HomeMy WebLinkAboutFSD-027-25Staff 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: September 8, 2025 Report Number: FSD-027-25
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:
Report Subject: Contract Awards between November 19, 2024 to August 26, 2025
Exceeding $500,000 And During Council Recess
Recommendation:
1.That Report FSD-027-25, and any related delegations or communication items, be
received for information.
Municipality of Clarington Page 2
Report FSD-027-25
Report Overview
To report to Council on the contracts awarded under Section 65 of the Procurement By -law
with a total cost exceeding $500,000 and under Section 68 of the Procurement By-law for
contracts awarded during Council recess.
1. Background
1.1 For the period of November 19, 2024 to August 26, 2025, in accordance with the
Procurement By-law, this report is being provided to Council for information to
summarize all contract awards made for acquisitions with a total cost exceeding
$500,000, excluding HST and awarded under Procurement By-law 2024-052, Section
65. This is the first year with this reporting requirement, therefore the starting period
goes from the approval of the By-law in 2024, future reports will start January 1 of each
year.
1.2 During periods when Council is in recess, provision has been made for the approval of
contract awards to continue with business as usual. Refer to Procurement By-law 2024-
052, Section 68, Council Recess Procedures. This report provides information on
contract awards issued under Section 68 during Council Recess, which include
approvals for change orders for consulting and professional services with a total
contract cost exceeding $100,000, in accordance with the provisions of Section 68.
2. Comments
2.1 The following contracts were awarded in accordance with Procurement By-law 2024-
052, Section 65. Copies of the Procurement Services Reports are attached.
Report # Contract # Description
Procurement Division-
003-25
CL2025-4 Refrigerated Skating Pad DHRC
Procurement Division-
004-25
CL2024-41 Supply and Deliver One Pumper
Truck (Multi-Year)
Procurement Division-
005-25
CL2025-6 Rout and Crack Seal Repairs (Multi-
Year)
Municipality of Clarington Page 3
Report FSD-027-25
Report # Contract # Description
Procurement Division-
009-25
CL2025-7 South Bowmanville Recreation
Centre – Site Servicing and
Earthworks
Procurement Division-
011-25
CL2025-17 Plumbing Services (Multi-Year)
Procurement Division-
014-25
CL2025-10 Municipal Administrative Centre –
Partial Roof Repair
Procurement Division-
021-25
T280-2025 Supply of Sodium Chloride (Co-
operative)
Procurement Division-
022-25
SS2025-6 Supply and Deliver One Gradall
Hydraulic Excavator
Procurement Division-
023-25
RFP2025-3 South Bowmanville Recreation
Centre- General Contracting
Services- Phase 1
Procurement Division-
024-25
CL2025-13 George Street West and George
Street East Reconstruction
Procurement Division-
025-25
CL2025-3 2025 Pavement Rehabilitation
Procurement Division-
026-25
CL2025-32 Various Park Upgrades
Procurement Division-
031-25
CL2025-28 Supply and Deliver Various Vehicles
Municipality of Clarington Page 4
Report FSD-027-25
Report # Contract # Description
Procurement Division-
032-25
CL2025-35 Soper Creek Baseball Upgrades
2.2 The following contracts were awarded in accordance with Procurement By-law 2024-
052 during Council Recess under Section 68 and copies of the Procurement Services
Reports are attached:
Report # Contract # Description
Procurement Division-
033-25
CL2025-27 Veterinary Services
Procurement Division-
034-25
RFP2025-9 Consulting Services for Bowmanville
Municipal Park on the former
Bowmanville Zoo Lands Phase 1 –
Trails
2.3 The following change orders were awarded in accordance with Procurement By-law
2024-052 during Council Recess under Section 68:
Department Description Change Order
Request (Net
HST)
New Total Contract
Cost (Net HST)
Public
Services/Public
Works
Operations Depot,
Emergency Fire Station
and Training Facility -
Expanded scope of work
to GHD Geotechnical
Consulting to conduct a
Hazard Assessment to
the onsite Heritage
house
$45,181 $111,172.80
Municipality of Clarington Page 5
Report FSD-027-25
3. Financial Considerations
Not Applicable.
4. Strategic Plan
Not Applicable.
5. Climate Change
Not Applicable.
6. Concurrence
Not Applicable.
7. Conclusion
It is respectfully recommended that Council receives this report for information.
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-4479 Ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 – Procurement Division-003-25 – CL2025-4 Refrigerated Skating Pad DHRC
Attachment 2 – Procurement Division-004-25 – CL2024-41 Supply and Deliver One Pumper
Truck (Multi-Year)
Attachment 3 – Procurement Division-005-25 – CL2025-6 Rout and Crack Seal Treatment
Services
Attachment 4 – Procurement Division-009-25 – CL2025-7 South Bowmanville Recreation
Centre – Site Servicing and Earthworks
Attachment 5 – Procurement Division-011-25 – Plumbing Services
Attachment 6 – Procurement Division-014-25 – CL2025-10 Municipal Administrative Centre –
Partial Roof Replacement
Attachment 7 – Procurement Division-021-25 – Co-op T280-2025 Supply of Sodium Chloride
Attachment 8 – Procurement Division-022-25 – SS2025-6 Supply and Deliver One Gradall
Municipality of Clarington Page 6
Report FSD-027-25
Attachment 9 – Procurement Division-023-25 – RFP2025-3 South Bowmanville Recreation
Centre
Attachment 10 – Procurement Division-024-25 – CL2025-13 George Street West and George
Street East Reconstruction
Attachment 11 – Procurement Division-025-25 – CL2025-3 Pavement Rehabilitation
Attachment 12 – Procurement Division-026-25 – CL2025-32 – Various Park Upgrades
Attachment 13 – Procurement Division-031-25 – CL2025-28 Supply and Deliver Various
Vehicles
Attachment 14 – Procurement Division-032-25 – CL2025-35 Soper Creek Baseball Upgrades
Attachment 15 – Procurement Division-033-25 – CL2025-27 Veterinary Services
Attachment 16 – Procurement Division-034-25 – RFP2025-9 Consulting Services for
Bowmanville Municipal Park
Interested Parties:
There are no interested parties to be notified of Council's decision.
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-003-25 Meeting Date: December
31, 2020
Report Date: February 24, 2025
Submitted By: Mandy Chong, Manager, Procurement
Approved By: Mary-Anne Dempster, CAO
File Number: CL2025-4
Report Subject: Refrigerated Skating Pad Diane Hamre Recreation Complex
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1.That Gerr Construction Limited with a total bid amount of $3,448,137.60 (Net
HST Rebate) being the lowest compliant bidder meeting all terms, conditions and
specifications of tender CL2025-4 be awarded the contract for the refrigerated
skating pad at the Diane Hamre Recreation Complex, as required by the
Community Services Division;
2.That the total funds required for this project is $3,699,924.65 (Net HST Rebate),
which includes construction costs of $3,448,137.60 (Net HST Rebate) and other
related costs such as design, inspection, testing, contract administration and
contingencies of $251,787.05 (Net HST Rebate) be approved.
Attachment 1 to Report FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-003-25
1. Background
1.1 Tender specifications and drawings were prepared by Barry Bryan Associates and
provided by the Community Services Division to Procurement Services Division. The
scope of work included a refrigerated ice pad, warming room, ice resurfacer room and
landscaping services.
1.2 Tender CL2025-4 was issued by Procurement Services and advertised electronically on
the Municipality’s website.
1.3 Thirty-three companies registered as official plan takers. The tender document included
a mandatory site visit. Ten companies attended the mandatory site visit. Only those plan
takers in attendance at the mandatory site visit were eligible to submit a bid.
1.4 The tender closed on February 7, 2025.
2. Analysis
2.1 Seven submissions were received in response to the tender call. The bids were
reviewed and tabulated by the Procurement Services (see attachment 1). Six
submissions were deemed compliant and forwarded to the Community Services
Division for review and consideration.
2.2 After reviewing the low bid, it was removed from consideration and deemed non-
compliant by Procurement Services.
2.3 After review and analysis of the bids by Procurement Service and the Community
Services Division, it was mutually agreed that the low compliant bidder Gerr
Construction Limited be recommended for the award of CL2025-4.
2.4 Gerr Construction Limited has completed work for the Municipality in the past with
satisfactory results.
2.5 In an effort to expedite the process, Council has provided the CAO with delegated
authority to approve this award. Refer to FSD-035-23.
