Loading...
HomeMy WebLinkAboutOPD-002-20Clarington Staff 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: June 1, 2020 Report Number: OPD-002-20 Submitted By: Reviewed By: File Number: Stephen Brake, Acting Director of Operations Andrew C. Allison, CAO Report Subject: Winter Control Services Recommendations: 1. That Report OPD-002-20 be received; Resolution#: GG-136-20 By-law Number: 2. That Council support the cancellation of Tender CL2020-13 for Winter Control Services; and 3. That Council approve the issuance of a tender for the replacement of four end of service life combination plow trucks that were previously requested in the 2019 and 2020 Capital Budget submissions. Municipality of Clarington Report OPD-002-20 Report Overview Page 2 Report OPD-001-20 addressed the option of contracting out future snowplow routes. Based on the direction of Council staff prepared the tender and have subsequently received bids for the provision of the service. This report provides the results of Tender CL2020-13 for Winter Control Services. 1 Background 1.1 At the regular meeting of January 20, 2020, Council approved Resolution C-022-20 that directed staff to issue a tender for the contracting out of two snow plow routes to commence on November 1, 2020. 1.2 The Resolution also directed staff to add additional routes to the snow plowing contract each year as existing combination trucks reached the end of their service life and are scheduled for replacement. 1.3 Given that two replacement combination snow plow trucks were included in the 2020 capital budget submission, the tender was developed with the requirement to provide four combination trucks to plow winter routes. 1.4 Tender specifications for the contracted service were prepared by the Operations Department and provided to the Purchasing Services Division. The scope of work included the plowing of four winter control routes or approximately 100 kilometers of Class 2-5 roadway. The tender also requested bids on a number of other supplementary winter control service items for possible future use but they were not to be included in the final bid summary. 1.5 On April 16, 2020, Request for Tender CL2020-13 was issued by the Purchasing Services Division and advertised electronically on the Municipality's website. Notification of the availability of the document was also placed on the Ontario Public Buyer's Association website. 1.6 Seventeen companies downloaded the tender document. 2 Analysis 2.1 The tender closed on May 6, 2020. 2.2 Five submissions were received in response to the tender call. The bids were reviewed and tabulated by the Purchasing Services Division (see Attachment 1). Four Municipality of Clarington Page 3 Report OPD-002-20 submissions were deemed compliant and one was deemed non -complaint due to the limited experience of the bidder for the completion of similar work in the past. 2.3 The twelve companies that downloaded the tender document but did not submit a bid were contacted by the Purchasing Services Division to find out why they chose not to bid. The responses were as follows: • Two companies were manufacturer/suppliers • Two companies prefer a different pricing structure (by the hour). The tender provided payment by the km. • Two companies cannot handle the tender due to current plans/workload • One company cannot meet delivery/completion deadlines • One company was not interested in the scope of work as it was outside their focus • One company was not interested in the supplementary sidewalk clearing portion of the tender • Three companies have not responded to the request for information 2.4 The results were forwarded by the Purchasing Services Division to the Operations Department for review and consideration. The low, compliant bid is from Todd Brothers Contracting Limited for $3,387,148.61 (Net HST Rebate). 2.5 The tender bid amount provides for the supply of four Combination Units (Sand/Salt/Plow Trucks) and licensed experienced operators to carry out the salting and plowing work required. Costs requested were based on an estimated annual number of 22 winter call - outs per year over a nine-year contract term that would expire on March 31, 2029. 2.6 The annual cost per truck for the contracted service has been calculated to be $94,087.46. It should be noted that this amount is considerably higher than the estimated in-house annual snow plowing cost of $66,894.78 per truck that was previously outlined on Table 1 of Operations Department Report OPD-001-20. 2.7 The resulting cost differential represents an increase of $27,192.68 per truck or $108,770.72 per year for the four initial contracted routes. 2.8 The annual contracted cost of $94,087.46 per truck is also significantly higher than the highest average operating cost per route of $74,285.71 for similar contracted services Municipality of Clarington Page 4 Report OPD-002-20 that were received from Clarington's neighbouring municipalities. Details on this rate were provided on Table 2 in Operations Department Report OPD-001-20. 2.9 After review and analysis of the bid by the Operations Department it is respectfully recommended that the tender call for Winter Control Services be cancelled. While it is not exactly clear why the submitted bids were considerably higher than what was anticipated the reasoning could include Clarington's geographic location, present market conditions or the general timing of the bid process. 3 Concurrence 3.1 This report has been reviewed by the Manager of Purchasing who concurs with the recommendations. 4 Conclusion 4.1 The primary benefit of considering the contracting out of snow plow routes was to achieve savings through the reduction of in-house costs related to the initial purchase of vehicles, the servicing of equipment and the amount of staff overtime incurred. Prior to tendering, it was envisioned that the service delivery model could potentially create good public value through the optimization of the Operations Department fleet. Although the costs are not sustainable at this time, staff will revisit the model again in another two to three years to further refine service levels and as other combination snow plow trucks come due for replacement. 4.2 The creation of other winter control efficiencies within the Operations Department is currently underway. These efforts include a major review change to a hierarchal design of snow plow routes, the introduction of shifts for staff and the implementation of a new protocol to initiate winter control responses. If implemented, these changes can be expected to greatly reduce overtime costs for the upcoming 2020/2021 winter control season. 4.3 Currently staff are investigating a potential partnership with one of the local academic institutions to work with our GIS software and undertake a snowplow route optimization. By adding a digital element to our process, it is anticipated that at least some level of efficiency will be identified. Other jurisdictions have undertaken similar projects which have led to more effective use of staff time and reduced the overall equipment need. Municipality of Clarington Report OPD-002-20 Page 5 4.4 As a means to continue providing a satisfactory level of in-house winter control service, it is respectfully recommended that staff be given the approval to issue a tender for the replacement of four end of service life combination trucks that were previously requested in the 2019 and 2020 capital budgets. Staff Contact: Stephen Brake, Acting Director of Operations, 905-263-2291 extension 2903 or sbrake clarington.net Attachment: Attachment 1 — Summary of Bid Results Interested Parties: There are no interested parties to be notified of Council's decision. Municipality of Clarington Attachment 1 to Report OPD-002-20 Municipality of Clarington Summary of Bid Results Tender CL2020-13 Winter Control Services Bidder One -Year Total Bid (Net HST Rebate) Potential Nine -Year Total Bid (Net HST Rebate) Forest Ridge Landscaping Inc. $330,007.68 $2,970,069.12 Todd Brothers $376,349.85 $3,387,148.61 ROA Inc. $527,644.28 $4,748,798.55 Miller Paving $554,083.20 $4,986,748.80 Fairview Trucking Inc. $558,979.55 $5,030,815.91