April 2, 2012, at 4:00 PM
Present:
H.L. Usher, J.L. Baechler, S. Orser, P. Van Meerbergen, S. White, B. Mercier (Secretary)
Also Present:
N. Branscombe, P. Hubert, J. Braam, T. Copeland, A. Dunbar, M. Elmadhoon, M. Feldberg, J. Fleming, K. Grabowski, G. Irwin, B. Krichker, J. Lucas, S. Maguire, R. Pedlow, J. Simon, J. Stanford, R. Welker, J. Yanchula
1. No pecuniary interests were disclosed.
2. 4th Report of the
Transportation Advisory Committee
Recommendation: That the 4th Report of the Transportation Advisory Committee, from its meeting held on March 6, 2012, BE RECEIVED.
3. Stewardship Ontario
Funding of the City’s Household Special Waste Program
Recommendation: That, on the recommendation of the Director, Environment, Fleet and Solid Waste, the attached proposed by-law (Appendix A) BE INTRODUCED at the Municipal Council meeting to be held on April 10, 2012, to approve amendments to the agreement with Stewardship Ontario to fund a portion of the City’s Household Special Waste Program. (2012-L03-00)
4. Road Widening
Policy
Recommendation: That, on the recommendation of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, the attached proposed by-law BE INTRODUCED at the Municipal Council meeting to be held on April 10, 2012, for the purpose of amending the Council Policy 25(2) entitled “Land Dedication” in order to reflect the amendments to the Official Plan in OPA 438.
5. Appointment of
Consulting Engineer for Engineering Services for Functional, Detailed Design and Tender Document Preparation for Green Valley Storm/Drainage and Stormwater Management Remediation Works (ES2462)
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 appointment of a consultant for the functional, detailed design and tender document preparation for the Green Valley storm/drainage and Stormwater Management (SWM) remediation works (ES2462): a) Delcan Corporation, 1069 Wellington Road South, Suite 214, London, Ontario, N6E 2H6, BE APPOINTED the consulting engineers for the above-noted project in the amount of $158,396, including contingency and excluding H.S.T., in accordance with Section 15, Clause 15.2(d) of the Procurement of Goods and Services Policy; it being noted that upon successful completion of the functional and detailed design work the City anticipates recommending the award of the construction supervision and administration portion of the project to this consultant; b) the financing for this project BE APPROVED as set out in the Sources of Financing Report provided as Appendix “A” to the associated staff report, dated April 2, 2012; c) the consulting fees for the project identified in a), above, BE IN ACCORDANCE with the estimate on file, which are based upon the Fee Guideline for Professional Engineering Services, 2006, recommended by the Ontario Society of Professional Engineers; d) the approvals given herein BE CONDITIONAL upon the Corporation entering into a formal contract with the consultant for the work; 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. (2012-A03-00)
6. Emergency
Repair-Greenway 4 Final
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 section 14.2 of the Procurement of Goods and Services Policy and the emergency repair of the section three, number four final clarifier at the Greenway Wastewater Treatment Plant (Project ES5084): a) the final price of $88,494.99, excluding H.S.T., for the repair, as submitted by Yarmouth Crane Service, 9462 Tower Road, RR#3, St. Thomas, Ontario, BE ACCEPTED; and, b) the financing for this project BE APPROVED as set out in the Sources of Financing Report provided as Appendix “A” to the associated staff report, dated April 2, 2012. (2012-W06-00)
7. Single Source
Purchase and Installation of River Level Monitoring Gauges
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 purchase and installation of river level monitoring gauges (ES2497): a) approval BE GIVEN to enter into negotiations with the Upper Thames River Conservation Authority for the purchase and installation of additional river level gauges; b) the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this contract or purchase; and, c) the approval BE CONDITIONAL upon the Corporation entering into a formal contract or issuing a purchase order relating to this matter. (2012-F13-00)
8. Sanitary Servicing
Agreement with London District Catholic School Board
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 sanitary servicing for the Regina Mundi College and Catholic Education Centre, Municipal Numbers 5200 and 5250 Wellington Road South, London, Ontario, N6A 4X5: a) the attached Partnership Agreement between The Corporation of the City of London and the London District Catholic School Board for sanitary servicing, BE APPROVED; and, b) the Mayor and the City Clerk BE AUTHORIZED to execute any contract or other documents, if required, to give effect to this recommendation. (2012-W10-01)
9. Talbot Street Brick
Sewer Rehabilitation