3. Financial Considerations
3.1 As part of the 2024 budget, Council approved $8,000,000 (Net HST Rebate) for the
installation of two outdoor refrigerated ice pads, at the Courtice Community Complex
and the Diane Hamre Recreation Complex. Delegated authority was given to the CAO
to approve all contracts relating to this project. The project was split into two phases,
Courtice Community Complex (Phase I) and Diane Hamre Recreation Complex (Phase
Attachment 1 to Report FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-003-25
II). The Phase I work was completed in December 2024. Phase II work is scheduled for
spring 2025. Based on approval of the cost for Phase I, plus approved change orders at
$4,209,169.77 (Net HST Rebate), a balance of $3,790,830.23 (Net HST Rebate)
remains for the completion of the Phase II work.
3.2 The total funds required for this project is $3,699,924.65 (Net HST Rebate), which
includes the construction costs of $3,448,137.60 (Net HST Rebate) and other related
costs such as design, inspection, testing, contract administration and contingencies of
$251,787.05 (Net HST Rebate), be drawn from the following account:
Description Account Number Amount
Refrigerated Outdoor Ice Pad –
Diane Hamre Recreation
Complex
110-42-421-84314-7401 $3,699,924.65
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 - Summary of Bid Results
Attachment 1 to Report FSD-027-25
Municipality of Clarington Page 4
Report Procurement Division-003-25
Attachment #1 to Report - Procurement Division-003-25
Municipality of Clarington
CL2025-4
Refrigerated Skating Pad Diane Hamre Recreation Complex
Bid Summary
Bidder Total Bid Price
(Including HST)
Total Bid Price
(Net HST Rebate)
Gerr Construction Limited $3,829,005.00 $3,448,137.60
Peak Construction Group Ltd. 4,070,260.00 3,665,395.20
MJ.K. Construction Inc. 4,195,787.18 3,778,436.31
J.J. McGuire General Contractors
Inc. 4,254,890.70 3,831,660.86
DURON ONTARIO LTD 4,728,682.75 4,258,325.28
Mianco Group Inc. 4,860,695.00 4,377,206.40
Mega Group Construction Limited Non-compliant, Non-Compliant
Attachment 1 to Report FSD-027-25
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-004-25 Meeting Date: December
31, 2020
Report Date: February 20, 2025
Submitted By: Mandy Chong, Manager, Procurement
Approved By: Mary-Anne Dempster, CAO
File Number: CL2024-41
Report Subject: Supply and Deliver One Pumper Truck (Multi-Year)
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1.That Darch Fire Inc. with a total bid amount of $2,241,880.27 (Net HST) for the
initial one-year term and an estimated five-year contract value of $6,725,640.81
(Net HST), being the lowest compliant bidder meeting all terms, conditions and
specifications of CL2024-41 be awarded the contract for the Supply and Delivery
of One Pumper Truck (Multi-Year);
2.That the total estimated funds required for this project for the first-year term in the
amount of $2,242,160.27 (Net HST) which includes $2,241,880.27 (Net HST) for
one pumper truck and fire apparatus costs and other costs such as GPS unit, in
the amount of $280.00 (Net HST) be funded by the Municipality from the 2026
budget as pre-approved in Report FSD-046-23.
3.That pending satisfactory performance and pricing, the Procurement Manager, in
consultation with the Director of Public Works, be given the authority to extend
the contract for up to four additional one-year terms;
4.That the estimated funds required for the second, third, fourth and fifth year will
be included in future budget accounts.
Attachment 2 to Report FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-004-25
1. Background
1.1 Tender specifications for the Supply and Delivery of One Pumper Truck (Multi-Year)
were prepared by the Public Works Division and provided to the Procurement Services
Division.
1.2 The tender included the provision for the supply and delivery of future pumper truck
units for up to a five-year term. The purpose of the multi-year contract is to secure
volume pricing and reduce build times so that future build spots are promptly reserved
for the Municipality. Based on the budgeted fleet replacement schedule, the
Municipality anticipates purchasing two additional pumper trucks within the next four
years.
1.3 CL2024-41 was issued by the Procurement Services Division and advertised on the
Municipality’s website. The tender closed on January 17, 2025.
2. Analysis
2.1 Eight plan takers downloaded the tender document. Two bids were received in
response to the call. The submissions were reviewed by the Procurement Services
Division (see Attachment 1), and one bid was deemed non-compliant. The results were
forwarded to the Public Works Division for their review and consideration.
2.2 Darch Fire Inc. has successfully completed work for the Municipality in the past.
2.3 After review and analysis by the Public Works Division and the Procurement Services
Division, it was mutually agreed that the low-compliant bidder meeting specifications,
Darch Fire Inc. be recommended for the award of tender CL2024-41.
3. Financial Considerations
3.1 In 2024, Council provided 2026 pre-budget approval to order the new pumper truck, as
approved in Report FSD-046-23. This pre-approval was provided due to the time lag in
receiving the vehicle. Since the truck has not been budgeted, Public Works will deduct
any overage from the award of the pumper truck from the fleet budget in 2026.
3.2 The total funds required for the initial pumper truck in the amount of $2,242,160.27 (Net
HST) include $2,241,880.27 (Net HST) for the new truck and fire apparatus equipment
and other costs such as GPS unit in the amount of $280.00 (Net HST) is within the pre-
approved 2026 budget allocation and will be funded by the Municipality as follows:
Attachment 2 to Report FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-004-25
3.1 The total estimated contract is for one year plus four optional additional years and is
approximately $6,726,480.81 (Net HST) and includes $6,725,640.81 (Net HST) for
pumper truck and fire apparatus equipment and $840.00 (Net HST Rebate) in other
costs such as GPS units.
3.2 Pricing submitted for the Supply and Delivery of One Pumper Truck (Multi-Year
Contract) will remain firm for the first contract year. The extension of future contract
years is subject to satisfactory negotiated unit pricing and will remain firm for the
contract year.
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 – Summary of Bid Results
Description Account Number Amount
Corporate Fleet Reserve Fund 110-36-388-82824-7401 $2,242,160.27
Attachment 2 to Report FSD-027-25
Municipality of Clarington Page 4
Report Procurement Division-004-25
Attachment 1 to Report Number PS-XXX-XX
Municipality of Clarington
Summary of Bid Results
Tender CL2024-41
Supply and Delivery of One Pumper Truck
(Multi-Year Contract)
Bidder
One-Year
Total Bid
(Net HST Rebate)
Potential Five-Year
Total Bid
(Net HST Rebate)
Dependable Truck and Tank Ltd.* $2,028,014.73 $6,084,044.18
Darch Fire Inc. 2,241,880.27 6,725,640.81
*Non-compliant
Attachment 2 to Report FSD-027-25
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-005-25 Meeting Date: December
31, 2020
Report Date: February 26, 2025
Submitted By: Mandy Chong, Manager, Procurement
Approved By: Mary-Anne Dempster, CAO
File Number: CL2025-6
Report Subject: Rout and Crack Seal Treatment Services
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1.That Right Seal Inc. with a bid amount of $185,400 (Net HST Rebate) for the
initial one-year term and an estimated five-year contract value of $927,000 (Net
HST Rebate) being the lowest compliant bidder meeting all terms, conditions and
specifications of CL2025-6 be awarded the contract for Rout and Crack Seal
Treatment Services;
2.That the funds required for this service be funded from the respective approved
operating budget;
3.That pending satisfactory performance and pricing, the Manager, Procurement,
in consultation with the Director of Public Works, be given the authority to extend
the contract for this service for up to four additional one-year terms; and
4.That the funds required for the second, third, fourth and fifth-year terms be
included in future budget accounts.
Attachment 3 to Report FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-005-25
1. Background
1.1 Tender specifications for rout and crack seal treatment services were prepared by the
Public Works Division and provided to the Procurement Services Division.
1.2 CL2025-6 was issued by the Procurement Services Division and advertised on the
Municipality’s website. The tender closed on February 12, 2025.
2. Analysis
2.1 Ten plan takers downloaded the tender document. Five bids were received in response
to the call. The bids were reviewed and tabulated by the Procurement Services Division
(see Attachment 1) and deemed compliant. The results were forwarded to the Public
Works Division for their review and consideration.
2.2 Right Seal Inc. has not worked for the Municipality in the past; however, references
were checked and came back satisfactory.
2.3 After review and analysis by the Public Works Division and the Procurement Services
Division, it was mutually agreed that the low compliant bidder, Right Seal Inc. be
recommended for the award of tender CL2025-6.
3. Financial Considerations
3.1 The annual funding required for the first-year term in the estimated amount of $185,400
(Net HST Rebate) will be funded by the Municipality as provided. Future budget
accounts include the funds required for the second, third, fourth, and fifth-year term
terms.
