HomeMy Public PortalAbout2016-12-16_Special Council_ Public_Agenda PackagePage 1 of 1
MUNICIPAL SPECIAL COUNCIL
AGENDA
Friday December 16, 2016 at 8:45 a.m.
Chester Municipal Council Chambers
151 King Street, Chester, NS
1.MEETING CALLED TO ORDER.
2.MINUTES OF PREVIOUS MEETING:
(None at this time)
3.COMMITTEE REPORTS:
3.1 Citizens Planning Advisory Committee –November 7, 2016 –Warden Webber
(Motion 2016-249 to be approved by Council)
a)Staff Report prepared by Community Development Department dated
December 12, 106 regarding Shipping Containers on Highway 3.
b)Request for Decision –Housekeeping Amendment –Renumbering LUB Maps.
4.MATTERS ARISING:
4.1 Presentation -Employee Long Service Awards (appointment at 9:00 a.m.)
4.2 Request for Decision prepared by Director of Engineering and Public Works
regarding Western Shore Wastewater Treatment Plant Improvements –Engineering
Services RFP Award.
5.CORRESPONDENCE.
6.NEW BUSINESS.
7.ADJOURNMENT.
APPOINTMENTS ARRANGED
9:00 a.m.Presentation –Employee Long Service Awards
2016-479 RECOMMENDATION TO SUPPORT AMENDMENTS TO VILLAGE OF CHESTER
SECONDARY PLANNING STRATEGY AND LAND USE BY-LAW – SHIPPING
CONTAINERS.
MOVED by Trevor Hume, SECONDED by Art Backman that the Citizens Planning Advisory
Committee make a recommendation to Municipal Council supporting amendments, with the
amendments to l) as discussed above, to the Village of Chester Secondary Planning Strategy
and Land Use By-Law, which allow shipping containers for non-residential uses, outside the
Village of Chester boundary, in the highway Commercial Zone.
CARRIED.
MOTION FOR COUNCIL
CITIZENS PLANNING ADVISORY COMMITTEE MEETING
HELD ON
MONDAY 7TH NOVEMBER 2016
REQUEST FOR DECISION/DIRECTION
Prepared By: Matthew S. Davidson, P.Eng Date December 12, 2016
Reviewed By: Tammy S. Wilson, CAO Date December 12, 2016
Authorized By: Tammy S. Wilson, CAO Date December 12, 2016
CURRENT SITUATION
On November 24th, 2016, Municipal Council approved a motion (2016-501) that approved the
issuance of a Request for Proposals (RFP) for Engineering services, as detailed in the November
15, 2016 Report Western Shore WWTP Improvements – Engineering Services RFP. Furthermore,
they approved an unbudgeted 2016/17 Fiscal Year expense, funded through sewer reserves, at
an estimated budget of $25,000 net HST for the portion of the engineering services work to be
completed prior to March 31, 2016; and approved a pre-budget (2017/18 Fiscal Year) expense
for the remaining work with an estimated budget of $137,025 net HST.
RECOMMENDATION
It is recommended that the Municipality award the Western Shore WWTP Improvements
Engineering Services, as proposed, to Hiltz & Seamone, Kentville, Nova Scotia for the amount of
$ 86,525 plus HST ($90,235 Net HST).
BACKGROUND
Last fiscal year (FY 2015-2016), Staff with the aid of our previous Engineering Consultant, SNC
Lavalin Inc, worked on the design of improvements to the aging Western Shore WWTP. On June
26, 2016, staff made application for Clean Water & Wastewater Funding (CWWF) based on the
design and cost estimate completed last fiscal year. On August 29, 2016, Staff were informed that
the Western Shore WWTP Improvement Project was an approved project and would receive 75%
funding of the actual eligible costs incurred to a maximum of $1,598,030, net HST. In order to
proceed with this project, Staff must procure Engineering Services for the design review,
preparation of specifications and construction management services.
DISCUSSION
Staff issued an RFP, which was sent to the three (3) pre-qualified consultants, of which only two
(2) responded, CBCL Ltd and Hiltz & Seamone. However, CBCL’s response was to decline to bid,
citing concerns with completing a quality control review and fees associated, liability for design
REPORT TO:
Municipal Council
SUBMITTED BY: Engineering & Public Works Department
DATE: December 12, 2016
SUBJECT: Western Shore WWTP Improvements –
Engineering Services RFP Award
ORIGIN: 2016-2017 Capital Work Program
2 Request For Decision
and specifications that are not yet finalized, and the evaluation criteria and their weighting (i.e.
technical expertise is undervalued).
Hiltz & Seamone’s provided an understanding of the project, however they only generally
mentioned two (2) similar projects, along with other examples of non-specific sewer projects.
Furthermore, the pre-qualification submission did not detail any similar projects. Experience is
an important factor for this project since the Municipality is under a very tight funding deadline,
therefore, specific and demonstrated design and construction familiarity is important. Staff
followed up with Hiltz & Seamone, to confirm their understanding of the project scope, level of
design effort, schedule, project specific experience, and that their cost estimate is lump sum for
this project. They confirmed they understood that this project is lump sum, schedule importance,
the current design is not complete and MODC requires stamped tender ready drawings and
specifications. Hiltz and Seamone will accept full responsibility for the design and have included
sufficient time and resources in their proposal for this task. They provided additional project
experience, specifically UV disinfection upgrades at various WWTP’s, both open channel and in-
line UV systems.