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 construction of the Talbot Street Brick Sewer Rehabilitation (ES2523 and ES2693): a) the proposal submitted by Liqui-Force Services, 2015 Spinks Drive, Kingsville, Ontario, at its price of $1,512,451.25, excluding H.S.T., for the construction of the Talbot Street Brick Sewer Rehabilitation BE ACCEPTED; it being noted that Liqui-Force Services was the only contractor to respond to a Request for Proposal and their submission 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 provided as Appendix “A” to the associated staff report, dated April 2, 2012; c) the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this project; and, d) the approvals given herein BE CONDITIONAL upon the Corporation entering into a formal contract or issuing a purchase order for the material to be supplied and for the work to be done relating to this project. (2012-W10-00)
10. Contract Extension
Sewer Liners - Cured in Place Pipe (CIPP) (Tender 11-36)
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 supply and installation of sewer liners, Cured in Place Pipe (CIPP): a) the contract with Insituform Technologies Limited, 3 Burford Road, Hamilton, Ontario, L8C 3C6, for the supply and installation of sewer liners, BE EXTENDED for one year, with a total value of $2,650,000, excluding H.S.T., beginning April 11, 2012 to March 31, 2013; b) the funding for this purchase BE APPROVED as set out in the Sources of Financing Report provided as Appendix “A” to the associated staff report, dated April 2, 2012; c) the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this service contract; and, d) the 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. (2012-W10-00)
11. 2012 Infrastructure
Lifecycle Renewal Program, Contract # 4, Glebe, Lyle and Hewitt Street Reconstruction (Tender 12-04)
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 Infrastructure Lifecycle Renewal Program, Contract # 4, for the Glebe Street, Lyle Street and Hewitt Street reconstruction project (EW3765-12, ES2414-12, TS4067-11): a) the bid submitted by Bre-Ex Limited, 247 Exeter Road, London, Ontario, N6L 1A5, at its tendered price of $1,329,517.40, excluding H.S.T., for the 2012 Infrastructure Lifecycle Renewal Program, Contract # 4, BE ACCEPTED; it being noted that the bid submitted by Bre-Ex Limited was the lowest of five bids received and meets the City’s specifications and requirements in all areas; b) Delcan Corporation, 1069 Wellington Road South, Suite 214, London, Ontario, N6E 2H6, BE AUTHORIZED to carry out the resident inspection and the contract administration for the said project in accordance with the estimate on file, at an upset amount of $158,027.10, 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) minor future additional annual operating costs of $2,000.00 BE RECOGNIZED as a result of this project; it being noted that these costs are a result of new infrastructure installation and will be considered and accommodated within future Wastewater and Treatment operating budgets; d) the financing for this project BE APPROVED as set out in the Sources of Financing Report provided as Appendix “A” to the associated staff report dated April 2, 2012 ; 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 (Tender 12-04); 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. (2012-S08-00)
12. 2012 Infrastructure
Lifecycle Renewal Program, Contract # 6, St. George and Sydenham Street Reconstruction (Tender 12-08)
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 Lifecycle Renewal Program, Contract #6 for the St. George Street and Sydenham Street Reconstruction Project (ES2414-12, EW3765-12): a) the bid submitted by Omega Contractors Inc. (Omega), 4104 Breck Avenue, London Ontario, N6L 1B5, at its tendered price of $1,647,266.90, excluding H.S.T., for the 2012 Infrastructure Lifecycle Renewal Program, Contract #6 project, BE ACCEPTED; it being noted that the bid submitted by Omega was the lowest of ten bids received and meets the City’s specifications and requirements in all areas; b) AECOM Canada Ltd., 410 – 250 York Street, Citi Plaza, London, Ontario, N6A 6K2, BE AUTHORIZED to carry out the resident inspection and the contract administration for the said project in accordance with the estimate, on file, at an upset amount of $149,935.50, 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) minor future additional annual operating costs of $600.00 BE RECOGNIZED as a result of this project, it being noted that these costs are a result of new infrastructure installation and will be considered and accommodated within future Wastewater and Treatment operating budgets; d) the funding for this project BE APPROVED as set out in the Sources of Financing Report provided as Appendix “A” to the associated staff report, dated April 2, 2012;
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; 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. (2012-S08-00)