Description Account Number Amount
PAVEMENT RESURF - CONTRACT 100-36-381-10250-7163 $185,400
3.2 Pricing for the tender is firm for the first contract year. For future contract years, the unit
prices would be adjusted on the anniversary date of the contract award by the annual
percentage change in the most recent issuance of the Consumer Price Index (CPI), All
Items, Ontario, as published by Statistics Canada and the pricing will remain firm for the
contract year.
3.3 The total estimated contract is for one year plus four optional additional years is
approximately $927,000 (Net HST Rebate).
Attachment 3 to Report FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-005-25
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 – Bid Summary
Attachment 3 to Report FSD-027-25
Municipality of Clarington Page 4
Report Procurement Division-005-25
Attachment 1 to Procurement Division-005-25
Municipality of Clarington
Summary of Bid Results
Tender CL2025-6
Rout and Crack Seal Treatment Services
Bidder
One-Year
Total Bid
(Net HST Rebate)
Potential Five-Year
Total Bid
(Net HST Rebate)
Right Seal Inc $114,378.24 $571,891.20
Fine Line Markings inc. 141,405.70 707,028.48
Cornell Construction Limited 210,032.64 1,050,163.20
Multiseal Inc. 281,671.68 1,408,358.40
Upper Canada Road Services Inc. 336,622.08 1,683,110.40
Note: The tender provided conservatively estimated project quantities and therefore, Right
Seal Inc.'s bid is below the approved operating budget. The allocated 2025 budget for rout and
crack seal treatment services is $185,400. The department will manage the contract quantities
to maximize the amount of work that can be completed within the limit of the operating budget.
Attachment 3 to Report FSD-027-25
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-009-25 Meeting Date: December
31, 2020
Report Date: March 21, 2025
Submitted By: Mandy Chong, Manager, Procurement
Approved By: Mary-Anne Dempster, CAO
File Number: CL2025-7
Report Subject: South Bowmanville Recreation Centre – Site Servicing and Earthworks
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1.That Condrain Group with a total bid amount of $2,441,927.60 (Net HST Rebate)
being the lowest compliant bidder meeting all terms, conditions and
specifications of tender CL2025-7 be awarded the contract for the site servicing
and earthworks at the new South Bowmanville Recreation Centre, as required by
the Community Services Division and Planning and Infrastructure;
2.That the total funds required for construction contract 1 of the project is
$2,808,216.74 (Net HST Rebate), which includes construction costs of
$2,441,927.60 (Net HST Rebate) and contingencies of $366,289.14 (Net HST
Rebate) be approved.
Attachment 4 to Report FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-009-25
1. Background
1.1 Construction specifications and drawings were prepared by MacLennan Jaunkalns
Miller Architects Ltd (MJMA) and provided by the SBRC Project Team to Procurement
Services. The construction documents for Phase 1 were split into two contracts to
maintain the construction schedule. A tender (contract 1) was issued for the completion
of the site servicing and earthworks to prepare the grounds for a General Contractor. An
RFP (contract 2) has been issued to secure a General Contractor and is still on the
open market. The scope of work for construction contract 1 included earthworks and site
servicing to rough grade to prepare the location for the balance of the Phase 1 scope.
1.2 Tender CL2025-7 was issued by Procurement Services and advertised electronically on
the Municipality’s website.
1.3 Seventy-eight companies registered as official plan takers. The tender document
included a non-mandatory site visit. Twenty-four companies attended the site visit.
1.4 The tender closed on March 17, 2025.
2. Analysis
2.1 Sixteen submissions were received in response to the tender call. The bids were
reviewed and tabulated by Procurement Services (see attachment 1). Fifteen
submissions were deemed compliant and forwarded to the Community Services
Division for review and consideration.
2.2 After review and analysis of the bids by Procurement Services, the Community Services
Division, and the Planning and Infrastructure Division, it was mutually agreed that the
low compliant bidder Condrain Group be recommended for the award of CL2025-7.
2.3 Condrain Group has not worked for the Municipality in the past, however, reference
checks were completed and deemed satisfactory.
3. Financial Considerations
3.1 The funding required for construction contract 1 is $2,808,216.74 (Net HST Rebate),
which includes construction costs of $2,441,927.60 (Net HST Rebate) and
contingencies of $366,289.14 (Net HST Rebate) and is within the approved upset
budget allocation of $65,000,000 as provided and will be funded via the following
account:
Attachment 4 to Report FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-009-25
Description Account Number Amount
South Bowmanville
Recreation Centre
110-42-421-84312-7401 $2,808,216.74
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 - Summary of Bid Results
Attachment 4 to Report FSD-027-25
Municipality of Clarington Page 4
Report Procurement Division-009-25
Attachment #1 to Report - Procurement Division-009-25
Municipality of Clarington
CL2025-7
South Bowmanville Recreation Centre – Site Servicing and
Earthworks
Bid Summary
Bidder Total Bid Price
(Including HST)
Total Bid Price
(Net HST Rebate)
Condrain Group $2,711,653.09 $2,441,927.60
MGI Construction Corp 2,758,045.24 2,483,705.16
Mianco Group Inc. 3,065,104.94 2,760,221.94
Network Sewer and Watermain Ltd 3,613,709.84 3,254,257.64
Fernview Construction Limited 3,658,019.05 3,294,159.46
Broz Excavating Inc 4,124,261.75 3,714,025.45
Hard-Co Construction Ltd. 4,135,501.68 3,724,147.35
1356594 Ontario Ltd. O/A Eagleson
Construction 4,381,551.45 3,945,722.79
Nick Carchidi Excavating Limited 4,869,515.78 4,385,149.79
Dave Boyle Excavating Ltd. 5,371,118.89 4,836,858.93
Forest Contractors Ltd. 5,788,206.30 5,212,459.05
Attachment 4 to Report FSD-027-25
Municipality of Clarington Page 5
Report Procurement Division-009-25
T.A.A. CONSTRUCTION INC. 6,459,791.66 5,817,242.47
Blackstone Paving & Construction
Limited 6,469,250.00 5,825,760.00
YORK1 Construction Services Ltd 6,664,740.00 6,001,804.80
Metric Contracting Services
Corporation 6,906,999.98 6,219,967.41
Dig Tech Infrastructure Non-compliant, Non-Compliant
Attachment 4 to Report FSD-027-25
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-011-25 Meeting Date: December
31, 2020
Report Date: April 3, 2025
Submitted By: Mandy Chong, Manager, Procurement
Approved By: Mary-Anne Dempster, CAO
File Number: CL2025-17
Report Subject: Plumbing Services
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1.That Brent’s Plumbing Inc. with a total bid amount for the initial two-year term of
$267,247.20 (Net HST Rebate), and a potential contract value of $668,118.00 (Net HST
Rebate), being the lowest compliant bidder meeting all terms, conditions and specifications
of tender CL2025-17 be awarded the contract for the provision of plumbing services as
required for the various municipal facilities;
2.That the funds expended for these services be funded from respective facilities’ approved
operating budget as required; and
3.That pending satisfactory service, the Procurement Manager, after consultation with the
affected departments, be authorized to extend the contract for up to three additional one-
year terms.
Attachment 5 to Report FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-011-25
1. Background
1.1 The specifications were prepared by the Community Services, Public Works Division
and Procurement Services.
1.2 The tender was issued and advertised electronically on the Municipality’s website
2. Analysis
2.1 Five bids were received in response to the tender call.
2.2 The submissions were reviewed and tabulated by the Procurement Services Division
(see Attachment 1) and the results were forwarded to the Public Services Department
for their review and consideration.
2.3 After review and analysis by the Community Services and Public Works Division and the
Procurement Services Division, it was mutually agreed that Brent’s Plumbing & Heating
Inc. be recommended for the award of tender CL2025-17.
2.4 Brent’s Plumbing & Heating Inc. has successfully completed work for the Municipality in
the past.
3. Financial Considerations
3.1 The annual cost is approximately $133,623.60 (net HST Rebate). The initial contract
term is for two years. The estimated value of the contract for the two years is
approximately $267,247.20.
