Loading...
HomeMy WebLinkAboutCOD-028-18Clarington Corporate Services 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 4, 2018 Report Number: COD -028-18 Resolution: GG -398-18 File Number: By-law Number: Report Subject: Contract Awards During Council Recess Recommendations: 1. That Report COD -028-18 be received for information. Municipality of Clarington Report COD -028-18 Page 2 Report Overview To report to Council on the contracts awarded during Council recess. 1. Background During periods when Council is in recess provision has been made for the approval of contract awards in order to continue with business as usual. During the summer recess of 2018 there were 6 contract awards that would normally necessitate a report to Council. 2. Comments In accordance with Purchasing By- Law 2015-022 S. 73 (2), the following contracts were awarded during the Council Recess. CL2018-25, High Float Resurfacing RFP2018-8, Architectural Services for Clarington Public Library Bowmanville Branch Renovation. E012018-01, Operation of Concessions at Arena Recreation Facilities CL2018-24, 2018 Bridge and Culvert Rehabilitations CL2018-26, 2018 Roadside Protection Improvements CL2018-29, Facility Parking Lots Rehabilitation A copy of the recommending Purchasing Services Reports for the above noted projects are attached as Attachments. 3. Concurrence Not applicable. 4. Conclusion The actions taken by Staff as documented in the attached Report Memos be provided for Councils information. 5. Strategic Plan Application Not applicable. Municipality of Clarington Report COD -028-18 Page 3 Submitted by: Reviewed by: Marie Marano, H.B. Sc., C.M.O Andrew C. Allison, B. Comm, LL.B. Director of Corporate Services CAO Staff Contact: David Ferguson, Purchasing Manager, 2209 or dferguson(a)clarington.net Attachments: Attachment 1 PS -009-18 High Float Resurfacing Attachment 2 PS -010-18- Architectural Services for Clarington Public Library Bowmanville Branch Renovation. Attachment 3 PS -012-18- Operation of Concessions at Arena Recreation Facilities Attachment 4 PS -013-18- Roadside Protection Improvements Attachment 5 PS -014-18- Bridge and Culvert Rehabilitations Attachment 6 P%5-18- Facility Parking Lots Rehabilitation There are no interested parties to be advised of Council's decision. MM/DF Date: July 24, 2018 Report Purchasing Services To: Andrew Allison, Chief Administrative Officer From: David Ferguson, Manager, Purchasing Services Report #: PS -009-18 File Number: CL2018-25 Subject: High Float Resurfacing Summer Recess Procedure (Purchasing By -Law 2015-022 S. 73) Recommendations It is respectfully recommended to the Chief Administrative Officer the following: 1. That Miller Paving Limited with a three (3) year contract, with a total revised bid in r the amount of $6,689,087.01 (Net HST Rebate), be,awarded the contract for the work required for completion of the High Float Resurfacing; and 2. That the funding required to complete the project in the amount of $ 2,359,968.82 (Net HST Rebate, per year) which includes the Construction Cost of $ 2,229,695.67 and other related costs such as design, inspection, contract administration, material testing and contingencies of $ 130,273.15 be drawn from the following accounts: Rural Roads Resurfacing 110-36-330-83680-7401 $ 2,255,321.64 Pavement Rehabilitation 110-32-330-83212-7401 $ 104,647.18 Corporation of The Municipality of Clarington 40 Temperance Street, Bowmanville, Ontario L1C 3A6 T(905)623-3379 Report No: PS -009-118 Page 2 Recommended bv: NJ LTJ- •. ELTINImmur, .- Concurrence: I cc: M. Marano, ®'erector, Corporate Services ate ✓ t6 ®ate ®ate No: PS -009-18 Paoe 3 Tender specifications and location maps for the High Float Resurfacing program were prepared by AECOM on behalf of the Operations Department. 2. Tender CL2018-25 was issued by the Purchasing Services Division and advertised electronically on the Municipality's website. Notification of the availability of the document was also posted on the Ontario Public Buyer's Association website. Subsequently, tenders were received and tabulated as per attachment 1. 3. The tender closed on June 11. 2018. 4. In view of the Summer Council Recess, authorization is requested to award the above contract in accordance with Purchasing By -Law #2015-022 Part 2, Section 73, Council Recess Procedures. Analysis Six (6) companies downloaded the tender document. 