December 16, 1997
TO: Urban Environment and Development Committee
FROM: Commissioner of Transportation
SUBJECT: PERMANENT REPAIRS TO UTILITY ROAD CUTS
CONTRACT NOS. T-2-98, T-3-98, T-4-98 AND T-5-98
Purpose:
To award four contracts for the permanent repairs to utility road cuts.
Funding Sources:
These contracts are based on estimated quantities that can vary considerably, depending on the level of utility company activity in 1998. All costs are fully recoverable from the appropriate utility company. Funds have been provided in the Department's 1998 Current Budget Estimates and monies have been allocated within the Department's interim appropriation to accommodate these expenditures.
Recommendations:
It is recommended that the contract for Permanent Repairs to Utility Road Cuts be awarded to the following tenderers who submitted the lowest price bid: -
Contract No. Name $ Amount
T-2-98 Ferpac Paving Inc., John Ferzoco Ltd., J. F. Paving Ltd. 760,491.80
T-3-98 Pave-Tar Construction Ltd. 619,503.25
T-4-98 Pave-Tar Construction Ltd. 390,753.30
T-5-98 Brennan Paving & Construction Ltd. 647,246.64
Comments:
On November 20, 1997, Metro Clerk's Department opened prequalified tenders in a "Lottery" type order for Contract Nos. T-2-98 to T-5-98. Procedures for the withdrawal of tenders, in accordance with Ministry of Transportation regulations for prequalified contracts, were applied at the opening. Specifically, at the conclusion of the reading out of bids on each contract and before the opening of tenders on the subsequent contracts, the low bidder on that contract has the opportunity of withdrawing their remaining tenders.
Tenders were opened in the following order:
Contract No. T-3-98 Permanent Repairs to Utility Road Cuts -West District
No. Name $ Amount
6 Pave-Tar Construction Ltd. 619,503.25
2 Ferpac Paving Inc., John Ferzoco Limited, J.F. Paving Ltd. 627,153.75
4 Brennan Paving & Construction Ltd. 649,393.86
7 Sentinel Paving and Construction Limited 728,389.93
1 Warren Bitulithic Limited 750,009.01
5 MSO Construction Ltd. & T.J. Pounder Ltd. 773,396.00
3 Gazzola Paving Limited 879,733.94
8 Ferma Road Construction Ltd. 881,626.50
Tender No. 6 contained a minor error in the calculation of the Goods and Services Tax. The revised figure is shown above.
Contract No. T-4-98 Permanent Repairs to Utility Road Cuts - East District
No. Name $ Amount
6 Pave-Tar Construction Ltd. 390,753.30
4 Brennan Paving & Construction Ltd. 418,568.22
2 Ferpac Paving Inc. John Ferzoco Limited, J.F. Paving Ltd. 432,025.88
7 Sentinel Paving & Construction Ltd. 434,958.85
1 Warren Bitulithic Limited 449,503.68
5 MSO Construction Ltd. & T.J. Pounder Ltd. 480,296.25
3 Gazzola Paving Limited 500,615.55
Contract No. T-5-98 Permanent Repairs to Utility Road Cuts-South District
No. Name $ Amount
4 Brennan Paving & Construction Ltd. 647,246.64
7 Sentinel Paving & Construction Ltd. 664,296.66
2 Ferpac Paving Inc., John Ferzoco Limited and J.F. Paving Ltd. 675,523.10
1 Warren Bitulithic Ltd. 691,971.03
3 Gazzola Paving Limited 790,914.58
5 MSO Construction Ltd. & T.J. Pounder Ltd. 799,557.50
Tender No. 6 submitted by Pave-Tar Construction Ltd. was withdrawn in accordance with procedures for the withdrawal of tenders. Tender No. 3 contained a minor error in the extension of the unit prices. The revised figure is shown above.
Contract No. T-2-98 Permanent Repairs to Utility Road Cuts - North District
No. Name $ Amount
2 Ferpac Paving Inc., John Ferzoco Limited and J.F. Paving Limited 760,491.80
4 Brennan Paving & Construction Ltd. 873,498.46
7 Sentinel Paving & Construction Ltd. 891,391.75
5 MSO Construction Ltd. & T.J. Pounder Ltd. 907,039.00
1 Warren Bitulithic Limited 907,184.84
3 Gazzola Paving Limited 1,030,190.65
8 Ferma Road Construction Ltd. 1,083,910.00
Tender No. 6 submitted by Pave-Tar Construction Ltd. was withdrawn in accordance with procedures for the withdrawal of tenders.
The award is subject to receipt of a favourable report from the Fair Wage and Labour Trades Office regarding working conditions and wages of the recommended contractor and his sub-contractors, and also from the Chief Financial Officer regarding the surety company who issued the Bid Bond and Agreement to Bond.
Conclusions:
Contract Nos. T-2-98 to T-5-98 inclusive should be awarded to the low bidders.
Contact Name and Telephone Number:
C. Hebbard, Assistant Director, Road Operations
392-8320
Douglas P. Floyd
Commissioner
JWM/bm