3.2 Pricing received is firm for the first year of the contract. Only on the anniversary date of
the Contract award may pricing be adjusted. Any proposed price increases should not
exceed the annual percentage change in the most recent issuance of the Consumer
Price Index (CPI) All items – Ontario, as issued by the Statistics Canada, and remain
firm for the rest of that Contract year
3.3 The Municipality has the option to extend the contract for up to three additional one-year
terms pending satisfactory service. The Tender document stipulates that if the
Municipality elects to exercise the option to renew the contract for the additional optional
one-year terms, then pricing shall be adjusted only on the anniversary date of the
Contract award. Proposed price increases should not exceed the annual percentage
change in the most recent issuance of the Consumer Price Index (CPI) All items –
Ontario, as issued by the Statistics Canada, and remain firm for the rest of that Contract
year.
Attachment 5 to Report FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-011-25
3.4 The expended funds will be drawn from respective facilities approved operating budget.
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 – Bid Summary
Attachment 5 to Report FSD-027-25
Municipality of Clarington Page 4
Report Procurement Division-011-25
Attachment 1 to report Procurement Division-011-25 – Bid Summary
The Municipality of Clarington
CL2025-7 – Plumbing Services
Bid Summary
Bidder Total Bid
(Including HST)
Total Bid
(Net HST Rebate)
Brent’s Plumbing & Heating Inc. $296,766.25 $267,247.20
Capital Contracting Services Ltd. 338,259.85 304,613.47
Smith and Long Limited 375,095.59 337,785.20
Canadian Tech Air Systems 526,868.15 474,461.09
Ainsworth Inc. 531,348.60 478,495.87
The table below reflects the estimated contract value if all optional renewal terms were
exercised.
Bidder
Estimated 5
Year Contract
Value
(Including HST)
Estimated 5 Year
Contract Value
(Net HST Rebate)
Brent’s Plumbing & Heating Inc. $741,915.63 $668,118.00
Capital Contracting Services Ltd. 845,649.63 761,533.68
Smith and Long Limited 937,738.98 844,462.99
Canadian Tech Air Systems 1,317,170.38 1,186,152.72
Ainsworth Inc. 1,328,371.50 1,196,239.68
Attachment 5 to Report FSD-027-25
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-014-25 Meeting Date: December
31, 2020
Report Date: April 9, 2025
Submitted By: Mandy Chong, Manager, Procurement
Approved By: Mary-Anne Dempster, CAO
File Number: CL2025-10
Report Subject: Municipal Administrative Centre – Partial Roof Replacement
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1. That Crawford Roofing Corporation with a total bid amount of $851,222.40 (Net
HST Rebate) being the lowest compliant bidder meeting all terms, conditions and
specifications of tender CL2025-10 be awarded the contract for the partial roof
replacement at the Municipal Administrative Centre, as required by Community
Services;
2.That the total funds required for this project is $973,579.64 (Net HST Rebate),
which includes construction costs of $851,222.40 (Net HST Rebate) and other
related costs such as design, inspection, testing, contract administration and
contingencies of $122,357.24 (Net HST Rebate) be approved.
Attachment 6 to Report Procurement FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-014-25
1. Background
1.1 Tender specifications and drawings were prepared by Barry Bryan Associates and
provided by Community Services to Procurement Services. The scope of work included
the partial roof replacement at the Municipal Administrative Centre.
1.2 Tender CL2025-10 was issued by Procurement Services and advertised electronically
on the Municipality’s website.
1.3 Twenty-one companies registered as official plan takers. The tender document included
a mandatory site visit. Twenty-five companies attended the mandatory site visit. Only
those plan takers in attendance at the mandatory site visit were eligible to submit a bid.
1.4 The tender closed on March 7, 2025.
2. Analysis
2.1 Ten submissions were received in response to the tender call. The bids were reviewed
and tabulated by Procurement Services (see attachment 1). All submissions were
deemed compliant and forwarded to Community Services for review and consideration.
2.2 After review and analysis of the bids by Procurement Services, and Community
Services, it was mutually agreed that the low compliant bidder Crawford Roofing
Corporation be recommended for the award of CL2025-10.
2.3 Crawford Roofing Corporation has not worked for the Municipality in the past, however,
reference checks were completed and deemed satisfactory.
3. Financial Considerations
3.1 The total funds required for this project is $973,579.64 (Net HST Rebate), which
includes the construction costs of $851,222.40 (Net HST Rebate) and other related
costs such as design, inspection, testing, contract administration and contingencies of
$122,357.24 (Net HST Rebate), be drawn from the following account:
Description Account Number Amount
Bldg & Properties – Roof
Replacements
110-42-421-83687-7401 $973,579.64
Attachment 6 to Report Procurement FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-014-25
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 - Summary of Bid Results
Attachment 6 to Report Procurement FSD-027-25
Municipality of Clarington Page 4
Report Procurement Division-014-25
Attachment #1 to Report - Procurement Division-014-25
Municipality of Clarington
CL2025-10
Municipal Administrative Centre – Partial Roof Replacement
Bid Summary
Bidder Total Bid Price
(Including HST)
Total Bid Price
(Net HST Rebate)
Crawford Roofing Corporation $945,245.00 $851,222.40
T Hamilton & Son Roofing Inc 998,920.00 899,558.40
Goodmen Corporation 1,007,988.25 907,724.64
Proteck Roofing & Sheet Metal Inc. 1,063,446.33 957,666.36
Eileen Roofing Inc 1,080,376.05 972,912.10
Nortex Roofing Ltd. 1,106,044.00 996,026.88
Always Roofing Ltd 1,155,368.50 1,040,445.12
Trio Roofing Systems Inc. 1,270,685.00 1,144,291.20
Industrial Roofing Services Limited 1,630,330.10 1,468,162.75
Tectra Group Inc. 1,653,190.00 1,488,748.80
Attachment 6 to Report Procurement FSD-027-25
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-021-25 Meeting Date: December
31, 2020
Report Date: May 5, 2025
Submitted By: Mandy Chong, Manager, Procurement
Approved By: Mary-Anne Dempster, CAO
File Number: T280-2025
Report Subject: Supply of Sodium Chloride (C-operative)
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1.That Windsor Salt Ltd. with a bid amount of $950,641.92 (Net HST Rebate) for
the initial one-year term and an estimated three-year contract value of
$2,974,851.84 (Net HST Rebate), being the lowest compliant bidder meeting all
terms, conditions and specifications of Durham Purchasing Co-operative Tender
T280-2025 be awarded the contract for the supply of sodium chloride;
2.That the funds required for this service be funded from the respective approved
operating budget;
3.That pending satisfactory performance and price, the Manager, Procurement, in
consultation with the Director of Public Works, be given the authority to extend
the contract for this service for up to two additional one-year terms; and
4.That the funds required for the second and third-year terms be included in future
budget accounts.
Attachment 7 to Report FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-021-25
1. Background
1.1 Tender specifications for the supply of sodium chloride was issued on a co-operative
basis with the Region of Durham, the Cities of Oshawa and Pickering, the Towns of
Whitby and Ajax, the Townships of Scugog and Uxbridge, and the Municipality of
Clarington participating.
1.2 The tender was issued by the Region of Durham and publicly advertised on their
website. The tender closed on March 31, 2025.
2. Analysis
2.1 Two bids were received in response to the tender call and were deemed compliant.
2.2 After review of the bids by the Municipality of Clarington’s Procurement Division, the
Public Works Division and the Durham Purchasing Co-operative, it was mutually agreed
that the low compliant bidder Windsor Salt Ltd. be awarded the contract for the supply of
sodium chloride.
2.3 Windsor Salt Ltd. was the incumbent vendor for the previous tender contract and the
level of service has been satisfactory.
3. Financial Considerations
3.1 The annual funding required for the first-year term in the estimated amount of
$950,641.92 (Net HST Rebate) will be funded by the Municipality as provided. Future
budget accounts will include the funds required for the second, third, fourth and fifth-
year term.
Description Account Number Amount
WINTER MTNCE-
PLOW/SAND/SALT-MISC OP EXP
100-36-383-10300-7112 $950,641.92
3.2 Pricing for the tender is firm for the first, second and third contract years. For the
optional fourth and fifth contract years, the unit prices would be adjusted on the
anniversary date of the contract award by the annual percentage change in the most
recent issuance of the Consumer Price Index (CPI), All Items, Ontario, as published by
Statistics Canada and the pricing will remain firm for the contract year.
Attachment 7 to Report FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-021-25
3.3 The total estimated contract is for three years plus two optional additional years and is
approximately $5,041,190.40 (Net HST Rebate).