6. One (1) submission was received in response to the tender call. The submission was reviewed and tabulated by the Purchasing Services Division (see Attachment 1). The submission was deemed compliant. The results were forwarded to the Operations Department for their review and consideration. After review and analysis of the submission by the Operations Department and the Purchasing Services Division, it was determined that the tendered price received from Miller Paving exceeded the available budget. In an effort to meet the budget restrictions, the Operations Department amended the amount of work locations. This resulted in a decrease in the tender price from $ 2,398,847.04 to a revised price of $ 2,229.695.67 per year. The low bidder Miller concurred with the reduced scope. After a further review it was mutually agreed that the low bidder, Miller Paving Limited be recommended for the award of contract CL2018-25. 8. Miller Paving Limited has successfully completed work for the Municipality in the past. 9. The annual cost is $ 2,229,695.67 Net HST Rebate. The initial contract term is three (3) years and therefore the estimated value of the contract over the three (3) years is $ 6,689,087.01 Net HST Rebate. 10. The Municipality has the option to extend the contract for up to two (2) additional one (1) year terms pending satisfactory pricing and service, at this time however approval for these additional optional years is not being requested. No: PS -009-18 Financial C! 11. The funding required to complete the project in the amount of $ 2,359,968.82 (Net HST Rebate, per year) including Construction costs of $ 2,229,695.67 (Net HST Rebate) other related costs such as design, inspection, contract administration, material testing and contingencies of $ 130,273.15 be drawn from the following accounts: Rural Roads Resurfacing 110-36-330-83680-7401 $ 2,255,321.64 Pavement Rehabilitation 110-32-330-83212-7401 $ 104,647.18 Queries with respect to the requirements, specifications, etc. should be referred to the Director of Operations. Conclusion 12. It is respectfully recommended that Miller Paving Limited being the lowest compliant bid be awarded the contract for work required for the High Float Resurfacing in the amount of $2,229,695.67 (Net HST Rebate, per year) as per the terms, conditions and specifications of Tender CL2018-25. Strategic Plan Application 13. The recommendations contained in this report conform to the Strategic Plan. Attachments: Attachment 1 — Bid Tabulation No: PS -009-18 Attachment #1 III Oil • • 5 Date: August 13, 2018 To: Andrew Allison, Chief Administrative Officer From: David Ferguson, Manager, Purchasing Services Report #: PS -010-18 File Number: RFP2018-8 Subject: Architectural Services for Clarington Public Library Bowmanville Branch Renovation Summer Recess Procedure (Purchasing By -Law 2015-022 S. 73) Recommendations It is respectfully recommended to the Chief Administrative Officer the following: That the proposal received from Shoalts & Zaback Architects Ltd. Limited, being the most responsive bidder meeting all terms, conditions and specifications of RFP2018-8 be awarded the contract for the provision of architectural services for the Clarington Public Library Bowmanville Branch Renovation; and 2. That the funding required in the amount of $66,144.00 (Net HST Rebate) which includes the Architectural fees of $61,056.00 (Net HST Rebate) and disbursements in the amount of $5,088 (Net HST Rebate) be drawn from the Library's Capital Reserve funds: Library Capital Reserve Fund 542-00-000-00000-7400 $66,144.00 Corporation of The Municipality of Clarington 40 Temperance Street, Bowmanville, Ontario L1C 3A6 T(905)623-3379 No: PS -010-18 C David Ferguson; Manager, Purchasing Concurrence: Trevor Pinn, B.Com, CPA, CA Deputy Treasurer Dates X193 ZZ0►9 Date Fre rvath,__ _.. Date Directo of Operations Approved by: And ew Alli n, CAO MM\DF\sm ra/its Date cc: M. Marano, Director, Corporate Services Linda Kent, CEO/Library Director Report No: PS -010-18 Page 3 1. Background 1.1 Request for Proposal RFP2018-8 was issued, on behalf of the Clarington Public Library (Library), seeking a qualified Architectural Firm for the provision of architectural services as required for the Clarington Public Library Bowmanville Branch Renovation. RFP specifications were provided by the Library. 1.2 RFP2018-8 was issued by the Purchasing Services Division and advertised electronically on the Municipality's website. Notification of the availability of the document was also posted on the Ontario Public Buyer's Association website. 