Loading...
HomeMy WebLinkAboutFND-032-20Clarington 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: September 28, 2020 Report Number: FND-032-20 Submitted By: Trevor Pinn, Director of Finance/Treasurer Reviewed By: Andrew C. Allison, CAO By-law Number: File Number: Resolution#: GG-320-20, C-400-20 Report Subject: Award of Contracts During Council Recess Recommendation: 1. That Report FND-032-20 be received for information. Municipality of Clarington Report FND-032-20 Report Overview To report to Council on the contracts awarded during Council Recess 1. Background Page 2 1.1 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 2020 there were 10 contract awards that would normally necessitate a report to Council. 2. Comments 2.1 In accordance with Purchasing By -Law 2015-022 S. 73 (2), the following contracts were awarded during the Council Recess: PS Report# Contract# Description PS-014-20 CL2020-19 Electrical Services PS-015-20 RFP2020-3 Engineering Services for Bridge and Culvert Replacement PS-016-20 CL2020-18 Intersection Accessibility Improvements PS-017-20 CL2020-15 Bowmanville Ave Bridge Rehabilitation PS-019-20 RFP2020-5 Bridge and Culvert Inspection Program PS-020-20 CL2020-20 Toyota Trail PS-021-20 CL2020-25 2020 Roadside Protection -Various Locations PS-022-20 CL2015-30 Sidewalk Snow Clearing Contract Extension PS-023-20 CL2020-27 Pavement Rehabilitation PS-024-20 CL2020-26 Supply and Delivery of Winter Sand 2.2 A copy of the recommending Purchasing Services Reports for the above noted projects are attached as Attachments. Municipality of Clarington Page 3 Report FND-032-20 3. Concurrence Not Applicable. 4. Conclusion The action taken by Staff as documented in the attached Report Memos be provided for Council's information. Staff Contact: David Ferguson, Purchasing Manager, 905-623-3379 Ext. 2209 or dferguson@clarington.net. Attachments: Attachment 1 - PS-014-20 Electrical Services Attachment 2 - PS-015-20 Engineering Services for Bridge and Culvert Replacement Attachment 3 - PS-016-20 Intersection Accessibility Improvements Attachment 4 - PS-017-20 Bowmanville Ave Bridge Rehabilitation Attachment 5 - PS-019-20 Bridge and Culvert Inspection Program Attachment 6 - PS-020-20 Toyota Trail Attachment 7 - PS-021-20 2020 Roadside Protection -Various Locations Attachment 8 - PS-022-20 Sidewalk Snow Clearing Contract Extension Attachment 10 - PS-024-20 Supply and Delivery of Winter Sand Interested Parties: There are no interested parties to be notified of Council's decision. Clarington Report Purchasing Services 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: Purchasing Services-014-20 Report Date: July 23, 2020 Submitted By: David Ferguson, Purchasing Manager Reviewed By: Andrew C. Allison, CAO File Number: CL2020-19 Report Subject: Electrical Services Summer Recess Procedure (Purchasina By -Law 2015-022 S.73 Recommendations: It is respectfully recommended to the Chief Administrative Officer the following: 1. That George Moore Electric Ltd. with a total bid amount, for the initial two year term, of $99,238.38 (Net HST Rebate), and an estimated five year contract value of $248,100 (Net HST Rebate), being the lowest compliant bidder meeting all terms, conditions and specifications of Tender CL2020-19 be awarded the contract for the provision of electrical services as required by the Municipality; 2. That the funds expended for these services, be funded from respective facilities approved operating budget as required; and 3. That pending satisfactory service and pricing that the Purchasing Manager in consultation with the Director of Public Works, the Director of Community Services and the Director of Emergency and Fire Services be authorized to extend the contract for up to three additional one-year terms. Municipality of Clarington Page 2 Report Purchasing Services-014-20 1. Background 1.1 Tender specifications for the provision of electrical services for the various municipally owned and operated facilities were drafted and reviewed by the various departments. 1.2 Tender CL2020-19 was prepared and issued by the Purchasing Services Division. The tender was posted electronically on the Municipality's website. Notification of the availability of the document was also posted on the Ontario Public Buyers Association's website. 1.3 The tender closed on July 10, 2020. 1.4 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. 2. Analysis 2.1 Twelve companies downloaded the tender document. Four submissions were received by the stipulated closing time. 2.2 The Municipality reached out to the eight companies who chose not to submit pricing to ask why they chose not to bid. Their responses are as follows: • One company was an association for distributing the tender document to its members; • One company advised that they could not handle due to present workload; • One company advised that they were unable to quote competitively; and • Five companies contacted did not respond to the Municipality's request for information. 