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 – Bid Summary
Attachment 7 to Report FSD-027-25
Municipality of Clarington Page 4
Report Procurement Division-021-25
Attachment 1 to Procurement Division-021-25
Municipality of Clarington
Summary of Bid Results
Tender T280-2025
Supply of Sodium Chloride (Co-op)
Bidder
One-Year
Total Bid
(Net HST Rebate)
Potential Five-Year
Total Bid
(Net HST Rebate)
Windsor Salt Ltd. $950,641.92 $5,041,190.40
Compass Minerals Canada Corp. 1,068,480.00 5,498,194.56
Attachment 7 to Report FSD-027-25
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-022-25 Meeting Date: December
31, 2020
Report Date: May 5, 2025
Submitted By: Mandy Chong, Manager, Procurement
Approved By: Mary-Anne Dempster, CAO
File Number: SS2025-6
Report Subject: Supply and Deliver One Gradall Hydraulic Excavator
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1.That Amaco Equipment with a bid amount of $849,696 (Net HST Rebate) being
the only vendor meeting the terms, conditions and specifications of SS2025-6, be
awarded a sole source contract for the Supply and Delivery of One Gradall
Hydraulic Excavator as required by the Public Works Division.
Attachment 8 to Report FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-022-25
1. Background
1.1 The Public Works Division requires one tandem axle hydraulic excavator for ditching
projects which is a replacement of an existing unit.
1.2 The specification requires that the excavator must be heavy duty, with a specialized
chassis and provide high speed transportation of ditching equipment with a telescopic
boom.
1.3 Amaco Equipment is the sole distributor of Gradall equipment in Ontario and is the only
manufacturer of excavator equipment meeting the Municipality’s specification
requirements.
2. Analysis
2.1 The Public Works Division and the Procurement Services Division mutually agreed that
a direct sole source process would be used with Amaco Equipment for the procurement
of one Gradall hydraulic excavator.
2.2 Pricing was provided to the Procurement Services Division and the Public Works
Division for review and consideration.
2.3 After review by the Procurement Services Division and the Public Works Division, it was
agreed that Amaco Equipment be recommended for award of contract SS2025-6.
2.4 Amaco Equipment has satisfactorily provided a Gradall hydraulic excavator to the
Municipality in the past and references did not need to be checked.
3. Financial Considerations
3.1 The total funds required for this vehicle in the amount of $854,696 (Net HST Rebate)
include $849,696 (Net HST Rebate) for the Gradall hydraulic excavator and other costs
such as radio, GPS unit, tool box and Clarington decal lettering and striping in the
amount of $5,000 (Net HST Rebate) is within the pre-approved 2026 budget allocation
and will be funded by the Municipality as follows:
Description Account Number Amount
Corporate Fleet RF-2026 Budget 110-36-388-83642-7401 $854,696
Attachment 8 to Report FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-022-25
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Not Applicable
Attachment 8 to Report FSD-027-25
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-023-25 Meeting Date: December
31, 2020
Report Date: May 9, 2025
Submitted By: Mandy Chong, Manager, Procurement
Approved By: Mary-Anne Dempster, CAO
File Number: RFP2025-3
Report Subject: South Bowmanville Recreation Centre – General Contracting Services for
Phase 1
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1.That the proposal received from J.J. McGuire General Contractors Inc., being the
highest scoring proponent meeting all terms and conditions and specifications of
RFP2025-3 be awarded the contract for General Contracting Services for the
construction of Phase 1 of the new South Bowmanville Recreation Centre
(SBRC) with a bid amount of $54,694,298.57 (Net HST Rebate)
Attachment 9 to Report FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-023-25
1. Background
1.1 Colliers Project Leaders (Colliers) was hired to assist the Municipality with project
management for the South Bowmanville Recreation Centre (SBRC), through a
negotiated proposal as approved by report FSD-035-23, recommendation # 3.
1.2 MacLennan Jaunkalns Miller Architects Ltd (MJMA) was the successful proponent of
RFP2023-10 and were hired to design and prepare the tender specifications for the
construction of the SBRC.
1.3 Phase 1 of the project scope includes a Fédération Internationale de Football
Association (FIFA) sized field air supported dome with a walking track, outdoor
refrigerated ice trail, renovation of the existing building to accommodate a Fédération
Internationale de Basketball Association (FIBA) sized (double) gymnasium, parking and
municipal road.
1.4 A Request for Proposal (RFP) was drafted with the assistance of Colliers and MJMA to
allow the Municipality to select a qualified general contractor for the construction of the
SBRC.
1.5 RFP2025-3 was issued by Procurement Services 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 April 14, 2025.
2.2 The RFP stipulated, among other things, that proponents were to provide a description
of the Firm’s team, qualifications, profile, highlights of past projects and experience of
team members with projects of similar size, nature and complexity, and demonstrate an
understanding of the Municipality’s requirements.
2.3 Ninety-four companies downloaded the document. Two compliant proposals were
received by the closing date. One proposal was received late and deemed non-
compliant. The two compliant proposals were distributed to the evaluation committee for
review, evaluation, and scoring.
2.4 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 Community Services,
Planning and Infrastructure, and Colliers.
Attachment 9 to Report FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-023-25
2.5 The evaluation committee met to review and agree upon the overall scores for each
proposal. Some of the areas on which the submissions were evaluated were as follows:
The Proponent’s understanding of the Municipality’s requirements;
Highlights of projects performing similar work of comparable nature, size, and
scope;
A methodology describing the Proponent’s project management approach, work
plan, goals, objectives, and methods of communications to be utilized to meet the
requested deadlines; and
A project schedule including a Gantt chart, and milestones showing an estimated
overall timeline of the project.
2.6 Upon completion of the consensus evaluation, and reference checks one submission
was disqualified due to poor references.
2.7 References were checked and were found to be satisfactory for the second submission.
A presentation was requested and completed.
2.8 The pricing envelope for the short-listed proponent was opened and evaluated as
stipulated in the RFP document.
2.9 The assignment of two contracts, RFP2024-10 Air Supported Dome Farley Group and
RFP2024-11 Refrigeration Equipment for Skating Trail Cimco were included as part of
the specification requirements and listed as cash allowances to the General Contractor.
2.10 Upon completion of the evaluation scoring, and the presentation, the recommendation is
to award the contract for this work to the highest ranked proponent, J.J. McGuire
General Contractors Inc.
3. Financial Considerations
3.1 The total estimated funds required for this project in the amount of $67,619,568.71 (Net
HST Rebate) includes construction costs of $54,694,298.57 (Net HST Rebate) and
other commitments of $12,925,270.14 (Net HST Rebate) and will be funded by the
Municipality as follows:
Description Account Number Amount
South Bowmanville Rec
Centre
110-42-421-84312-7401 $67,619,568
Attachment 9 to Report FSD-027-25
Municipality of Clarington Page 4
Report Procurement Division-023-25
3.2 The committed costs of $12,925,270.14 (Net HST Rebate) include other related costs
such as air supported dome, skate trail refrigeration equipment (sourced through
separate RFP’s), design, inspection, testing, contract administration and contingencies
of $9,899,397.16 (Net HST Rebate).and $3,025,872.98 committed for Phase 2.
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 – Summary of Proposals Received
Attachment 2 – Recommendation Memo
Attachment 9 to Report FSD-027-25
Municipality of Clarington Page 5
Report Procurement Division-023-25
Attachment 1 - Summary of Proposals Received
Municipality of Clarington
RFP2025-3 – South Bowmanville Recreation Centre General Contracting
Services
Proposals Received
Bidder
J.J. McGuire General Contractors Inc. *
Van Horne Construction Ltd.
Corebuild Construction
Note: * Denotes Proponents who were shortlisted.
Attachment 9 to Report FSD-027-25
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-024-25 Meeting Date: December
31, 2020
Report Date: May 9, 2025
Submitted By: Mandy Chong, Purchasing Manager
Approved By: Mary-Anne Dempster, CAO
File Number: CL2025-13
Report Subject: George Street West and George Street East Reconstruction
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1. That Nick Carchidi Excavating Limited with a bid amount of $1,077,760.52 (Net
HST Rebate) being the lowest bidder meeting all terms, conditions and
specifications of CL2025-13 be awarded the contract for the George Street West
and George Street East Reconstruction.
Attachment 10 to Report FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-024-25
1. Background
1.1 The Municipality of Clarington requires the services of a qualified company to complete
the road reconstruction and urbanization including storm sewer installation, watermain
replacement, road base / asphalt replacement, curb and gutter installation, sidewalk and
sidewalk ramp installation, driveway and landscape area restoration, etc. for George
Street between North Street and Manvers Road (Reg Rd 17) as well as Mill Street North
to Beaver Street North.
1.2 Tender specifications were prepared and provided by the Planning and Infrastructure
Services Department.