13. 2012 Arterial Road
Rehabilitation Contract (Tender 12-13)
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 Arterial Road Rehabilitation (TS1446-12): a) the bid submitted by Dufferin Construction Company, P.O. Box 189, 2200 Jetstream Road, London, Ontario, N6A 4V7, at its submitted tendered price of $7,795,804.00, excluding H.S.T., for the 2012 Arterial Road rehabilitation, BE ACCEPTED; it being noted that the bid submitted by Dufferin Construction Company was the lowest of two 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 and Environmental and Engineering Services budget in 2013 and subsequent years associated with approval of this tender; b) the funding for this project BE APPROVED as set out in the Sources of Financing Report provided as Appendix “A” to the associated staff report, dated April 2, 2012; 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; 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 noted that the Civic Works Committee heard a verbal delegation from J. MacDonald, Executive Director, Downtown London, with respect to this matter. (2012-S08-00)
14. Contract 2A: Stanley
Street Pumping Station Construction Project ES2414/ES5084-11 (Tender 12-16)
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 Stanley Street Sanitary Pumping Station construction project (ES2414/ES5084-11): a) the bid submitted by Hayman Construction Inc. (Hayman), 636 Wellington Street, London, Ontario, N6A 3R9, at its tendered price of $962,700.00, excluding H.S.T., for the construction of the new Stanley Street Sanitary Pumping Station BE ACCEPTED; it being noted that the bid submitted by Hayman was the lowest of four bids received and meets the City’s specifications and requirements in all areas; b) Dillon Consulting Limited (Dillon), 130 Dufferin Avenue, Suite 1400, London, Ontario, N6A 5R2, BE AUTHORIZED to complete the remainder of the design and carry out the resident inspection and the contract administration for the said project, in accordance with the estimate, on file, at an upset amount of $180,459.40, excluding H.S.T.; it being noted that this firm completed the Environmental Assessment (EA) and 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) minor additional annual operating costs of $5,000.00 BE RECOGNIZED as a result of this project; it being noted that these costs are due to new infrastructure installation and will be considered and accommodated within future Wastewater and Treatment operating budgets; d) the funding for this project BE APPROVED as set out in the Sources of Financing Report provided as Appendix “A” to the associated staff report, dated April 2, 2012; e) the Chief Surveyor BE DIRECTED to initiate the process to legally close the easterly 50 metres of Becher Street that is no longer travelled, and to initiate the process to dedicate and name the easterly 70 metres of Becher Street that is publically travelled, thus resulting in the realignment of the east end of Becher Street; f) the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this project, and, in the event that the Committee of Adjustment denies the Minor Variance application, the Civic Administration BE DIRECTED to appeal the decision; g) 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; and, h) the Mayor and the City Clerk BE AUTHORIZED to execute any contract or other documents, if required, to give effect to these recommendations. (2012-W07-00)
15. Mornington Pond
Sediment Removal ES2532 (Tender 12-19)
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 Mornington Pond sediment removal: a) the tender submitted by Ro-Buck Contracting Limited, 2326 Fanshawe Park Road East, London, Ontario, at its price of $224,246.00, excluding H.S.T., for the construction of the Mornington Pond sediment removal BE ACCEPTED; it being noted that bid submitted by Ro-Buck Contracting Limited, was the lowest of six bids received and meets the City’s specifications and requirements in all areas; b) the funding for this project BE APPROVED as set out in the Sources of Financing Report provided as Appendix “A” to the associated staff report, dated April 2, 2012; c) the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this project; and, d) the approvals 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 these projects. (2012-W10-02)
16. Supply, Delivery and
Installation of 2012 Spring Infill Street Trees (Tender 12-31)