2.3 The four bids received were reviewed and tabulated by the Purchasing Services Division (see Attachment 1). All submissions were deemed compliant. 2.4 The bid results were forwarded to the Public Works Department, Community Services Department and Emergency and Fire Services Department for their review and consideration. 2.5 After review, analysis and discussions the departments mutually agreed that the low bidder, George Moore Electric Ltd., be recommended for the award of tender CL2020- 19. Municipality of Clarington Page 3 Report Purchasing Services-014-20 2.6 George Moore Electric Ltd. has successfully provided similar services to the Municipality of Clarington in the past therefore no reference checks were completed. 3. Financial 3.1 The estimated annual cost is $49,619 (Net HST Rebate). This estimate was determined by using the past number of hours an electrician was required by the Municipality. The actual cost will vary depending on the types of calls and services which are required throughout the year. The initial contract term is for two years. The value of the contract for the two-year period is estimated to be $99,238 (net HST Rebate). 3.2 Pricing received is firm for the initial contract term of two years. 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. The potential five-year contract value is estimated to be $248,100 (Net HST Rebate). 3.4 The expended funds will be drawn from respective facilities approved operating budget. 3.5 Queries with respect to the department needs should be referred to the respective Department Head. 4. Concurrence This report has been reviewed by the Director of Public Works, the Director of Community Services and the Director of Emergency and Fire Services who concur with the recommendations contained with this report 5. Conclusion It is respectfully recommended that George Moore Electric Ltd. with a total bid amount, for the initial two year term, of $99,238.38 (Net HST Rebate), being the lowest compliant bid, be awarded the tender for the provision of Electrical Services as per the terms, conditions and specifications of Tender CL2020-19. Staff Contact: David Ferguson, Purchasing Manager, 905-623-3379 ext. 2209 or dferguson@clarington.net. Municipality of Clarington Report Purchasing Services-014-20 Attachments: Attachment 1 Page 4 Municipality of Clarington CL2020-19 Electrical Services Bid Summary Annual Cost BIDDER Total Bid (including HST) TOTAL BID (Net HST Rebate George Moore Electric Ltd. $55,099.93 $49,619.19 MDK Electric Ltd. $68,027.70 $61,261.05 EAMA Inc. $73,331.35* $66,037.15 Brooklin Electric Ltd. $84,083.30* $75,719.62 Note: `*" Denotes an addition error within the bid submission received. Costs for Initial 2-year contract term. BIDDER Total Bid 2-year Term (including HST) TOTAL BID 2-year Term (Net HST Rebate) George Moore Electric Ltd. $110,199.86 $99,238.38 MDK Electric Ltd. $136,035.40 $122,522.10 EAMA Inc. $146,662.70 $132,074.30 Brooklin Electric Ltd. $168,166.60 $151,439.24 Clarftwn Report Purchasing Services 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: Purchasing Services-015-20 Report Date: August 14, 2020 Submitted By: David Ferguson, Purchasing Manager Reviewed By: Andrew C. Allison, CAO File Number: RFP2020-3 Report Subject: Engineering Services for Bridge and Culvert Replacement Summer Recess Procedure (Purchasina By -Law 2015-022 S.73 Recommendations: It is respectfully recommended to the Chief Administrative Officer the following: 1. That the proposal received from CIMA+ having the lowest price meeting all terms, conditions and specifications of RFP2020-3 be awarded the contract for the provision of engineering services required for the bridge and culvert replacement; 2. That the funds required for this project in the amount of $303,509 (net HST rebate) is in the approved budget allocation as provided, be funded from the following account: Description Account Number Amount Structures Rehabilitation 110-32-330-83275-7401 $303,509 Municipality of Clarington Report Purchasinq Services-015-20 1. Background Page 2 1.1 The Municipality requires the assistance of a qualified engineering consulting firm to provide the required skills and resources necessary to provide engineering services for the replacement of one bridge and five culverts and for roadside protection of two bridges within the Municipality. 1.2 A Request for Proposal (RFP) was drafted to allow for the Municipality to select a qualified Consultant with the skills, resources and experience necessary to provide engineering services as per the specifications provided by the Engineering Services Department. 