1.3 Fifteen Companies downloaded the bid document. 1.4. The request for proposal closed on July 26, 2018. 1.5. In view of the Summer Council Recess, authorization is requested to award the above contract in accordance with Purchasing By -Law #2015-022 Part 2, Section 73, Council Recess Procedures. 2. Analysis 2.1. Three (3) submissions were received by the stipulated closing date and time. See Attachment 1. 2.2. All three (3) submissions complied with the mandatory submission requirements and were distributed to the Evaluation Committee for their review and scoring. 2.3. The Technical Proposals were first 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 Library, Operations Department, and the Purchasing Services Division. 2.4. The evaluation committee then met to review and agreed upon the overall scores for each proposal. Some of the areas on which submissions were evaluated were as follows: • Highlights of services provided within past five (5) years only • Allocated roles and responsibilities of team members; long timeline for scope of project and coverage for entire length is essential • Demonstrated understanding of the Municipality's requirements, the Project and related issues • Demonstrated the ability to carry out all aspects of the project. 2.5. Upon completion of the evaluation, the evaluation committee concluded that one (1) bid met the pre -established threshold of 85% for Phase 1 and moved on to the second Phase of the process. 2.6. It was deemed by the evaluation committee that no presentation would be required to provide further clarification regarding proposals received. No: PS -010-18 0 2.7. The'Pricing Envelope was then opened for Shoalts & Zaback Architects Ltd. 2.8. Staff have reviewed the pricing submitted by Shoalts & Zaback Architects Ltd. and found it to be acceptable. 2.9 Shoalts & Zaback Architects Ltd. has successfully completed work for the Municipality/Library in the past. 2.10 Report A23-18 was presented to the Clarington Public Library Board to seek approval to hire Shoalts & Zaback Architects Ltd. for the provision of architectural services related to the renovation and refurbishment of the Bowmanville Library. The Board approved the report (Attachment 2) on August 8, 2018. 3. Financial 3.1 That the funding required in the amount of $66,144.00 (Net HST Rebate) which includes the Architectural fees of $61,056.00 (Net HST Rebate) and disbursements in the amount of $5,088 (Net HST Rebate) be drawn from the Library's Capital Reserve funds. Library Capital Reserve Fund 542-00-000-00000-7400 $66,144.00 3.2 Queries with respect to the department needs, specifications, etc. should be referred to the Director of Clarington Public Library. However, as this is a cross departmental project, staff from the Clarington Public Library and the Operations Department work together to facilitate the completion. 4. Conclusion 4.1 It is respectfully recommended that Shoalts & Zaback Architects Ltd. Limited being the lowest compliant bid be awarded the contract for work required for the Architectural Services for Clarington Public Library Bowmanville Branch Renovation in the amount of $66,144.00 (Net HST Rebate) as per the terms, conditions and specifications of RFP2018-8. Strategic Plan Application The recommendations contained in this report conform to the Strategic Plan. Attachments: Attachment 1 — Bid Tabulation Attachment 2 — Report A23-18 No: PS -0)(X-18 Attachment #1 Municipality of Clarington Summary of Bid Results BIDDER Shoalts & Zaback Architects Ltd. Limited' Label & Bouliane Nick Swerdfeger Architects 'Denotes firms who were shortlisted. 5 0 6 Attach.2 Clarington Public Library IOA�I Administrative Report Date of Meeting: August 8, 2018 Report Number: A23-18 Report Subject: Bowmanville Library Renovation and Refurbishment Recommendations: 1. THAT the Clarington Public Library Board receive Administrative Report No. A23-18: Bowmanville Library Renovation and Refurbishment. 2. THAT the Clarington Public Library Board approve the hiring of Shoalts and Zaback Architects Ltd. for architectural services related to the renovation and refurbishment of the Bowmanville Library, with architectural and project management fees not to exceed $73,450. 