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 supply, delivery and installation of 2012 spring infill street trees: a) the tenders submitted by the following companies BE ACCEPTED: Section 1 – Area 1 – Klomps Landscaping Inc., 2963 Road, 119, R.R. #7, St. Mary’s, Ontario, N4X 1C9, at a tendered contract price of $212,589.00, excluding H.S.T.; it being noted that Klomps Landscaping Inc. was the lowest of seven bids received in Section 1 and meets all the terms, conditions and specifications; Section 2 – Areas 2, 3 and 4 – Emission Tree, 21748 Springfield Road, Melbourne, Ontario, N0L 1T0, at a tendered contract price of $195,706.00, excluding H.S.T.; it being noted that Emission Trees was the lowest of six bids received in Section 2 and meets all the terms, conditions and specifications; Section 3 – Various Properties throughout the City of London – Kamarah Tree Farms, 196312, 19th Line, R.R. #1, Lakeside, Ontario, N0M 2G0, at a tendered contract price of $160,380.00, excluding H.S.T.; it being noted that Kamarah Tree Farms was the lowest of five bids received in Section 3 and meets all the terms, conditions and specifications; b) the funding for this purchase BE APPROVED as set out in the Sources of Financing Report provided as Appendix “A” to the associated staff report, dated April 2, 2012; c) the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this contract; and, d) the approval hereby given BE CONDITIONAL upon the Corporation entering into a formal contract or having a purchase order relating to the subject matter of this approval. (2012-E05-00)
17. Sunninghill
Sanitary Pumping Station Upgrades Project ES5151 (Tender 12-32)
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 Sunninghill Sanitary Pumping Station upgrades: a) the bid submitted by Baseline Constructors Inc., 550 Conestoga Road, Waterloo, Ontario, N2L 4E3, at its tendered price of $842,850.00, excluding H.S.T., for the construction of the Sunninghill Sanitary Pumping Station upgrades BE ACCEPTED; it being noted that the bid submitted by Baseline Constructors Inc. was the lowest of 4 bids received and meets the City’s specifications and requirements in all areas; b) the funding for this project BE APPROVED as set out in the Sources of Financing Report provided as Appendix “A” to the associated staff report, dated April 2, 2012; c) AECOM Canada Ltd. BE AUTHORIZED to carry out the resident inspection and the contract administration for the said project in accordance with the estimate, on file, at an upset amount of $136,862.00, excluding H.S.T., and including a 10% contingency; 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 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; and, e) the approvals given herein BE CONDITIONAL upon the Corporation entering into a formal contract or issuing a purchase order relating to the subject matter of this approval. (2012-W07-00)
18. Dingman Creek
Pumping Station Upgrades Project ES5143 (Tender 12-35)
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 Dingman Creek Pumping Station upgrades. a) the proposal submitted by Bre-Ex Limited, 247 Exeter Road, London, Ontario, N6L 1A5, at its price of $285,796.17, excluding H.S.T., for the installation of Dingman Creek Pumping Station upgrades BE ACCEPTED; it being noted Bre-Ex Limited was the lowest of three bids received and meets all the terms, conditions and specifications; b) the funding for this project BE APPROVED as set out in the Sources of Financing Report provided as Appendix “A” to the associated staff report, dated April 2, 2012; c) Stantec Consulting BE AUTHORIZED to carry out the resident inspection and the contract administration for the said project in accordance with the estimate, on file, at an amount of $29,588.00, excluding H.S.T.; it being noted that this firm completed the design, based upon the Fee Guideline for Professional Engineering Services, 2006, recommended by the Ontario Society of Professional Engineers, and in accordance with Section 15.2 (g) of the 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; and, e) the approvals given herein BE CONDITIONAL upon the Corporation entering into a formal contract or issuing a purchase order for the work to be done relating to this project. (2012-W07-00)
19. Contract
Award for the Springbank Reservoir # 2 Rehabilitation Project EW3617 (Tender 12-52)
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 Spingbank Reservoir #2 rehabilitation project. a) the bid submitted by Layfield Environmental Systems Ltd., 11603 -180 Street, Edmonton, Alberta, T5S 2H6, at its corrected tendered price of $769,868.29, excluding H.S.T., for the Springbank Reservoir #2 rehabilitation project, BE ACCEPTED; it being noted that Layfield Environmental Systems Ltd. was the lowest of two bids received and meets the City’s specifications and requirements in all areas; b) R.V. Anderson Associates Limited, 557 Southdale Road East, London, Ontario, N6E 1A2, BE AUTHORIZED to carry out the resident inspection and the contract administration for the said project in accordance with the estimate, on file, at an upset amount of $82,010.00, 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 attached hereto 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 or issuing a purchase order for the material to be supplied and the work to be done relating to this project (Tender 12-52); 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.