1.3 RFP2020-3 was issued by the Purchasing Services Division and advertised electronically on the Municipality of Clarington's (the Municipality) website. Notification of the availability of the document was also posted on the Ontario Public Buyer's Association website. The RFP was structured on the price — based two envelope RFP system. Seventeen companies downloaded the document. 1.4 The RFP closed on June 11, 2020. 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 The RFP stipulated among other things, that bidders were to provide a description of Firm/Consulting team, key qualifications, firm profile, highlight of past service and experience of team members with projects of similar size, nature and complexity and a demonstrated understanding of the Municipality's requirements. 2.2 Five submissions were received (refer to Attachment 1) by the closing date and time. All submissions met the mandatory requirements and moved forward to the first phase of evaluation. 2.3 The Municipality reached out to the twelve firms, who had downloaded the RFP but chose not to bid, to inquire as to why they chose not to bid. The responses received to the Municipality's inquiry are as follows: • One company was an association for distributing the tender document to its members; Municipality of Clarington Report Purchasing Services-015-20 Page 3 • Two companies advised that they were not able to take on additional work given their current workload; • One company felt that they could not bid competitively so chose to bid at this time; • Two companies downloaded as sub -consultants for the project; and • Six companies did not respond to the Municipalities request for information. 2.4 Each submission consisted of a comprehensive proposal identifying • Qualifications and experience; • Experience of the proponent/sub-consultants with projects of similar nature, size and complexity; • The proposed team who would be working with the Municipality; • The Proponent's understanding and approach to complete the project; • Key project challenges and demonstrating that the Proponent has adequate resources and an appropriate strategy for addressing the challenges. • An appropriate stakeholder and public consultation approach; • The proposed tasks and timelines; and • Identification of accessibility design, features and criteria. 2.5 The submissions were reviewed and scored in accordance with the established criteria outlined in the RFP by an evaluation team consisting of staff from the Engineering Services Department and the Purchasing Services Division. Some of the areas on which submissions were evaluated were as follows: • Allocated roles and responsibilities of the proposed team members; • Proposed approach to completing the project; • Proposed timelines to complete the tasks required; • Highlights of services provided within the past five years only; and • The Proponent's understanding of the Municipality's requirements, the project and any related issues or concerns. 2.6 Upon completion of the evaluation, the evaluation committee concluded that the following two proponents met the pre -established threshold of 85% for Phase 1 and moved on to the second phase information: • CIMA+ • GHD Municipality of Clarington Page 4 Report Purchasing Services-015-20 2.7 It was deemed by the evaluation committee that presentations from the proponents who made it to phase 2 were not required and their pricing envelopes were opened and evaluated. The submission from CIMA had the lowest price. 3. Financial 3.1 The funds required for this project in the amount of $303,509 (net HST rebate) which includes detailed design and tendering ($207,855 net HST rebate) and Inspection and Contract Administration ($95,654 net HST rebate) is in the approved budget allocation as provided, be funded from the following account: Description Account Number Amount Structures Rehabilitation 110-32-330-83275-7401 $303,509 4. Concurrence This report has been reviewed by the Director of Public Works who concurs with the recommendations. 5. Conclusion It is respectfully recommended that CIMA+ having the lowest price and meeting all terms, conditions and specifications of RFP2020-3 be awarded the contract for the provision of Engineering Services as required for bridge and culvert replacement. Staff Contact: David Ferguson, Purchasing Manager, 905-623-3379 ext. 2209 or dferguson@clarington.net. Attachments: Attachment 1 — Summary of Proposals Received Municipality of Clarington Report Purchasing Services-015-20 Summary of Proposals Received Municipality of Clarington RFP2020-3 Engineering Services for Bridge and Culvert Replacement Bidder CIMA+ Canada Inc.