3. THAT funds required for this project be drawn from the Library's Capital Reserve Funds. Report Overview: The purpose of this report is to obtain the Library Board's approval to award RFP 2018-8 to Shoalts and Zaback Architects Ltd. 1. Background The Library Service Review, which included a review of the four branch facilities included: Recommendation #23 — Undertake interior reconfigurationand refresh of Bowmanville Branch. The Library's 2017 Capital Plan and Budget request to Municipal Council included a request for $130,000 in funding in order to develop a plan for refurbishment. The request was approved by Council as part of the Municipality's 2017 budget on February 6, 2017. The project kick-off date was delayed as a result of maternity leaves at the senior management level. With the anticipated return of the two senior managers, the Bowmanville Branch project plan and design phase was incorporated into the Library CEO's 2018 Work plan. The Bowmanville Branch refresh project has been divided into two phases: Phase 1 - the design & costing process in 2018. The design process will include public. consultation and stakeholder input. Considering this input, a new functional layout of the Clarington Public Library Report A23-18 Page 2 Bowmanville branch will be developed which will include furniture enhancements and refurbishments. Once the optimal design has been determined, the architects will provide a detailed (Class C) cost assessment so that the Library's 2019 budget request can incorporate the capital and operating costs of completing the renovation and refurbishment in Phase 2. Phase 2 — the construction and refurbishment in 2019. The costs of Phase 2 will be incorporated into the Library's 2019 Budget request and work will take place only when sufficient funding has been secured in order to cover the costs identified during Phase 1. 2. Analysis In order to prepare an RFP for architectural services and evaluate submissions, a Selection Committee was established and composed of Library CEO Linda Kent, Deputy Director Sarah Vaisler, Operations Supervisor of Buildings & Property Rob Groen, and Assistant Purchasing Manager Sandra McKee. Request for Proposal RFP 2018-8 was issued by the Municipality of Clarington on July 3, 2018 with a closing date of July 25, 2018. A total of three submissions were received and reviewed. Only one submission, Shoalts and Zaback Architects Ltd., met the minimum evaluation threshold. Their bid submission was a total cost of $73,450, inclusive of HST. The Selection Committee recommends that Shoalts and Zaback Architects Ltd. be awarded the contract for the provision of Architectural Services for Clarington Public Library Bowmanville Branch Renovation in accordance with the terms and conditions set out in RFP 2018-8. 3. Financial The design phase (Phase 1) of the project was included in the Library's 2017 Capital Plan and Budget request to Municipal Council at a cost of $130,000. The request was approved by Council, as part of the Municipality's 2017 budget, on February 6, 2017. The Library Capital Reserve Fund, held and invested by the Municipality on the Library's behalf, was estimated at $1,273,593 during the 2018 budget process. The Library's 2019 Operating and Capital Budget request to Municipal Council will include a request to access sufficient funds from this account in order to complete the construction and refurbishment project (Phase 2) in 2019. 4. Concurrence All of the members of the RFP Selection Committee agree with the recommended contract award. Clarington Public Library Report A23-18 Page 2 Conclusion It is respectfully recommended that the Library Board approve the award of RFP 2018-8 to Shoalts and Zaback Architects Ltd. Report Submitted by: Linda Kent, CEO/Library Director Sarah Vaisler, Deputy Director Megan Elliott, Manager of Business Administration August 8, 2018 Date: August 16, 2018 To: Andrew Allison, Chief Administrative Officer From: David Ferguson, Manager, Purchasing Services Report #: PS -012-18 File Number: EO12018-1 Subject: Operation of Concessions at Arena Recreation Facilities Summer Recess Procedure (Purchasing By -Law 2015-022 S. 73) Recommendations It is respectfully recommended to the Chief Administrative Officer the following: 1. That the proposal from the Participation House be accepted for the operation of the three arena facilities concessions for a one (1) year term with the option to renew for an additional one (1) year term pending satisfactory terms if mutually agreed by both parties; and 2. That the Mayor and Clerk, be authorized to execute the necessary lease agreement in a form acceptable to the Municipal Solicitor. Corporation of The Municipality of Clarington 