1.3 Tender CL2025-13 was prepared and issued by the Procurement Division. The tender
was posted electronically on the Municipality’s website. The tender closed on April 25,
2025.
1.4 Contract administration and construction inspection services will be retained through an
external engineering consultant, to be selected through Request for Proposal RFP2025-
8, which is currently under evaluation, in accordance with the Municipality's procurement
policy.
2. Analysis
2.1 Thirty-six companies registered as plan takers. Eleven submissions were received by
closing time. All submissions were deemed compliant (see attachment 1).
2.2 After review and analysis by the Planning and Infrastructure Services Department and
the Procurement Division, it was mutually agreed that the low compliant bidder, Nick
Carchidi Excavating Limited be recommended for the award of tender CL2025-13.
3. Financial Considerations
3.1 The total funding required for this project is $1,430,100.00 (Net HST Rebate), which
includes the construction costs of $1,077,760.50 (Net HST Rebate) and other related
costs such as, topographic survey, geotechnical investigation, subsurface engineering
(SUE), excess soil planning documents, tree inventory and impact assessment, material
testing, contract administration and construction inspection and contingency in the
amount of $352,339.50 (Net HST Rebate). The funds are available in the approved
budget allocation as provided and will be funded from the following accounts:
Attachment 10 to Report FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-024-25
Description Account Number Amount
George St Reconstruction
(North St to Reg Rd 17)
110-50-330-83456-7401 $623,800
George St Reconstruction
(Mill St to Beaver St)
110-50-330-83473-7401 290,500
George St Reconstruction
(North St to Reg Rd 17)
Region of Durham Recovery
110-50-330-83456-7402 277,500
George St Reconstruction
(Mill St to Beaver St)
Region of Durham Recovery
110-50-330-83473-7402 238,300
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 - Bid Summary
Attachment 10 to Report FSD-027-25
Municipality of Clarington Page 4
Report Procurement Division-024-25
Attachment 1 to Report Procurement Division-024-25 – Bid Summary
Municipality of Clarington
Summary of Bid Results
Tender CL2025-13
George Street West and George Street East Reconstruction
Bidder Total Bid
(Including HST)
Total Bid
(Net HST Rebate)
Nick Carchidi Excavating Limited $1,196,805.61 $1,077,760.52
IPAC Paving Limited 1,236,250.88 1,113,282.21
1356594 Ontario Ltd. O/A Eagleson
Construction
1,240,574.81 1,117,176.04
Hard-Co Construction Ltd. 1,285,827.57 1,157,927.55
1799877 Ontario Inc. (Young's
Construction)
1,306,670.09 1,185,783.43
GIP Paving Inc. 1,316,760.29 1,185,783.43
Dig-Con International Limited 1,423,041.77 1,281,493.19
Broz Excavating Inc. 1,548,438.07 1,394,416.44
Mianco Group Inc. 1,571,284.22 1,414,990.11
Lancoa Contracting Inc. 1,754,466.82 1,579,951.71
Elirpa Construction & Materials Ltd. 2,395,155.96 2,156,912.13
Attachment 10 to Report FSD-027-25
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-025-25 Meeting Date: December
31, 2020
Report Date: May 16, 2025
Submitted By: Mandy Chong, Manager, Procurement
Approved By: Mary-Anne Dempster, CAO
File Number: CL2025-3
Report Subject: 2025 Pavement Rehabilitation
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1. That D. Crupi & Sons Limited with a bid amount of $737,533.89 (Net HST
Rebate) being the lowest bidder meeting all terms, conditions and specifications
of CL2025-3 be awarded the contract for the 2025 Pavement Rehabilitation.
Attachment 11 to Report FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-025-25
1. Background
1.1 The Municipality of Clarington requires the services of a qualified company to complete
pavement rehabilitation including removal and replacement of surface asphalt and base
asphalt (where applicable), concrete curb and gutter and sidewalk removal and
replacement, structure adjustments, roadway shoulder re-instatement and ditching
(where applicable), associated restoration, and pavement line painting.
1.2 The work is located within the Municipality of Clarington at the following locations:
Stirling Avenue, Courtice
Strathallan Drive, Courtice
Stephen Avenue, Courtice
Stuart Road, Courtice
Poolton Crescent, Courtice
Buyson Crescent, Courtice
Faircomb Crescent, Courtice
Lyndale Crescent, Courtice
Windham Crescent, Courtice
Claret Road, Courtice
Beechnut Crescent, Courtice
Parklawn Drive, Courtice
Hillhurst Crescent, Courtice
Lake Road & Lambs Road Intersection, Bowmanville
1.3 Tender specifications were prepared and provided by the Planning and Infrastructure
Services Department.
1.4 Tender CL2025-3 was prepared and issued by the Procurement Division. The tender
was posted electronically on the Municipality’s website. The tender closed on April 1,
2025.
2. Analysis
2.1 Eighteen (18) companies registered as plan takers. Seven submissions were received
by closing time. One submission was deemed non-compliant. Six (6) submissions
were deemed compliant (see attachment 1).
2.2 After review and analysis by the Planning and Infrastructure Services Department and
the Procurement Division, it was mutually agreed that the lowest compliant bidder, D.
Crupi & Sons Limited be recommended for the award of tender CL2025-3.
Attachment 11 to Report FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-025-25
3. Financial Considerations
3.1 The total funding required for this project is $916,200.00 (Net HST Rebate), which
includes the construction costs of $737,533.89 (Net HST Rebate) and other related
costs such as, geotechnical investigation, material testing, and contingency in the
amount of $178,666.11 (Net HST Rebate). The funds are available in the approved
budget allocation as provided and will be funded from the following accounts:
Description Account Number Amount
Pavement Rehabilitation
Program 110-50-330-83212-7401 $916,200
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 - Bid Summary
Attachment 11 to Report FSD-027-25
Municipality of Clarington Page 4
Report Procurement Division-025-25
Attachment 1 to Report Procurement Division-025-25 – Bid Summary
Municipality of Clarington
Summary of Bid Results
Tender CL2025-3
2025 Pavement Rehabilitation
Bidder Total Bid
(Including HST)
Total Bid
(Net HST Rebate)
D. Crupi & Sons Limited $818,998.91 $737,533.89
Wyndale Paving Co. Ltd 891,286.69 802,631.27
GIP Paving Inc. 897,859.48 808,550.27
IPAC Paving Limited 903,259.20 813,412.89
Dufferin Construction Company, A division
of CRH Canada Group Inc.
1,102,771.87 993,080.23
Ashland Construction Group Ltd. 1,243,900.52 1,120,170.95
1108575 Ontario Ltd. o/a Kon-Strutt
Construction
Non-Compliant
Attachment 11 to Report FSD-027-25
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-026-25 Meeting Date: December
31, 2020
Report Date: May 27, 2025
Submitted By: Mandy Chong, Manager, Procurement
Approved By: Mary-Anne Dempster, CAO
File Number: [If applicable, enter File Number]
Report Subject: CL2025-32 Various Park Upgrades
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1.That Gray’s Landscaping with a total bid amount of $692,777.26 (Net HST
Rebate) being the lowest compliant bidder meeting all terms, conditions and
specifications of CL2025-32 be awarded the contract for Various Park Upgrades
as required by the Public Works Division.
Attachment 12 to Report FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-026-25
1. Background
1.1 Tender specifications and drawings for Various Park Upgrades were prepared by the
Public Works Division and provided to the Procurement Services Division. The work
includes improvements at Stuart Park, Roswell Park, Lord Elgin Park and Brookhouse
Parkette.
1.2 CL2025-32 was issued by the Procurement Services Division and advertised on the
Municipality’s website. The tender closed on May 16, 2025.
2. Analysis
2.1 Thirty-four plan takers downloaded the tender document. Ten bids were received in
response to the call. The submissions were reviewed by the Procurement Services
Division (see Attachment 1), and all bids were deemed compliant. The results were
forwarded to the Public Works Division for their review and consideration.
2.2 Gray’s Landscaping has successfully completed work for the Municipality in the past.
2.3 After review and analysis by the Public Works Division and the Procurement Services
Division, it was mutually agreed that the low-compliant bidder meeting specifications,
Gray’s Landscaping, be recommended for the award of tender CL2025-32.