* D.M. Wills Associates Ltd. GHD * Greer Galloway Jewell Engineering Note: Bidders with an asterisk (*) are the companies who were shortlisted. Page 5 Attachment 3 to Report FND-032-20 Report Purchasing Services 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: Purchasing Services-016-20 Report Date: August 11, 2020 Submitted By: David Ferguson, Purchasing Manager Reviewed By: Andrew C. Allison, CAO File Number: CL2020-18 Report Subject: Intersection Accessibility Improvements Summer Recess Procedure (Purchasing By -Law 2015-022 S.73) Recommendations: It is respectfully recommended to the Chief Administrative Officer the following: That Ashland Construction Group Ltd. with a total bid amount of $220,481.14 (Net HST Rebate) being the lowest compliant bidder meeting all terms, conditions and specifications of Tender CL2020-18 be awarded the contract for the intersection accessibility improvements. 2. That total funds required for this project in the amount of $294,800 (Net HST Rebate), which includes the construction cost of $220,481.14 (Net HST Rebate) and other costs including material testing, above ground traffic signal works (to be completed by the Region of Durham) and contingencies in the amount of $74,318.86 (Net HST Rebate) are included in the approved budgets and will be funded from the following accounts: Description Account Number Amount King St at Scugog St. Intersection Improvements (2017/2018 Budget) 110-32-335-83240-7401 $71,500 Accessible Signal Upgrade (2018) 110-32-332-83206-7401 94,500 Accessible Signal Upgrade (Clarington Blvd at Stevens Rd) (2019 Budget) 110-32-332-83265-7401 55,100 Pavement Rehab (2020 Budget) 110-32-330-83212-7401 73,700 Municipality of Clarington Report Purchasing Services-016-20 1. Background Page 2 1.1 Tender specifications for the accessibility improvements, sidewalk removal and replacement, drainage improvements, tactile plate installation, line paint, asphalt paving, grading, concrete footings for accessible pedestrian signals at King Street and Scugog Street intersection and Clarington Boulevard and Stevens Road Intersection were prepared by Engineering Services. 1.2 Tender CL2020-18 was prepared and issued by the Purchasing Services Division. The tender was posted electronically on the Municipality's website. Notification of the availability of the document was also posted on the Ontario Public Buyers Association's website. 1.3 The tender closed on June 16, 2020. 1.4 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 2. Analysis 2.1 Nineteen companies downloaded the tender document. Four submissions were received by the stipulated closing time. 2.2 The Municipality reached out to the fifteen companies who chose not to respond to inquire as to why they chose not to submit a bid. Their responses are as follows: • One company was an association for distributing the tender document to its members; • Three companies advised that after reviewing the document they could not take on due to current workload; • One company advised that they felt they could not bid competitively; • Three companies advised that they downloaded the document with the interest of being a sub -contractor for the project; and • Seven companies contacted did not respond to the Municipality's request for information. 2.3 The four bids received were reviewed and tabulated by the Purchasing Services Division (see Attachment 1). All submissions were deemed compliant. 2.4 The bid results were forwarded to the Engineering Services Department for their review and consideration. Municipality of Clarington Page 3 Report Purchasing Services-016-20 2.5 After review, analysis and discussions it was mutually agreed by Engineering Services and Purchasing Services that the low bidder, Ashland Construction Group Ltd., be recommended for the award of tender CL2020-18. 2.6 Ashland Construction Group Ltd. has successfully provided similar services to the Municipality of Clarington in the past therefore no reference checks were completed. 3. Financial 3.1 The total funds required for this project in the amount of $294,800.00 (Net HST Rebate), which includes the construction cost of $220,481.14 (Net HST Rebate) and other costs including material testing, above ground traffic signal works (to be completed by the Region of Durham) and contingencies in the amount of $74,318.86 (Net HST Rebate) are included in the approved budgets and will be funded from the following accounts: Description Account Number Amount King St at Scugog St. Intersection Improvements (2017/2018 Budget) 110-32-335-83240-7401 $71,500 Accessible Signal Upgrade (2018) 110-32-332-83206-7401 94,500 Accessible Signal Upgrade Clarington Blvd, Stevens Rd. (2019) 110-32-332-83265-7401 55,100 Pavement Rehab. (2020 Budget) 110-32-330-83212-7401 73,700 4. Concurrence This report has been reviewed by the Director of Public Works who concurs with the recommendations. 