40 Temperance Street, Bowmanville, Ontario L1C 3A6 T(905)623-3379 rt No: PS -012-18 Recommended bv: I., A-A�t t"LX4�=- David Ferguson, Manager, Purchasing Slices Concurrence: Trevor Pinn, B.Com, CPA, CA Deputy Treasurer Joseph Caruana Director of Community Services Approved by: ✓v Andrew Alli on, CAO MM\DF\sm —� Date cc: M. Marano, Director, Corporate Services G /d/J'/l Date 16 Ar Date Date 2 Report No: PS -012-18 Page 3 1. Background 1.1 At the April 9, 2018 Council meeting, Resolution # GG -171-18 was approved authorizing staff to issue a Request for Proposal for the operation of the concessions at the Garnet B. Recreation Complex, the South Courtice Arena and Darlington Sports Centre. Prior to issuing 'an RFP an Expression of Interest (EOI) was released. The intent of the EOI was to determine if there were local organizations interested in assuming the operation of the concessions. 1.2 The scope of the EOI was provided by the Community Services Department to the Purchasing Services Division. 1.3 EO12018-1 was prepared and issued by the Purchasing Services Division. This document was advertised electronically on the Municipality's website. A notification of the availability of the document was also posted on the Ontario Public Buyer's Association website. In addition, the Community Services Department sent emails to community groups advising them of the EOI. 1.4 Three (3) companies downloaded the bid document. 1.5 All interested parties were to have their proposal submitted no later than June 14, 2018. 1.6 In view of the Summer Council Recess, authorization is requested to award the above contract in accordance with Purchasing By -Law #2015-022 Part 2, Section 73, Council Recess Procedures. 2. Analysis 2.1. Two (2) submissions were received by the stipulated closing date and time. See Attachment 1. 2.2. One submission was received from a private company while the other was from The Participation House (PH), a non-profit organization located within Durham Region with residential housing services being operated in Clarington. PH provides assistance to youth and adults with physical and developmental disabilities. 2.3. A selection committee comprised of staff from the Community Services Department and the Purchasing Services Division met and reviewed the proposal from PH. As a result of the limited interest from community groups it was agreed that the selection committee would approach PH to clarify questions and to ascertain the level of commitment and interest they had in this project. PH was invited to meet with the selection committee and answer questions relating to their proposal. 2.4. During the meeting PH advised staff that they see this as an opportunity to develop a fully inclusive employment opportunity for approximately 25-30 people, primarily hiring first time job seekers who have developmental disabilities. This Report No: PS -012-18 Page 4 will provide many residents of Clarington an exciting employment opportunity. The concession stand attendants will provide a service to our facility visitors while developing skills to enhance their professional portfolio which can only be considered as a good news story. 2.5. PH is willing to enter into a one year lease agreement commencing September 1, 2018 with the option to renew for an additional year with the understanding that the agreement includes the use of the concession stand storage areas and the equipment with the concession stand area. The normal wear and tear of the equipment will be the responsibility of the Municipality. 2.6. PH has proposed an annual rent of $5,895, which is below market value. As a not-for-profit organization PH is expecting that the operation of the concessions will be able to cover all costs and run as a break even operation. 2.7. In light of the limited interest from community groups, the discussions along with the proposal submitted by PH, it was agreed that there was no need to issue an RFP but instead to use this opportunity to enter into an arrangement to have PH operate the concession stands at the Municipality's recreational facilities. 3. Financial 3.1 The proposed lease rate is as follows: A one year lease agreement, commencing September 1, 2018 which is inclusive of repairs and maintenance lease agreement that will start at $5/square foot. At this rate the annualized rent would total $5,895. Lease fees to be reassessed at six months and increased if feasible. 