HomeMy WebLinkAboutFSD-038-25Staff 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: December 1, 2025 Report Number: FSD-038-25
Authored By: Sandra McKee, Acting Procurement Manager
Submitted By: Trevor Pinn, Deputy CAO/Treasurer, Finance and Technology
Reviewed By: Mary-Anne Dempster, CAO
By-law Number: Resolution Number:
File Number: RFP2025-16
Report Subject: Engineering Services for Queen Street, Lambert Street and St. George
Street Reconstruction
Recommendations:
1.That Report FSD-038-25, 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 RFP2025-16 be
awarded the contract for the provision of Engineering Services for Queen Street,
Lambert Street & St. George Street 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-038-25, be advised of Council’s
decision.
GG-186-25
Municipality of Clarington Page 2
Report FSD-038-25
Report Overview
To request authorization to award RFP2025-16 Engineering Services for Queen Street,
Lambert Street & St. George Street Reconstruction.
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 detailed design and tender preparation for the
reconstruction of Queen Street (Liberty Street South to St. George Street South),
Lambert Street (Queen Street to King Street East) & St. George Street (Queen Street to
King Street East) in Bowmanville.
1.2 Road improvements are required to enhance (urbanize) the roadways and support
pedestrian and traffic movements as well as servicing for the Bowmanville Hospital
Expansion.
1.3 A Request for Proposal (RFP) was drafted to allow the Municipality to select a qualified
Consultant to assist with the reconstruction of Queen Street, Lambert Street & St.
George Street in Bowmanville.
1.4 RFP2025-16 was prepared and 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 Request for Proposal closed on September 22, 2025.
2.2 Fifteen companies downloaded the request for proposal, and seven proposals were
received (refer to Attachment 1) by the stipulated closing date and time. All proposals
received were 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 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.
Municipality of Clarington Page 3
Report FSD-038-25
2.5 The evaluation committee met to review and agree upon the overall scores for each
proposal. Some of the areas on which the proposals were evaluated were as follows:
• 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 Drainage Design, Streetlight Design,
Geotechnical Engineering and Management of Excess Soil, Landscape
Architecture Design, Construction Inspection and Construction Management.
• 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, four 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 therefore no
reference checks were completed.
3. Financial Considerations
3.1 This project was broken down into two stages for pricing purposes.
3.2 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
$262,259.15 (Net HST Rebate).
3.3 The second stage was provisional and included the Inspection and Contract
Administration services required during the execution of the work. The Municipality will
therefore not be including this portion of the work in the award.
Municipality of Clarington Page 4
Report FSD-038-25
3.4 The total funding required for this contract award and associated secondary costs, such
as permit application fees and utility relocations, is $340,698.66 (Net HST Rebate). The
project will be funded from the following accounts, of which funding was approved as
part of Resolution #PD-062-25.
Description Account Number Amount
Queen Street Reconstruction 110-50-330-83461-7401 $165,173
Lambert Street Reconstruction 110-50-330-84332-7401 $87,763
St. George Street Reconstruction 110-50-330-83286-7401 $87,763
4. Strategic Plan
This project supports Strategic Plan objectives C.1.4: Proactively address traffic
management, walkability, livability, and connectivity and C2.1: Support efforts to
improve access to medical practitioners and health care services
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 RFP2025-16 be awarded
the contract for the provision of Engineering Services for the Queen Street, Lambert
Street & St. George Street Reconstruction.
Staff Contact: Sandra McKee, Acting Procurement Manager, 905-623-3379 Ext. 2210 or
smckee@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-038-25
Attachment 1 to Report FSD-038-25 – Summary of Proposals Received
Municipality of Clarington
RFP2025-16 – Engineering Services for Queen Street, Lambert Street
& St. George Street Reconstruction
Summary of Proposals Received
Bidder
Ainley Graham & Associates Limited
CIMA Canada Inc.
ConceptDash Inc.
D.G. Biddle and Associates Ltd.
Engage Engineering Ltd.
Jp2g Consultants Inc. (Greer Galloway)
MGM Consulting Inc.
Note: Bidders bolded were shortlisted.