5. Conclusion It is respectfully recommended that Ashland Construction Group Ltd. being the lowest compliant bid be awarded the contract for the Intersection Accessibility Improvements in accordance with all the terms, conditions specifications, and drawings of tender CL2020-18. Staff Contact: David Ferguson, Purchasing Manager, 905-623-3379 ext. 2209 or dferguson@clarington.net. Attachments: Municipality of Clarington Report Purchasing Services-016-20 Not Applicable Page 4 Municipality of Clarington Report Purchasing Services-016-20 Page 5 Municipality of Clarington CL2020-18 Intersection Accessibility Improvements Bid Summary Bidder Total Bid (including HST) Total Bid (Net HST Rebate) Ashland Construction Group Ltd. $244,834.60 $220,481.14 Sanscon Construction Ltd. 274,813.43 247,478.01 Jeffrey G. Wallans Construction 303,227.70 273,065.94 Blackstone Paving & Construction Ltd. 394,833.01 355,559.35 Attachment 4 to Report FND-032-20 Report Purchasing Services 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: Purchasing Services-017-20 Report Date: August 12, 2020 Submitted By: David Ferguson, Purchasing Manager Reviewed By: Andrew C. Allison, CAO File Number: CL2020-15 Report Subject: Bowmanville Ave Bridge Rehabilitation — Summer Recess Procedure (Purchasina By -Law 2015-022 S.73) Recommendations: It is respectfully recommended to the Chief Administrative Officer the following: 1. That Alliance Verdi Civil Inc. with a total bid amount of $1,935,588.05 (Net HST Rebate), being the lowest compliant bidder meeting all terms, conditions and specifications of tender CL2020-15 be awarded the contract for the Bowmanville Bridge Rehabilitation, as required by the Public Works Department; 2. That the total funds required for this project in the amount of $2,461,000.00 (Net HST Rebate), which includes the construction cost of $1,935,588.05 (Net HST Rebate) and other costs including detailed design and tendering, fees payable to CN, material testing, inspection, contract administration and contingencies in the amount of $525,411.95 (Net HST Rebate) is in the approved budget allocation as provided and will be funded from the following account; Description Account Number Amount Structures Rehabilitation (2019) 110-32-330-83275-7401 $2,461,000 Municipality of Clarington Report Purchasing Services-017-20 1. Background Page 2 1.1 The tender is for the Bridge Rehabilitation located on Bowmanville Ave between Energy Drive and St Mary's Cement entrance. Tender specifications were prepared by GHD Limited in consultation with the Public Works Department and provided to the Purchasing Services Division. 1.2 Tender CL2020-15 was prepared and 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 Buyers Association's website. 1.3 The scope of work includes the replacement of the asphalt road surface, rehabilitation of the bridge over the CN tracks and construction of the waterfront trail across the bridge. 1.4 The Tender closed July 22, 2020. 1.5 In view of the Summer Council Recess, authorization is requested to award the above contract in accordance with Purchasing By -Law #2015-22 Part 2, Section 73, Council Recess Procedures. 2. Analysis 2.1 Thirty-six companies downloaded the tender document and eight submissions were received in response to the tender call. 2.2 The twenty-eight companies who chose not to submit pricing were contacted to ask why they decided not to bid. The responses are as follows: ■ four companies did not provide a submission due to current workload; ■ twelve companies were subcontractors; ■ one company advised the scope of work was outside of the services they provide; ■ one company was a construction association; and ■ ten companies did not respond to our request for information. 2.3 The bids were reviewed and tabulated by the Purchasing Services Division (see Attachment 1). All eight submissions were deemed compliant. 2.4 The results were forwarded to the Public Works Department for their review and consideration. Municipality of Clarington Page 3 Report Purchasing Services-017-20 2.5 After review and discussion with the Public Works Department it is mutually agreed that the low bidder Alliance Verdi Civil Inc., be recommended for the award of contract CL2020-15. 2.6 Alliance Verdi Civil Inc. has not worked for the Municipality previously, references supplied as part of the submission were contacted and proved to be satisfactory. 3. Financial 3.1 That the total funding required for this project in the amount of $2,461,000.00 (Net HST Rebate), which includes the construction cost of $1,935,588.05 (Net HST Rebate) and other costs including detailed design and tendering, fees payable to CN, material testing, inspection, contract administration and contingencies in the amount of $525,411.95 (Net HST Rebate) is in the approved budget allocation as provided and will be funded from the following account; Description Account Number Amount Structures Rehabilitation (2019) 110-32-330-83275-7401 $2,461,000 3.2 Queries with respect to the department needs, specifications, etc. should be referred to the Director of Public Works 4. Concurrence This report has been reviewed by the Director of Public Works who concurs with the recommendations. 