3.2 The agreement would allow PH to use the concession stand, storage areas and all the equipment currently contained within the concession areas of South Courtice Arena, Garnet B. Rickard Recreation Complex and Darlington Sports Centre. 3.3 Option to renew the agreement for an additional year if mutually agreed by both parties. 3.4 Queries with respect to the department needs, specifications, etc. should be referred to the Director of Community Services. 4. Conclusion 4.1 It is respectfully recommended that Participation House be given the opportunity to operate the concession stands within the Municipality's arena recreation facilities. In addition to offering concession services for the facilities this will provide important employment opportunities in our community. Report No: PS -012-18 5. Strategic Placa Application 5 The recommendations contained in this report conform to the Strategic Plan. Attachments: Attachment 1 — Bid Tabulation Report No: PS -012-18 Page 6 Attachment #1 BIDDER Participation House CGC Concessions Group Canada Date: August 24, 2018 To: Andrew Allison, Chief Administrative Officer From: David Ferguson, Manager, Purchasing Services Report #: PS -013-18 IFile Number: CL2018-26 Subject: 2018 Roadside Protection Improvements Summer Recess Procedure (Purchasing By -Law 2015-022 S. 73 Recommendations It is respectfully recommended to the Chief Administrative Officer the following: 1. That 1490668 Ontario Inc. o/a Tower Construction being the lowest bidder meeting all terms, conditions and specifications of CL2018-26 be awarded the completion of the 2018 Roadside Protection Improvements; and 2. That the funding required in the amount of $318,000.00 (Net HST Rebate) which includes the construction costs of $288,642.24, (Net HST Rebate) and contingency of $29,357.76 (Net HST Rebatej be funded as follows: Roadside Protection Program 110-32-330-83338-7401 $318,000.00 (2015-2018) Corporation of The Municipality of Clarington 40 Temperance Street, Bowmanville, Ontario L1C 3A6, T(905) 623-3379 No: PS -013-18 Recommended bv: OJDavid Ferguson, Date Manager, Purchasing Services Concurrence: Trevor Pinn, B.Com, CPA, CA Date Deputy Treasurer Tony Canella, Director of Engineering Services vo k 2018 Date Approved bv: Lti s t D -7 - T-ndrOv Allison, Date CAO MM\DF\sm cc: M. Marano, Director, Corporate Services 2 No: PS -013-18 3 1.1 Tender specifications were prepared by the Engineering Services Department and provided to the Purchasing Services Division. The work involves the replacement of guide rail and roadside safety improvements at various locations. 1.2 Tender CL2018-26 was issued by the Purchasing Services Division and advertised electronically on the Municipality's website. A notification of the availability of the document was also posted on the Ontario Public Buyer's Association website. 1.3 Twelve (12) Companies downloaded the bid document. 1.4. The tender closed on August 8, 2018. 1.5. In view of the Summer Council Recess, authorization is requested to award the above contract in accordance with Purchasing By -Law #2015-022 Part 2, Section 73, Council Recess Procedures. 2. Analysis 2.1. Three (3) submissions were received by the stipulated closing date and time. See Attachment 1. 2.2. The three submissions were deemed compliant and forwarded to the Engineering Services Department for their review. 2.3. Staff have reviewed the submissions received and have found that the lowest priced submission received from 1490668 Ontario Inc. o/a Tower Construction to be acceptable. 2.4. 1490668 Ontario Inc. o/a Tower Construction has successfully completed work' for the Municipality in the past. 3. Financial 3.1 That the funding required in the amount of $318,000.00 (Net HST Rebate) which includes the construction costs of $288,642.24, (Net HST Rebate) and contingency of $29,357.76 (Net HST Rebate) be funded as follows: Roadside Protection Program 110-32-330-83338-7401 $318,000.00 (2015-2018) 3.2 Queries with respect to the department needs, specifications, etc. should be referred to the Director of Engineering Services. rt No: PS -013-18 0 4.1 It.is respectfully recommended that 1490668 Ontario Inc. o/a Tower Construction be awarded the contract for work required for the completion of the 2018 Roadside Protection Improvements in the amount of $288,642.24 (Net HST Rebate) as per the terms, conditions and specifications of CL2018-26. The recommendations contained in this report conform to the Strategic Plan. Attachments: Attachment 1 — Bid Tabulation Report