Proponent Price (65%) Experience (35 %) Total
Stantec* 0 0 0
CBCL Limited 0 0 0
Hiltz & Seamone 65.0 17.5 82.5
*Stantec has not submitted a proposal for the last two (2) projects.
IMPLICATIONS
Policy
Procurement would follow P-04, Procurement Policy as recently amended for Engineering
Services.
Financial/Budgetary
This project is currently funded through the Clean Water & Wastewater Fund (CWWF), receiving
75% ($1,198,523) funding from the Provincial and Federal Governments. The remaining funds
will be sourced from the operating sewer reserves and long term borrowing.
The project budget allotment specific to Engineering Services for this project was estimated to
be $ 137,050, Net HST, based on Hiltz & Seamone’s submission ($90,235, Net HST), the project is
estimated to be $46,815, Net HST under budget at this time.
3 Request For Decision
Environmental
N/A
Strategic Plan
2. Continually improve public satisfaction with municipal services;
3. Ensure sufficient infrastructure is available to best serve our residents and businesses;
Work Program Implications
While the current work program did include the improvements to the Western Shore WWTP,
there has been recent additions to the work program for this fiscal year and possibly next.
Therefore, staff will be preparing a report to update Municipal Council on capital projects and
requesting direction on their reprioritization.
OPTIONS
1. Proceed with award of RFP to the highest rated proposal, as submitted;
2. Defer any decision on the matter and direct staff to bring back further information
as identified by Council.,
ATTACHMENTS
2016-11-25_Project 6 RFP – Western Shore WWTP Improvements
Project 6 –Western Shore STP Improvements
Introduction:
The purpose of the Request for Proposals (RFP) is to procure design review,finalize specifications and
construction management services for the Western Shore WWTP Improvements.This project is funded
through the Clean Water & Wastewater Funding Program,therefore,the project must be completed by
March 31, 2018 to meet funding requirements.
Available Information:
Drawings:
o 509985-0042-D-AR-DWG-0005-01_C01
o 509985-0042-D-AR-DWG-0006-01_C01
o 509985-0042-D-CI-DWG-0015-01_C01
o 509985-0042-D-CI-DWG-0016-01_C01
o 509985-0042-D-CI-DWG-0017-01_C01
o 509985-0042-D-EL-DWG-0010-01_C01
o 509985-0042-D-EL-DWG-0011-01_C01
o 509985-0042-D-EL-DWG-0012-01_C01
o 509985-0042-D-ME-DWG-0009-01_C01
o 509985-0042-D-PI-DWG-0001-01_C01
o 509985-0042-D-PI-DWG-0002-01_C01
o 509985-0042-D-ST-DWG-0007-01_C01
o 509985-0042-D-ST-DWG-0008-01_C01
o 509985-0042-D-ST-DWG-0014-01_C01
Western Shore STP Survey
Draft Specifications
Class B Cost Estimate
CWWF funded (award letter/application (to be sent))
Project Timeline:
RFP Issuance –November 25, 2016
RFP Submission –December 9, 2016 at 3pm
RFP Award –December 16,2016
Design review,specifications, drawings and NSE application finalized –February 3, 2017
Construction Tender Period –February 6 to 24, 2017
Award Recommendation from Consultant –March 3, 2017
Council Award –March 9, 2017 Construction Contract Award on April, 2017
Construction Substantially completed by October 31, 2017
Project Substantially closed out by March 31, 2018
Service Description:
Review and finalize WWTP design and specification
Design and Tender Specifications shall be based on Standard Municipal Specifications
Pre-construction geotechnical investigation
Additional to be included in the tender but not yet designed –repair of existing clarifier (i.e.
replacement of scraper mechanism, shaft, drive connection, energy dissipating baffle and weir
trough)and back-up power generator
Response to Tender queries and issuance of Addenda
Tender submissions review and recommendation
Project kick off meeting with contractor, as well as bi-weekly meetings complete with meeting
minutes
Shop drawing reviews
Design intent queries
Site instruction
Design changes, if required
Prepare background information for applications and liaison with regulatory bodies (i.e. NSE)
Contract administration
Quality assurance program: Preconstruction –review of tender drawings and comment, attend
kick off meeting, inspection of preconstruction site, testing of onsite soil liner materials;
Construction –full time over sight, including testing of materials for compliance; Post
construction –completion of a summarizing report, documenting all aspects of work completed
and inspected, with test results.
Full time inspection based on three (3) months, M-F inspection, 10 hour days
Review as-built files submitted
Preparation of Operation Manual
Project close out with submission of all project documents to MODC
Miscellaneous (i.e. mileage, meals,etc.)
MODC may require an insurance premium increase beyond the basic insurance required for the
REI pre-qualification
Proponents are asked to submit a detailed cost estimate (i.e. quantity of hours, unit rates, key personnel
etc.) for each phase of this project (i.e. design, tender, construction and project close out), accompanied
by a list of key personnel roles and responsibilities, any project assumptions and or limitations. Proponents
are to provide a written summary explaining their cost estimate. The summary must also demonstrate
their ability and resources to complete this project as per the detailed schedule.
RFP submission evaluation criteria:
90%-Cost (Lump sum, based on detailed cost estimate)
10% Experience -Provide five (5) similar wastewater projects that work was completed from
design through to project close out; and provide the project team, the team should have been
involved in the projects listed
The award of work is subject to budget approval.