5. Conclusion It is respectfully recommended that Alliance Verdi Civil Inc. with a total bid price of $1,935,588.05 (Net HST Rebate) being the lowest compliant bid be awarded the contract for the Bowmanville Ave Bridge Rehabilitation as per the terms, conditions and specifications of Tender CL2020-15 Staff Contact: David Ferguson, Purchasing Manager, 905-623-3379 ext. 2209 or dferguson@clarington.net. Attachments: Attachment 1 — Summary of Bid Results Attachment 2 — Memo to Purchasing from Public Works Attachment #1 to Purchasing Service-017-20 Municipality of Clarington CL2020-15 Bowmanville Ave Bridge Rehabilitation Bid Summary BIDDER TOTAL BID (including HST TOTAL BID Net HST Rebate Alliance Verdi Civil Inc. $2,149,385.32 $1,935,588.05 Marbridge Construction Ltd. $2,313,110.00 $2,083,027.20 Bob Hendrickson Construction Ltd. $2,500,534.63 $2,251,808.88 Dufferin Construction Company $2,708,957.14 $2,439,499.81 Clearwater Structures Inc. $2,773,175.94 $2,497,330.83 HiTech Structures Inc. $2,850,455.40 $2,566,923.37 Elirpa Construction & Materials Inc. $3,330,540.02 $2,999,254.44 Dig -Con International Limited $4,167,314.54 $3,752,795.82 aron0 Attachment 2 to Purchasing Services-017-20 cimingoIl Memo If this information is required in an alternate format, please contact the Accessibility Co-ordinator at 905-623-3379 ext. 2131 To: David Ferguson, Purchasing Manager From: Steve Brake, Director, Public Works Date: Aug 7, 2020 Subject: CL2020-15 Bowmanville Ave Bridge Rehabilitation File: CSR.2019.1 The Public Works Department has reviewed the submissions for CL2020-15 and offers the following comments. The project is located on Bowmanville Ave between the entrance to St Marys and Energy Dr. The work includes replacement of the asphalt road surface, rehabilitation of the bridge over the CN tracks, and construction of the waterfront trail across the bridge. The low bidder on this contract was Alliance Verdi Civil Inc. Based on the references provided for this contractor, we recommend award of the contract Alliance Verdi Civil Inc. in the amount of $2,149,385.32 inclusive of HST, or $1,935,588.05, net of HST rebate. Including other project costs such as detailed design and tendering, fees payable to CN, material testing, inspection and contract administration, contingencies and net HST costs, the Public Works Department advises of the following funding: Page 11 The Corporation of the Municipality of Clarington 40 Temperance Street, Bowmanville ON L1 C 3A6 1 905-623-3379 File No.: CSR.2019.1 Paae 12 Construction (net of HST) (Based on Low Bid) $1,935,588.05 Other costs (net of HST) $525,411.95 Total Project Value $2,461,000.00 Allocated Financing: Structures Rehabilitation 110-32-330-83275-7401 $2,461,000.00 Total Allocated Financing $2,461,000.00 We recommend that Purchasing move forward with the award of the contract based on the above apportionments. Should you have any further questions, please feel free to contact the undersigned. Regards, Stephen Brake Director, Public Works RA/SB Pc: Trevor Pinn, Director of Finance Ron Albright, Manager of Infrastructure, Public Works S. Bagshaw, Capital Works Engineer, Public Works Page 12 The Corporation of the Municipality of Clarington 40 Temperance Street, Bowmanville ON L1 C 3A6 1 905-623-3379 File No.: CSR.2019.1 g _ . j CENTRAL uAKIE GNTA- f coi SERVnTtON AUTao: BOWMANVILLE G P� }. �. 31, m 6 _ � R U BSI TE Lake ontcario Paae 13 Page 13 The Corporation of the Municipality of Clarington 40 Temperance Street, Bowmanville ON L1 C 3A6 1 905-623-3379 Attachment 5 to Report FND-032-20 Report Purchasing Services 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: Purchasing Services-019-20 Report Date: August 17, 2020 Submitted By: David Ferguson, Purchasing Manager Reviewed By: Andrew C. Allison, CAO File Number: RFP2020-5 Report Subject: Bridge and Culvert Inspection Program Summer Recess Procedure (Purchasing Recommendations: -Law 2015-022 S.73 It is respectfully recommended to the Chief Administrative Officer the following: That the proposal received from GHD having the lowest price, $36,811.68 (net HST rebate), meeting all terms, conditions and specifications of RFP2020-5 be awarded the contract for the provision of engineering services required for the bridge and culvert inspection program; 2. That the funds required for this project in the amount of $36,811.68 (net HST rebate) is in the approved budget allocation as provided, be funded from the following account: Description Account Number Amount Structures Rehabilitation 110-32-330-83275-7401 $36,812 3. That pending satisfactory service and pricing that the Purchasing Manager, in consultation with the Director of Public Works, be authorized to extend the contract for up to four additional one-year terms. Municipality of Clarington Report Purchasinq Services-019-20 1. Background Page 2 1.1 The Municipality requires the assistance of a qualified engineering consulting firm to provide the required skills and resources necessary to provide engineering services for the statutory inspection of bridges and culverts on a biennial cycle. Inspections are completed on half of the inventory each year. 1.2 A Request for Proposal (RFP) was drafted to allow for the Municipality to select a qualified Consultant with the skills, resources and experience necessary to provide engineering services as per the specifications provided by the Public Works Department. 