No: PS -013-18 Attachment #1 5 BIDDER Bid (Including HST) Total: Bid (Net HST Rebate) 1490668 Ontario Inc. o/a Tower Construction $320,524.50 $288,642.24 Coco Paving Inc. $442,612.80 $398,586.53 Dig -Con International Ltd. $653,309.50 $588,325.44 Date: August 24, 2018 To: Andrew Allison, Chief Administrative Officer From: David Ferguson, Manager, Purchasing Services Report#: PS -014-18 File Number: CL2018-24 Subject: 2018 Bridge and Culvert Rehabilitations Summer Recess Procedure (Purchasing By -Law 2015-022 S. 73 Recommendations It is respectfully recommended to the Chief Administrative Officer the following: 1. That Coco Paving Inc. being the lowest bidder meeting all terms, conditions and specifications of CL2018-24 be awarded the completion of the 2018 Bridge and Culvert Rehabilitations; and 2. That the funding required in the amount of $1,512,000.00 (Net HST Rebate) which includes the revised construction costs of $1,177,708.47 (Net HST Rebate) and other related costs such as design, inspection, contract administration, materials testing and contingencies of $334,291.53 (Net HST Rebate) be funded as follows: Structures Rehabilitation Program 110-32-330-83275-7401 Operations Bridge Maintenance 100-36-380-10200-7112 $1,497,000.00 $15,000.00 Corporation of The Municipality of Clarington 40 Temperance Street, Bowmanville, Ontario L1 C 3A6 T(905)623-3379 Report No: PS -014-18 Recommended bv: rDavid Ferguson, Date Manager, Purchasing Services Concurrence: Trevor Pinn, B.Com, CPA, CA Deputy Treasurer Tony Canella, Director of Engineering Fred Hoat , Director IOperations Approved by: 14�� A dre Allison, CAO MM\DF\sm cc: M. Marano, Director, Corporate Services Date 29, 2o18' Date a asp l i �l Date Date PA Report No: PS -014-18 3 1.1 Tender specifications were prepared by the Engineering Services Department and GHD and provided to the Purchasing Services Division. The work involves rehabilitation of bridges and culverts at various locations. 1.2 Tender CL2018-24 was issued by the Purchasing Services Division and advertised electronically on the Municipality's website. A notification of the availability of the document was also posted on the Ontario Public Buyer's Association website. 1.3 Twenty-two (22) Companies downloaded the bid document. 1.4. The tender closed on August 2, 2018. 1.5. In view of the Summer Council Recess, authorization is requested to award the above contract in accordance with Purchasing By -Law #2015-022 Part 2, Section 73, Council Recess Procedures. �; 2.1. One (1) submission was received by the stipulated closing date and time. See Attachment 1. 2.2. The submission was deemed compliant and forwarded to the Engineering Services Department for their review. 2.3. Upon reviewing the submission Engineering recommended removing two sites from the contract. The sites removed were George Reynolds Drive and Nash Road due to the higher than anticipated costs to complete these two areas. 2.4. Staff have reviewed the submission received and have found that the submission received from Coco Paving Inc. to be acceptable. 2.5. Coco -Paving Inc. has successfully completed work for the Municipality in the past. 3. Financial 3.1 That the funding required in the amount of $1,512,000.00 (Net HST Rebate) which includes the revised construction costs of $1,177,708.47 (Net HST Rebate) and other related costs such as design, inspection, contract administration, materials testing and contingencies of $334,291.53 (Net HST Rebate) be funded as follows: Structures Rehabilitation Program 110-32-330-83275-7401 $1,497,000.00 Operations Bridge Maintenance 100-36-380-10200-7112 $15,000.00 Report No: PS -014-18 _M 3.2 Queries with respect to the department needs, specifications, etc. should be referred to the Director of Engineering Services. 4. Conclusion 4.1 It is respectfully recommended that Coco Paving Inc. being the only compliant bid be awarded the contract for work required for the completion of 2018 Bridge and Culvert Rehabilitations in the amount of $1,177,708.47 (Net HST Rebate) as per the terms, conditions and specifications of CL2018-24. The recommendations contained in this report conform to the Strategic Plan, Attachments: Attachment 1 — Bid Tabulation Report No: PS -014-18 Page 5 Attachment #1 BIDDER Bid`: Total Bid (Including HST) (Net HST Rebate) Coco Paving Inc. $1,461,093.96 $1,315,760.37 Date: August 27, 2018 To: Andrew Allison, Chief Administrative Officer From: David Ferguson, Manager, Purchasing Services