HomeMy WebLinkAboutFSD-016-25Staff Report
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: General Government Committee
Date of Meeting: May 5, 2025 Report Number: FSD-016-25
Authored By: Mandy Chong, Manager, Procurement
Submitted By: Trevor Pinn, Deputy CAO/Treasurer, Finance and Technology
Reviewed By: Mary-Anne Dempster, CAO
By-law Number: Resolution Number:
File Number: RFP2025-1
Report Subject: Engineering Services for Baseline Road Reconstruction
Recommendations:
1.That Report FSD-016-25, and any related delegations or communication items, be
received;
2.That the proposal received from CIMA Canada Inc., being the highest scoring
proponent meeting all terms, conditions and specifications of RFP2025-1 be
awarded the contract for the provision of Engineering Services for Baseline Road
Reconstruction;
3.That the funds required to complete this project be funded from the approved
budget; and
4.That all interested parties listed in Report FSD-016-25, be advised of Council’s
decision.
Municipality of Clarington Page 2
Report FSD-016-25
Report Overview
To request authorization to award RFP2025-1 – Engineering Services for Baseline Road
Reconstruction to CIMA Canada Inc.
1. Background
1.1 The Municipality of Clarington requires the assistance of a qualified engineering
consulting firm with the skills, resources, and experience necessary to provide
engineering services for the reconstruction and urbanization of Baseline Road from
Mearns Avenue to Lambs Road in Bowmanville.
1.2 A Request for Proposal (RFP) was drafted to allow the Municipality to select a qualified
Consultant to assist with the reconstruction of Baseline Road, Bowmanville.
1.3 RFP2025-1 was issued by the Procurement Services Division and advertised
electronically on the Municipality’s website. The RFP was structured on a two-envelope
system with price being an evaluated factor.
2. Analysis
2.1 The RFP closed February 28, 2025.
2.2 Thirteen companies downloaded the request for proposal, and six proposals were
received (refer to Attachment 1) by the stipulated closing date and time. One proposal
was deemed non-compliant for the inclusion of pricing within the technical submission.
Five proposals received were determined to have met the mandatory items as
contained within the RFP. The five compliant proposals were distributed to the
evaluation committee for review, evaluation, and scoring.
2.3 The technical proposals were evaluated and scored independently by the members of
the evaluation committee in accordance with the established criteria as outlined in the
RFP. The evaluation committee was comprised of staff from the Planning and
Infrastructure Services Department.
2.4 The RFP stipulated, among other things, that the proponents were to provide a
description of the Firm/Consulting team, key qualifications, firm profile, highlights of past
service and experience of team members with projects of similar size, nature and
complexity, and demonstrate their understanding of the Municipality’s requirements.
2.5 The evaluation committee met to review and agree upon the overall scores for each
proposal. Some of the areas on which the proposals were evaluated were as follows:
Municipality of Clarington Page 3
Report FSD-016-25
The Proponent’s understanding of the Municipality’s requirements;
Experience and qualifications of both the firm as well as the proposed team who
would be working on the project.
That the proposed team had the expertise in the fields required such as Civil
Engineering, Stormwater Management and Storm Sewer Design, Streetlight
Design, Geotechnical Engineering, Landscape and Architecture Design.
The qualifications and experience record of the Contract Administrator and Site
Inspector to be utilized on the project.
The Proponents methodology and understanding of the requirements for the
project.
A proposed work plan indicating the project method, schedule, Time-Task Matrix
showing an estimated overall timeline of the project.
Measures, processes and procedures used by the Proponent to ensure that high
quality services are being provided to the Municipality.
2.6 Upon completion of the evaluation, three submission proposals met the established
passing threshold of 80 percent for Phase 2 - Technical Submission and moved to
Phase 3 - Pricing. The evaluation committee determined that the optional presentation
from the short-listed proponents would not be required.
2.7 The pricing envelopes for the short-listed proponents were opened and evaluated as
stipulated in the RFP document.
2.8 Upon completion of the evaluation scoring, the recommendation is to award the contract
for this work to the highest scoring proponent, CIMA Canada Inc.
2.9 CIMA Canada Inc. has completed work for the Municipality in the past and reference
checks were completed and came back satisfactory.
3. Financial Considerations
3.1 This project was broken down into two stages for pricing purposes:
3.1.1. The first stage will include the design and approvals as well the preparation of
the tender documents and tendering phase. This portion of the work was
quoted as $463,041.36 (Net HST Rebate).
3.1.2. The second stage was provisional and included the Inspection and Contract
Administration services required during the execution of the work required. The
Municipality will not be including this portion of the of the work in the award.
3.2 The funding required for this contract award is up to $489,205.36 (Net HST Rebate)
which include the engineering services for design, approvals and tendering in the
Municipality of Clarington Page 4
Report FSD-016-25
amount of $463,041.36 (net HST Rebate) as well as the permit application fees and
allowance for utility relocation in the amount of $26,164.00 (net HST Rebate). The
project will be funded from the following accounts, which are in the approved 2025
budget:
Description Account Number Amount
Baseline Road Reconstruction 110-50-330-83312-7401 $489,205
4. Strategic Plan
C.1.4: Proactively address traffic management, walkability, livability, and connectivity.
5. Climate Change
Not Applicable.
6. Concurrence
This report has been reviewed by the Deputy CAO, Planning and Infrastructure
Services who concurs with the recommendations.
7. Conclusion
It is respectfully recommended that CIMA Canada Inc., being the highest scoring
proponent meeting all terms, conditions and specifications of RFP2025-1 be awarded
the contract for the provision of Engineering Services for the Baseline Road
Reconstruction.
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 Ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 – Summary of Proposals Received
Interested Parties:
List of Interested Parties available from Department.
Municipality of Clarington Page 5
Report FSD-016-25
Attachment 1 to Report FSD-016-25 - Summary of Proposals Received
Municipality of Clarington
RFP2025-1– Engineering Services for the Reconstruction of Baseline Road
Summary of Proposals Received
Bidder
Ainley Graham & Associates Ltd. *
CIMA Canada Inc. *
Concept Dash Inc.
D.G. Biddle & Associates Ltd.
Jp2g Consultants Inc. *
Tunio Developments Inc.**
Note: Bidders marked with “*” were shortlisted.
Bidders marked with “**” were non-compliant