3. Financial Considerations
3.1 The total estimated funds for this project in the amount of $767,055.00 (Net HST
Rebate) include park upgrade costs of $692,777.26 (Net HST Rebate) and other costs
such as material testing and contingency in the amount of $74,277.74 (Net HST
Rebate) is in the approved budget allocation as provided and will be funded by the
Municipality as follows:
Description Account Number Amount
Various Park Upgrades 110-36-325-83663-7401 $767,055.00
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 – Bid Summary
Attachment 12 to Report FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-026-25
Attachment 1 to Report Procurement Services-026-25
Municipality of Clarington
Summary of Bid Results
Tender CL2025-32
Various Park Upgrades
Bidder Total Bid
(Net HST)
Gray's Landscaping & Snow Removal Inc. $692,777.26
Zilli Construction Ltd. 751,599.36
Mianco Group Inc. 766,196.83
Whitby Shores Landscaping LTD 819,019.42
Dig-Con International Limited 930,271.60
Laycon Construction Services Inc. 938,087.16
Powcon Inc. 972,566.72
Forest Ridge Landscaping Inc. 1,013,232.87
Real Landscaping Plus Inc. 1,030,215.70
Cressman Tree Maintenance & Landscaping Ltd. 1,601,437.82
Attachment 12 to Report FSD-027-25
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-031-25 Meeting Date: December
31, 2020
Report Date: June 18, 2025
Submitted By: Mandy Chong, Manager, Procurement
Approved By: Mary-Anne Dempster, CAO
File Number: CL2025-28
Report Subject: Supply and Deliver Various Vehicles
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1. That Hallman Motors Ltd. with a bid amount of $126,053.16 (Net HST) being the
low, compliant bidder meeting all terms, conditions and specifications of CL2025-
28 be awarded the contract for the supply and delivery of one half-ton crew cab
pick-up truck and one electric SUV;
2.That Blue Mountain Chrysler Ltd. with a bid amount of $ $193,877.22 (Net HST)
being the low, compliant bidder meeting all terms, conditions and specifications
of CL2025-28 be awarded the contract for the supply and delivery of two one-ton
crew cab pick-up trucks;
3. That Downtown Autogroup with a bid amount of $353,741.09 (Net HST) being
the low, compliant bidder meeting all terms, conditions and specifications of
CL2025-28 be awarded the contract for the supply and delivery of three half-ton
crew cab pick-up trucks (electric) and two three-quarter ton 4x4 pick up trucks.
Attachment 13 to Report FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-031-25
1. Background
1.1 Tender specifications were prepared by the Public Works Division and provided to the
Procurement Services Division.
1.2 CL2025-28 was issued by the Procurement Services Division and advertised on the
Municipality’s website. The tender closed on May 15, 2025.
2. Analysis
2.1 Thirteen plan takers downloaded the tender document. Four bids were received in
response to the call. Bidders could choose to submit a bid for one or more vehicle types,
with the award of each vehicle type going to the lowest-priced, compliant bidder.
2.2 The submissions were reviewed by the Procurement Services Division (see Attachment
1), and all bids were deemed compliant. The results were forwarded to the Public Works
Division for their review and consideration.
2.3 After review and analysis by the Public Works Division and the Procurement Services
Division, it was mutually agreed that the low-compliant bidders meeting specifications
be recommended for the following award of tender CL2025-28:
Hallman Motors Ltd. for the supply and delivery of one half-ton crew cab pick-up
truck and one electric SUV;
Blue Mountain Chrysler Ltd. for the supply and delivery of two one-ton crew cab
pick-up trucks;
Downtown Autogroup for the supply and delivery of three half-ton crew cab pick-up
trucks (electric) and two three-quarter ton 4x4 pick up trucks.
2.4 Hallman Motors has not worked for the Municipality in the past and references were
checked and were satisfactory. Downtown Autogroup and Blue Mountain Chrysler Ltd.
have satisfactorily provided similar vehicles to the Municipality in the past.
3. Financial Considerations
3.1 The total estimated funds required for the project in the amount of $702,171.47 (Net
HST) includes $673,671.47 (Net HST) for new vehicles and other costs such as
licensing, radios, GPS units and Clarington decal lettering and striping in the amount of
$28,500 (Net HST) is in the approved budget allocation as provided and will be funded
from the following account:
Attachment 13 to Report FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-031-25
Description Account Number Amount
FLEET NEW-ROADS-2025 110-36-388-83695-7401 $191,000
Additional Funds – Roads & Related DC 110-36-388-83695-7401 13,277
FLEET NEW-PARKS-2025 110-36-388-83616-7401 74,115
GREEN FLEET NEW-PARKS-2025 110-36-388-83646-7401 148,229
PREVENTION VEHICLE 2025 110-36-388-83658-7401 70,451
GREEN FLEET NEW-P&I-2025 110-36-388-83647-7401 61,802
GREEN FLEET REPLACEMENT-COMMSERV-2025 110-36-388-83635-7401 71,649
FLEET REPLACEMENT ROADS-2025 110-36-388-83642-7401 71,649
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 – Bid Summary
Attachment 13 to Report FSD-027-25
Municipality of Clarington Page 4
Report Procurement Division-031-25
Attachment 1 to Report Procurement Division-031-25
Municipality of Clarington
Summary of Bid Results
Tender CL2025-28
Supply and Delivery of Various Vehicles
Bidder Total Bid
(Net HST Rebate)
Blue Mountain Chrysler Ltd $509,955.99
Downtown Autogroup 550,634.03
East Court Ford Lincoln 659,819.43
Hallman Motors Ltd 786,805.27
*Bidders could bid on one, or more, type of vehicle with the award of each vehicle type going
to the lowest compliant bidder.
Attachment 13 to Report FSD-027-25
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-032-25 Meeting Date: December
31, 2020
Report Date: June 20, 2025
Submitted By: Mandy Chong, Manager, Procurement
Approved By: Mary-Anne Dempster, CAO
File Number: CL2025-35
Report Subject: Soper Creek Baseball Upgrades
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1. That Don Oliver Excavating with a total bid amount of $525,741.92 (Net HST
Rebate) being the lowest compliant bidder meeting all terms, conditions and
specifications of CL2025-35 be awarded the contract for Soper Creek Baseball
Upgrades as required by the Public Works Division;
2.That the funds required for this project in the estimated amount of $578,316.11
(Net HST Rebate), which includes $525,741.92 (Net HST Rebate) for the Soper
Creek Baseball Upgrades and other costs such as contingency in the amount of
$52,574.19 (Net HST Rebate) be approved; and
3.That the project is over budget in the amount of $49,789.11 (Net HST) and that
the additional funds required be approved.
Attachment 14 to Report FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-032-25
1. Background
1.1 Tender specifications and drawings for Soper Creek Baseball Upgrades were prepared
by the Public Works Division and provided to the Procurement Services Division. The
scope of work includes baseball diamond upgrades that are in part funded by the Jays
Care Grant.
1.2 CL2025-35 was issued by the Procurement Services Division and advertised on the
Municipality’s website. The tender closed on June 16, 2025.
2. Analysis
2.1 Twenty-one plan takers downloaded the tender document. Five bids were received in
response to the call. The submissions were reviewed by the Procurement Services
Division (see Attachment 1), and all bids were deemed compliant.
2.2 The results were forwarded to the Public Works Division for their review and
consideration. All bids exceeded the budget, and tariffs on steel and aluminum likely
contributed to higher bid prices compared to the quote used for the Jays Care Grant.
2.3 Public Works reviewed and opted to exclude several provisional items from the award
relating to replacing chain link fence and painting the existing perimeter fence posts.
The scope reduction did not impact the ranking of the bid results and decreased the
award amount by $30,120.15 (Net HST)
2.4 Don Oliver Excavating has not completed work for the Municipality of Clarington in the
past and references were checked and are satisfactory.
2.5 After review and analysis by the Public Works Division and the Procurement Services
Division, it was mutually agreed that the low-compliant bidder meeting specifications,
Don Oliver Excavating, be recommended for the award of tender CL2025-35.
3. Financial Considerations
3.1 The total estimated funds for this project in the amount of $578,316.11 (Net HST
Rebate) include Soper Creek Baseball Upgrades of $525,741.92 (Net HST Rebate) and
other costs such as contingency in the amount of $52,574.19 (Net HST Rebate) is in the
approved budget allocation as provided and will be funded by the Municipality as
follows:
Attachment 14 to Report FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-032-25
Description Account Number Amount
Soper Creek Baseball Upgrades 110-36-325-83284-7401 $528,527.00
Add’l Funding Required – Municipal
Capital Works RF
110-36-325-83284-7401 49,789.11
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 – Bid Summary
Attachment 14 to Report FSD-027-25
Municipality of Clarington Page 4
Report Procurement Division-032-25
Attachment 1 to Report Procurement Services-032-25
Municipality of Clarington
Summary of Bid Results
Tender CL2025-35
Soper Creek Baseball Upgrades
Bidder Total Bid*
(Net HST)
Don Oliver Excavating $555,862.07
Powcon Inc. 579,552.20
39 Seven Inc. 606,289.39
Forest Ridge Landscaping Inc. 653,943.44
Arenes Construction Ltd 892,512.54
*Total Bid Amount includes all provisional items.