Report #: PS -015-18 File Number: CL2018-29 Subject: Facility Parking Lots Rehabilitations Summer Recess Procedure (Purchasing By -Law 2015-022 S. 73) Recommendations It is respectfully recommended to the Chief Administrative Officer the following: 1. That Coco Paving Inc. being the lowest bidder meeting all terms, conditions and specifications of CL2018-29 be awarded the completion of the Facility Parking Lots Rehabilitation; and 2. That the funding required in the amount of $431,829.66 (Net HST Rebate) which includes the construction costs of $382,768.34 (Net HST Rebate) and other related costs such as design, inspection, contract administration, materials testing and contingencies of $49,061.32 (Net HST Rebate) be funded as follows: Parking Lot Resurfacing 110-32-327-83614-7401 $340,000.00 Operations Retaining Wall 110-36-330-83438-7401 $50,000.00 Pavement Rehabilitation Program 110-32-330-83212-7401 $41,829.66 Corporation of The Municipality of Clarington 40 Temperance Street, Bowmanville, Ontario L1C 3A6 T(905)623-3379 Report No: PS -015-18 Page 2 Recommended by: t David Ferguson, Manager, Purchasing ervices Concurrence: Trevor Pinn, B.Com, CPA, CA Deputy Treasurer AGF' i— Tony Canella, Director of. Engipeerinq Director of 0p Approved b. z4i V Andrew Allison, CAO MM\DF\ta cc: M. Marano, Director, Corporate Services lrGc er L ZO/,r Date P 7- � 8 Date 27 2,9 J Date Date Date Report No: PS -015-18 Page 3 1.1 Tender specifications were prepared by the Engineering Services Department and provided to the Purchasing Services Division. The work involves rehabilitation of four facility parking lots and a retaining wall at various locations. 1.2 Tender CL2018-29 was issued by the Purchasing Services Division and advertised electronically on the Municipality's website. A notification of the availability of the document was also posted on the Ontario Public Buyer's Association website. 1.3 Nineteen (19) Companies downloaded the bid document. 1.4. The tender closed on August 14, 2018. 1.5. In view of the Summer Council Recess, authorization is requested to award the above contract in accordance with Purchasing By -Law #2015-022 Part 2, Section 73. Council Recess Procedures. 2. Analysis 2.1. Seven (7) submissions were received by the stipulated closing date and time. See Attachment 1. 2.2. All submissions were deemed compliant and the lowest compliant bid was forwarded to the Engineering Services Department for their review. 2.3. Staff having reviewed the submissions received and have found that the submission received from Coco Paving Inc. to be acceptable. 2.4. Coco -Paving Inc. has successfully completed work for the Municipality in the past. 3. Financial 3.1 That the funding required in the amount of $431,829.66 (Net HST Rebate) which includes the construction costs of $382,768.34 (Net HST Rebate) and other related costs such as design, inspection, contract administration, materials testing and contingencies of $49,061.32 (Net HST Rebate) be funded as follows: Parking Lot Resurfacing 110-32-327-83614-7401 $340,000.00 Operations Retaining Wall 110-36-330-83438-7401 $50,000.00 Pavement Rehabilitation Program 110-32-330-83212-7401 $41,829.66 3.2 Engineering have finalized all costs for the 2017 DCS Parking Lot Account # 110- 32-327-84267-7401 and are under budget. Engineering requests that $38,000.00 of the unexpended funds from this account be transferred to the 2018 Parking Lot Rehabilitation Account #110-32-327-83614-7401. Report No: PS -015-18 Page 4 3.3 Queries with respect to the department needs, specifications, etc. should be referred to the Director of Engineering Services. 4. Conclusion 4.1 It is respectfully recommended that Coco Paving Inc. being the lowest compliant bid be awarded the contract for work required for the completion of Facility Parking Lots Rehabilitation in the amount of $382,768.34 (Net HST Rebate) as per the terms, conditions and specifications of CL2018-29. The recommendations contained in this report conform to the Strategic Plan. Attachments: Attachment 1 — Bid Tabulation No: PS -015-18 Attachment #1 I BIDDER Ll Bid (including HST) Total Bid (Net HST Rebate) Coco Paving Inc. $425,047.34 $382,768.34 Onsite Contracting Inc. $432,876.39 $389,818.60 Trison Contracting Inc. $466,827.24 $420,392.39 Epic Paving & Contracting Ltd $476,663.72 $429,250.44 Melrose Paving Co. Ltd $507-210.67 $456,758.92 Royalcrest Paving Ltd $589,003.01 $530,415.45 Brennan Paving & Construction $742,770.55 $668,887.89