda the week prior to the Council meeting, ACKNOWLEDGED BY: Dan_ Chapnjan, Deputy CAO & City Treasurer, Finance and Corporate Services • -j REPORT TO: Staff Report.. finaoxeacrdchrpomte$0VIresftonnigo w wfthenenim Jeff Willmer, Chief Administrative Officer DATE OF MEETING: SUBMITTED BY: PREPARED BY: WARD(S) INVOLVED: DATE OF REPORT: DEPORT NO.: 2014 -07.04 Larry Gordon, Director of Supply Services, 619 -741 -2200 ext. 7214 Larry Gordon, Director of Supply Services, 519 - 741 -2200 ext. 7214 1 2014 -07 -03 FCS- 144 30 SUBJECT: T14.049 -- Lang Crescent (Lancaster St, W. to Bridgeport Rd) and Springdale Drive (Lang Cres. to Creek) Road Reconstruction (RECOMMENDATION: That Tender T14 -049 — Lang Crescent (Lancaster St.-W. to Bridgeport Rd.) and Springdale Drive (Lang Ores. to Creek) Road Reconstruction be awarded to Terracon Underground Ltd., Brantford, Ontario at their corrected tendered price of $1,321,534.48, including provisional items and contingencies of $154,515., plus H.S.T. of $171,799.48, for a total of $1,493,333.96. BACKGROUND: Engineering Services is proceeding with the reconstruction of Lang Crescent (Lancaster St W to. Bridgeport Rd) and a portion of Springdale Drive. The limits of the project are Lang Crescent from Lancaster Street West to Bridgeport Road (approximately 830 m) and about 85 m along Spririgdale Drive from the intersection of Springdale and Lang Crescent. Funds for construction have been approved by Council as part of the 2014 budget. The project involves an upgrade of the watermain to current, standards along Lang Crescent, new storm sewer partly along Lang Crescent and . approximately 85 m of Springdale Drive outletting to the creek, new storm sewer outlet structure to the creek, and carry out .roadway reconstruction and water services replacement'along.Lang Crescent. The construction will be carried out in 3 stages that will limit the work to specific areas in order to minimize the length of disruptions' to the entire area. Access to all properties within the construction area will be maintained as long as possible. 6.- 12 REPORT: Tenders were advertised publicly in the Daily Commercial News, on the City of Kitchener Website and the Internet through the Ontario Public Buyers Electronic Tendering, Information System. Documents were picked up by' seven (7)' interested parties, and by the closing date of Thursday June 19, 2014, three (3) tenders were received. . The tenders were reviewed by S. Collie, AECOM Canada Ltd., the City's Consultant for the project, and S. Shah, Design Engineer who concur with the above recommendation. The following tenders were received: Bid Price Corrected Bid - Price Terracon Underground Ltd. Brantford ON $1,492,994.96 $1,493,333..96` E & E Seegmiller Limited Kitchener ON $1,717,446.90 $1,728,4E02.25 J. Weber Contracting Limited Breslau ON $1,816,194.59 $1•,816,194.59 ALIGNMENT WITH CITY OF KITCHENER STRATEGIC PLAN, Theme. Financial Management Strategic Direction: Ensure responsible use of public funds within a supportive policy framework. The City of Kitchener's purchasing policies and practices ensure openness, fairness and transparency in' the procurement of goods and services. 6. - 13 4 FINANCIAL IMPLICATIONS: In addition to the costs anticipated in this tender, the design and implementation of these types of projects typically involves city staff and resources from across the corporation. These costs are included in the line item "Projected Costs: Staff Time /Permitting /Material testing ", and will be itemized when they exceed $125,000. Included in this line item are staff -time and expenses for all city staff in support of the project such as Engineering, KI'tchener Utilities; and Transportation Planning. The line item also includes all regulatory permitting, geotechnical and material testing, detouring and -traffic control,' alternate access and parking requirements and' any other miscellaneous costs. Projects utilizing in -house staff will include costs for inspection during construction and - contract administration. The net cost -for this tender (A), is fair and reasonable for a purchase:of this scope and the upset limit is within the budget-allowance (B) provided within the budget. Funding for this purchase -is included within the approved capital budget. The estimated surplus (E). will be returned to the contributing funding sources of this project. Tender T14 -049 Lang Crescent The total budget for all phases of this project is Estimated Cost for this Phase of Work Tender T14 -049 costs, including HST less: HST rebate on tender_ Net Cost Being Awarded Costs Incurred to Date Projected Costs: Staff Time/Material Testing Total Estimated Cost for this Phase of Work Budget for this Phase of Work Water Utility Storm Water Utility Federal Gas Funding Total Budget for this Phase of Work Estimated Surplus /(Deficit) for this Phase of Work (B - C) Estimated Surplusf(Deficit) from previous phases Total Estimated Surplus /(Deficit) $1,775,550:00 1,493,333.96 148,540.41 1,344,793.55 A 41,534.35-. 