20. Amendments to the
Traffic and Parking By-Law Related to New Parking Fees
Recommendation: That, notwithstanding the recommendation of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, the following actions be taken with respect to the amendments to the Traffic and Parking By-law related to the new parking fees: a) the on-street hourly parking rate BE INCREASED by $0.50 and that the on-street hourly parking rate for the Old East Village NOT BE INCREASED; it being noted that there has been no change to the hourly parking rate since 1996; (Secretary Note: a reconsideration of the Fees and Charges By-law will require the approval of two-thirds of the whole Council to increase the on-street hourly parking rate) b) NO ACTION BE TAKEN with respect to the paid evening on-street parking; and, c) a Public Participation Meeting BE HELD at the appropriate Standing Committee to hear from the public with respect to the proposed changes to Traffic and Parking By-law related to the new parking fees; and, it being noted that the Civic Works Committee heard a verbal delegation from J. MacDonald, Executive Director, Downtown London, with respect to this matter. (2012-S09-00)
21. Single Source Pay and
Display Parking Meters
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 pay and display parking meters: a) the approval hereby BE GIVEN to enter into negotiations for the purchase of pay and display parking meters for a 3-year period with Cale Systems Inc, 21 Hartsville Avenue, Toronto, Ontario, in accordance with the Procurement of Goods and Services Policy, Section 14.4 Single Source, Clauses (d) and (e); b) the Civic Administration BE AUTHORIZED to undertake all the administrative acts that are necessary in connection with this contract; c) the approval hereby given BE CONDITIONAL upon the Corporation negotiating satisfactory prices, terms and conditions with Cale Systems Inc. to the satisfaction of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer; d) the approval hereby given BE CONDITIONAL upon the Corporation entering into a formal contract or having a purchase order relating to the subject matter of this approval; and, e) the funding for this project BE APPROVED as set out in the Sources of Financing Report provided as Appendix “A” to the associated staff report, dated April 2, 2012. (2012-F13-00)
22. Amendments to the
Traffic and Parking By-Law - Perry Street and Horn Street and Queens Avenue
Recommendation: That, on the recommendation of the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, the attached proposed by-laws (Appendix “A”) and (Appendix “B”) BE INTRODUCED at the Municipal Council meeting to be held on April 10, 2012, for the purpose of amending the By-law PS-111 entitled, “A by-law to regulate traffic and the parking of motor vehicles in the City of London” for Horn Street, Perry Street and Queens Avenue. (2012-S09-00)
23. Amendments to the
Traffic and Parking By-Law - No Stopping, No Parking, Limited Parking and Bus Stops and School Bus Loading Zones
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 April 10, 2012, for the purpose of amending the Traffic and Parking By-law PS-111, entitled “A by-law to regulate traffic and the parking of motor vehicles in the City of London” as it relates to No Stopping, No Parking, Limited Parking and Bus Stops and School Bus Loading Zones. (2012-S09-00)
24. 2012 Annual
Warranted Sidewalk Program (TS1165-12)
Recommendation: That, the following actions be taken with respect to the 2012 Annual Warranted Sidewalk Program: a) the report dated April 2, 2012, from the Acting Executive Director, Planning and Environmental and Engineering Services and City Engineer, with respect to 2012 Annual Warranted Sidewalk Program BE RECEIVED for information; b) the area between Glenroy Road at Pond View Terrace BE REFERRED to the Civic Administration for consideration with the Warranted Sidewalk Program; it being noted that the Civic Works Committee heard a verbal request from Councillor S. White with respect to this matter; and, c) the Civic Administration BE REQUESTED to ensure that no trees are removed as part of the proposed construction for Fremont Avenue. (2012-S08-00)
25. Condition Survey
Results on Manholes in Major Intersections