Attachment 14 to Report FSD-027-25
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-033-25 Date: December 31, 2020
Report Date: July 9, 2025
Submitted By: Mandy Chong, Manager, Procurement
Approved By: Mary-Anne Dempster, CAO
File Number: CL2025-27
Report Subject: Veterinary Services – Summer Recess Report – Summer Council Recess
Report
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1. That Bowmanville Veterinary Clinic with a bid amount of $84,368.17 (Net HST
Rebate) being the lowest bidder meeting all terms, conditions and specifications
of CL2025-27 be awarded the contract for the provision of veterinary services as
required by Animal Services Division; and
2.That pending satisfactory service that the Manager, Procurement, in consultation
with the Deputy CAO, Legislative Services, be authorized to extend the
agreement for up to four additional one-year terms.
Attachment 15 to Report FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-033-25
1. Background
1.1 The Municipality is responsible for the health and welfare of animals that come into our
care within our jurisdiction.
1.2 Animal Services requires the services of a qualified Veterinarian to meet legal
obligations under animal welfare legislation and to ensure humane treatment of animals
in their care.
1.3 Timely access to veterinary care is critical for managing injuries, illnesses, and routine
health checks, especially in shelter environments. Veterinary oversight helps prevent
the spread of zoonotic diseases, protecting both animal and human population.
Contracted services ensure a consistent level of care, with clearly defined service
standards and response times.
1.4 Tender specifications were prepared and provided by the Legislative Services – Animal
Services Division.
1.5 Tender CL2025-27 was prepared and issued by the Procurement Division. The tender
was posted electronically on the Municipality’s website and locally veterinarians were
advised of the opportunity. The tender closed on May 15, 2025.
1.6 In view of the Summer Council Recess, authorization is requested to award the above
contract in accordance with Procurement By-Law #2024-052, Section 68, Council
Recess Procedures.
2. Analysis
2.1 Two (2) companies registered as plan takers. One (1) submission was received by
closing time and was deemed compliant.
2.2 After review and analysis by the Animal Services and the Procurement Division, it was
mutually agreed that the lowest compliant bidder, Bowmanville Veterinary Hospital met
the requirements and be recommended for the award of tender CL2025-27.
3. Financial Considerations
3.1 The estimated funds required for this contract in the amount of $84,368.17 (Net HST
Rebate) and will be drawn from the 2025 operating budget and be included in the
appropriate operating budget accounts for each year. The cost shown is an estimate
only as services will be required on an as needed basis.
Attachment 15 to Report FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-033-25
3.2 Pricing submitted for these services is to remain firm for the first year of the contract.
Should the contract be extended for additional years, the unit prices would be adjusted
on the anniversary date of the contract award by the annual percentage change in the
most recent issuance of the Consumer Price Index (CPI), All Items, Ontario as
published by Statistics Canada and remain firm for the contract year.
3.3 The estimated contract value for 5 years is $421,840.84 (Net HST Rebate) based on
basic services and medicine that has been required in the past. The shelter has also
begun to sterilize dogs prior to adoption and raised adoption fees to cover the increased
cost. The budget does not reflect this adjustment yet.
Description Account Number Amount
ANIMAL SERV. / UNASSIG`D /
VET SERVICES 100-19-190-00000-7162 $84,368.17
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 – Bid Summary
Attachment 15 to Report FSD-027-25
Municipality of Clarington Page 4
Report Procurement Division-033-25
Attachment 1 to Report Procurement Division-033-25 – Bid Summary
Municipality of Clarington
Summary of Bid Results
Tender CL2025-27
Veterinary Services
Bidder
Total Bid for
5 year term
(Including HST)
Total Bid
5 year term
(Net HST Rebate)
Bowmanville Veterinary Clinic $468,435.68 $421,840.84
Attachment 15 to Report FSD-027-25
Report
Procurement Division
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: PS Reports - CAO Approve Only
Report Number: Procurement Division-034-25 Meeting Date: December
31, 2020
Report Date: July 14, 2025
Submitted By: Mandy Chong, Manager, Procurement
Approved By: Mary-Anne Dempster, CAO
File Number: RFP2025-9
Report Subject: Consulting Services for Bowmanville Municipal Park on former
Bowmanville Zoo Land - Phase 1 Trails
Recommendations:
It is respectfully recommended to the Chief Administrative Officer the following:
1. That Aquafor Beech Ltd. with a bid amount of $111,366.14 (Net HST Rebate)
being the highest scoring proposal meeting all terms, conditions and
specifications of RFP2025-9 be awarded the contract for the provision of
Consulting Services for Bowmanville Municipal Park on former Bowmanville Zoo
Land - Phase 1 Trail.
Attachment 16 to Report FSD-027-25
Municipality of Clarington Page 2
Report Procurement Division-034-25
1. Background
1.1 The Municipality of Clarington requires the assistance of a qualified consulting firm
(team) to provide detailed design and tender preparation services for the development
of new trails within the Bowmanville Municipal Park on the former Bowmanville Zoo
lands.
1.2 Additionally, the consulting firm (team) will be required to provide a structural inspection
of an existing bridge structure and preparation of a summary report.
1.3 Lastly, the consulting firm (team) will be required to provide a heritage assessment and
summary report of the same bridge structure.
1.4 Request for Proposal RFP2025-9 was prepared and issued by the Procurement
Division. The RFP was advertised electronically on the Municipality’s website. The RFP
was structured on a two-envelope system with pricing being an evaluated factor.
1.5 In view of the Summer Council Recess, authorization is requested to award the above
contract in accordance with Procurement By-Law #2024-052, Section 68, Council
Recess Procedures.
2. Analysis
2.1 The Request for Proposal closed on May 9, 2025.
2.2 Nineteen (19) companies registered as plan takers. Seven (7) submissions were
received by closing time. All proposals were reviewed and determined to have met the
mandatory items as contained within the RFP. The 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 evaluation committee reviewed and evaluated the proposals. The Evaluation Team
then met to review and agree upon the overall scores for each proposal. Some of the
areas on which the submissions were evaluated were as follows:
Experience and qualifications of both the firm as well as the proposed team who
would be working on the project.
Attachment 16 to Report FSD-027-25
Municipality of Clarington Page 3
Report Procurement Division-034-25
That the proposed team had the expertise in the fields required such as
Landscape Architecture and Arboriculture, Civil Engineering, Land Surveying and
Heritage Assessments.
The qualifications and experience of the proposed Project Manager and team
resources.
The Proponents’ proposed 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.
M easures, processes and procedures used by the Proponent to ensure that high
quality services are being provided to the Municipality.
2.5 Upon completion of the evaluation, six 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.
2.6 The pricing envelopes for the short-listed proponents were opened and evaluated as
stipulated in the RFP document.
2.7 Upon completion of the evaluation scoring, the recommendation is to award the contract
for this work to the highest scoring proponent, Aquafor Beech Ltd.
2.8 Aquafor Beech Ltd has completed work for the Municipality in the past; therefore, no
Reference checks were completed.
3. Financial Considerations
3.1 The funding required for this contract award is $111,366.14 (Net HST Rebate) will be
funded from the following account and is within the approved budget:
Description Account Number Amount
Bowmanville Zoo Lands
Trails – Phase 1
110-50-325-84355-7401 $111,366
Staff Contact: Mandy Chong, Manager, Procurement, 905-623-3379 ext. 2209 or
mchong@clarington.net.
Attachments:
Attachment 1 – Summary of Proposals Received
Attachment 16 to Report FSD-027-25
Municipality of Clarington Page 4
Report Procurement Division-034-25
Attachment 1 to Report Procurement Division-034-25 - Summary of Proposals Received
Municipality of Clarington
RFP2025-9– Consulting Services for Bowmanville Municipal Park on former
Bowmanville Zoo Land - Phase 1 Trails
Summary of Proposals Received
Bidder
Aquafor Beech Ltd.*
BA Group Inc. (Basterfield & Associates) *
Cosburn Giberson Landscape Architects
The MBTW Group *
PFS Studio *
The Planning Partnership *
Schollen & Company Inc. *
Note: Bidders marked with “*” were shortlisted.
Attachment 16 to Report FSD-027-25