1,386 327.90 C 486,000.00 88,800.60 972,000.00 1,546,800.00 B 160,472.10 ' D (22,075.42) 138, 396.68 E 6.-14 COMMUNITY ENGAGEMENT. Potential vendors are informed of bid opportunities through the public posting of bid documents .as outlined in the City's Purchasing By -Law. Vendors, local media and the general public are informed of purchasing recommendations to Council through the public reports which are included with the Council agenda the week prior to the Council meeting. ACKNOWLEDGED Bit: Dan Chapman, Deputy CAO & , City Treasurer, Finance and - Corporate Services Staff Report sery ices Pt�s �eparm�nt ffl- h �lQ � l wwwJrlhrlreneru� REPORT TO: Jeff Willmer, Chief Administrative Officer DATE OF MEETING: 2014 -07 -04 SUBMITTED BY: Larry Gordon, Director of Supply Services, 519- 741 -2200 ext. 7214 PREPARED BY: Larry Gordon, Director of Supply Services, 619- 741 -2200 ext. 7214 WARDS) INVOLVED: 8 DATE OF REPORT: 2014 -07 -03 REPORT NO.: FCS -14 -129 SUBJECT: T14 -063 — Fllsinger Park Reach 2 Stream Naturalization Project RECOMMENDATION: That Tender T14 -063 -- Filsinger Park Reach 2 Stream Naturalization Project. be awarded to 560789 Ontario Limited ola R &M Construction, Acton, Ontario at their tendered price of $2,046,499.58, including provisional items and contingencies of $422,440., plus H.S.T. of $320,962.15, for a total of $2,789,901.73. BACKGROUND: The Filsinger Park Stream Naturalization Reach 2 project will involve the removal of approximately 1.3 km of concrete channel with a naturalized stream in the Henry Sturm Greenway from Victoria Street to Westmount Road and in the Sandrock Greenway from Fischer - Hallman Road to the confluence with Henry Sturm Greenway. This work is based on the recommendations of the 2009 Victoria Park Lake Improvements Environmental Assessment which investigated alternatives to address sediment accumulation and water quality degradation in the lake. The EA report identified the Upper Henry Sturm Greenway as a significant source of sediment into Victoria Dark Lake. By replacing the concrete channel with a more naturalized stream, this will allow for sediment to deposit into the floodplain rather than continue to flow into the lake. Furthermore, there are additional environmental benefits as the well- vegetated stream will have increased shade and thus help to keep the water cooler, riffles and pools for fish movement and generally be more visual pleasing and natural looking. The enhancements that will be undertaken include replacement of two existing pedestrian bridges, removal of concrete channel and replacement of a naturalized channel, construction of two small wetlands, trail realignments and a variety of landscaping works. Some of the woody debris (branches and smaller logs) from the 2013 windstorm will be utilized in the proiect as bank protection in the creek. -me--r ZK� l 6.- 16 Construction is anticipated to begin in summer 2014 and be completed in December 2014 with the potential for final plantings to be completed in spring 2015. Access to the park will be limited and several trails will'have to be closed in order to ensure the public's safety. REPORT: Tenders were advertised publicly in the Daily Commercial News, on the City of Kitchener Website and the Internet through the Ontario Public Buyers Electronic Tendering Information System. Documents were picked up by fifteen (15) interested parties, and by the closing date of Thursday June 19, 2014, six (6) tenders were received. The tenders were reviewed by S. Brown, Stantec Consulting Ltd., the City's Consultant for the project, and M. Ryan, Design and Construction Project Manager who concur with the above recommendation. The following tenders were received; Bid Price Corrected Bid Due to the specialized nature of this work which includes divertingipumping continuously flowing water in the creek, dealing with groundwater flow contributions as well as installing engineered rock as well as log weirs across the creek and a variety of bank .protection measures, an additional proof of ability section was added to the ,Tender. This proof of ability required the bidders to provide specific examples of similar type of creek work for at least 3 projects with a minimum total length of 750 m of channel using natural channel design which was to include adjustments to pattern, dimension and profile. Furthermore, the Bidder's Construction Project Manager was to also have experience on at least 750 m of channel work. The lowest bid was submitted by Bronte Construction at $2,727,619.99 (corrected from $2,724,472.94 submitted). Bronte failed to provide all of the information required for the Firm References- and Construction Manager