Recommendation: That the report dated April 2, 2012, from the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, with respect to the condition survey results on manholes in major intersections, BE RECEIVED for information. (2012-S08-00)
26. Public Information
Videos
Recommendation: That the report from the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, with respect to public information videos, BE RECEIVED for information. (2012-W00-00)
27. Dundas Street
Watermain Maintenance
28. Street Renaming of Headley
Between Oxford Street West and Headley Drive
Recommendation: That, on the recommendation of the Director, Building Controls and Chief Building Official, the following actions be taken with respect street renaming of Headley between Oxford Street West and Headley Drive: a) Headley between Oxford Street West and Headley Drive BE RENAMED to Headley Gate, effective May 1, 2012; b) the City of London BE REQUIRED to pay for the cost of street signage; and, c) the attached proposed by-law BE INTRODUCED at the Municipal Council meeting to be held on April 10, 2012, to approve the renaming of Headley to Headley Gate; and, it being pointed out that there were no oral submissions made at the public participation meeting held in connection with this matter. (2012-D17-00)
29. Street Renaming of Cedarpark
Drive
Recommendation: That, on the recommendation of the Director, Building Controls and Chief Building Official, the following actions be taken with respect the street renaming of Cedarpark Drive: a) Cedarpark Drive on Plan 33M-580 BE RENAMED to Guiness Way, effective May 1, 2012; b) the City of London BE REQUIRED to pay for the cost of street signage; and, c) the attached proposed by-law BE INTRODUCED at the Municipal Council meeting to be held on April 10, 2012, to approve the renaming of Cedarpark Drive to Guiness Way; and, it being pointed out that there were no oral submissions made at the public participation meeting held in connection with this matter. (2012-D17-00)
30. London Road Safety
Strategy
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 development of a Road Safety Strategy for the City of London: a) the Terms of Reference for the Road Safety Strategy for the City of London as set out in Appendix ‘A’ to the Staff report dated April 2, 2012 BE APPROVED; b) a budget in the amount of $200,000, excluding H.S.T., for the development of the Road Safety Strategy BE APPROVED; it being noted that this budget is available within TS4040, Traffic Studies; and, it being noted that the Civic Works Committee heard the attached presentation from the Manager, Transportation, Planning and Design, with respect to this matter. (2012-S09-00)
31. Water Conservation
and the Future of Water and Wastewater Rates
Recommendation: That the report dated April 2, 2012, from the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, with respect to the future of water and wastewater system and rates in London BE RECEIVED for information; it being noted that the Civic Works Committee heard the attached presentation from the Acting Executive Director, Planning, Environmental and Engineering Services and City Engineer, and received a communication dated April 2, 2012, from C. Gupta, with respect to this matter. (2012-W13-00)
32. Fixed Rate for
Water and Sanitary Charges
Recommendation: That in accordance with Section 17.6 of the Council Procedure By-law, the attached Staff report related to a fixed rate for water and sanitary charges BE REFERRED to the Municipal Council for its disposition; it being noted that the Civic Works Committee (CWC) was unable to reach a majority decision with respect to this matter. (2012-W10-00/F17-00)
33. Parking Violations
- Roehampton Avenue
Recommendation: That the communication dated March 21, 2012, from Councillor J. Swan, with respect to parking violations on Roehampton Avenue, BE REFERRED to the Civic Administration for review, and report back to the Ward Councillor. (2012-S04-00)
34. Guardrail on
Glanworth Drive
Recommendation: That the communication dated March 13, 2012, from J. and J. Fraser, with respect to a request for a guardrail on Glanworth Drive, BE REFERRED to the Civic Administration for review, and report back to the Ward Councillor.