April 12, 2016, at 4:01 PM

Original link

1.   Disclosures of

Pecuniary Interest

That it BE NOTED that no pecuniary interests were disclosed.

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

Motion Passed


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

Motion Passed


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

Motion Passed


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

Motion Passed


6.   Windermere Road

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

Motion Passed

Motion Passed


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)

Motion to approve clause 7.

Motion Passed

Motion Passed


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

Motion Passed

Motion Passed


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

Motion Passed


9.   Deferred Matters

List

Motion Passed

Motion Passed


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:

The meeting adjourned at 6:05 PM.