Reference sections required under Section 12B of the Notice of Tender. The bid was ruled incomplete and rejected. The next lowest bid was submitted by R & M Construction at $2,789,901.73 (correct as submitted). R &M provided all of the information required under Section 12B of the Notice of Tender. The projects met the length requirement and the references were extremely positive. ALIGNMENT WITH CITY OF KITCHENER STRATEGIC PLAN: Theme: Financial Management Strategic Direction. Ensure responsible use of public funds within a supportive policy framework. Price Bronte Landscaping & Construction Milton ON $2,724,472.94 $2;727,619.99 R &M Construction Acton ON $2,789,901.73 Gateman Milloy Kitchener ON $2,999,892.68 Bel -Air Excavating & Grading Ltd. Cambridge ON $3,292,781.01 $3,292,781.02 Tervita Environmental Services Hamilton ON $3,434,909.57 $3,434,909.58 Cambridge Landscaping Inc. -Cambridge ON $3,850,927.78 $3,827,736.97 Due to the specialized nature of this work which includes divertingipumping continuously flowing water in the creek, dealing with groundwater flow contributions as well as installing engineered rock as well as log weirs across the creek and a variety of bank .protection measures, an additional proof of ability section was added to the ,Tender. This proof of ability required the bidders to provide specific examples of similar type of creek work for at least 3 projects with a minimum total length of 750 m of channel using natural channel design which was to include adjustments to pattern, dimension and profile. Furthermore, the Bidder's Construction Project Manager was to also have experience on at least 750 m of channel work. The lowest bid was submitted by Bronte Construction at $2,727,619.99 (corrected from $2,724,472.94 submitted). Bronte failed to provide all of the information required for the Firm References- and Construction Manager Reference sections required under Section 12B of the Notice of Tender. The bid was ruled incomplete and rejected. The next lowest bid was submitted by R & M Construction at $2,789,901.73 (correct as submitted). R &M provided all of the information required under Section 12B of the Notice of Tender. The projects met the length requirement and the references were extremely positive. ALIGNMENT WITH CITY OF KITCHENER STRATEGIC PLAN: Theme: Financial Management Strategic Direction. Ensure responsible use of public funds within a supportive policy framework. .+ The City of Kitchener's purchasing policies and practices ensure openness, fairness and transparency in the procurement of goods and services. FINANCIAL IMPLICATIONS: In addition to the costs anticipated in this tender, the design and implementation: of these types of projects typically involves city staff and resources from across the corporation. These costs are included in the line item "Projected Costs: Staff TimelPermittinglMaterial testing ", and will be itemized when they exceed $125,000. Included in this line item are staff time and expenses for all city staff in support of the project such as Engineering, Kitchener Utilities, and. Transportation Planning.' The line item also includes all regulatory permitting, geotechnical and material testing, detouring and traffic control, alternate access and parking requirements and any other miscellaneous costs. Projects utilizing in -house staff will include costs for Inspection during construction and contract administration. The net cost for this tender (A), is fair and reasonable for a purchase of this scope and the upset limit is within the budget allowance (B) provided within the budget. Funding for this purchase is included within the approved capital budget. The estimated surplus (E) will remain within the project, and will be applied to construction. of Reach 1 in 2015. Tender T14 -063 Fl[singer Park Stream Naturalization Reach.2 The total budget for all. phases of this project is Estimated Cost for this Phase of Work Tender T14 -063 less: HST rebate on tender Net Cost Being Awarded Costs Incurred to. Date Projected, Costs: Staff Time Total Estimated Cost for this Phase of Work Budget for this Phase of Work Storm Water. Utility $ 15,821,928.00 2,789, 901.73 (277, 508.69) 2,512,393.04 A 100,000.00 2,612 393.04 C 2,836,000.00 Total Budget for this Phase of Work 2,836,000.00 B Estimated Surplus /(Deficit) for this Phase of Work (B - C) 223,606.96 D Estimated Surplus/(Deficit) from previous phases 1,036,16 3.21 Total Estimated Surplus /(Deficit) 1,259,760.17 E COMMUNITY ENGAGEMENT: Potential vendors are informed of bid opportunities through the public posting of bid documents informed of purchasing recommendations to Council through the public reports which are included with the Council agenda the week prior to the Council meeting. 6. -18� ACKNOWLEDGED BY: Dan Chapman, Deputy CAO & City Treasurer, Finance and Corporate Services 6.-19