1.3 RFP2020-5 was issued by the Purchasing Services Division and advertised electronically on the Municipality of Clarington's (the Municipality) website. Notification of the availability of the document was also posted on the Ontario Public Buyer's Association website. The RFP was structured on the price — based two envelope RFP system. Seventeen companies downloaded the document. 1.4 The RFP closed on June 24, 2020. 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 The RFP stipulated among other things, that bidders were to provide a description of Firm/Consulting team, key qualifications, firm profile, highlight of past service and experience of team members with projects of similar size, nature and complexity and a demonstrated understanding of the Municipality's requirements. 2.2 Five submissions were received (refer to Attachment 1) by the closing date and time. All submissions met the mandatory requirements and moved forward to the first phase of evaluation. 2.3 The Municipality reached out to the twelve firms, who had downloaded the RFP but chose not to bid, to inquire as to why they chose not to bid. The responses received to the Municipality's inquiry are as follows: • Two companies are associations for distributing the tender document to their members; Municipality of Clarington Report Purchasing Services-019-20 Page 3 • Two companies advised that they were not able to take on additional work given their current workload; • One company felt that they could not bid competitively so chose not to bid at this time; • Two companies downloaded as sub -consultants for the project; and • Five companies did not respond to the Municipalities request for information. 2.4 Each submission consisted of a comprehensive proposal identifying • Qualifications and experience; • Experience of the proponent/sub-consultants with projects of similar nature, size and complexity; • The proposed team who would be working with the Municipality; • The Proponent's understanding and approach to complete the project; • Key project challenges and demonstrating that the Proponent has adequate resources and an appropriate strategy for addressing the challenges. • An appropriate stakeholder and public consultation approach; • The proposed tasks and timelines; and • Identification of accessibility design, features and criteria. 2.5 The submissions were reviewed and scored in accordance with the established criteria outlined in the RFP by an evaluation team consisting of staff from the Public Works Department and the Purchasing Services Division. Some of the areas on which submissions were evaluated were as follows: • Allocated roles and responsibilities of the proposed team members; • Proposed approach to completing the project; • Proposed timelines to complete the tasks required; • Highlights of services provided within the past five years only; and • The Proponent's understanding of the Municipality's requirements, the project and any related issues or concerns. 2.6 Upon completion of the evaluation, the evaluation committee concluded that the following two proponents met the pre -established threshold of 85% for Phase 1 and moved on to the second phase information: • AUE Structural; and • GHD Municipality of Clarington Page 4 Report Purchasing Services-019-20 2.7 It was deemed by the evaluation committee that presentations from the proponents who made it to phase 2 were not required and their pricing envelopes were opened and evaluated. The submission from GHD had the lowest price. 2.8 GHD has successfully provided similar services to the Municipality of Clarington in the past therefore no reference checks were completed. 3. Financial 3.1 The funds required for this project in the amount of $36,811.68 (net HST rebate), which includes lump sum cost to complete the scope of work $35,616 net HST rebate) as well as additional structure inspections ($1,196 net HST rebate) is in the approved budget allocation as provided, be funded from the following account: Description Account Number Amount Structures Rehabilitation 110-32-330-83275-7401 $36,811.68 3.2 Pending satisfactory service and pricing that the Purchasing Manager, in consultation with the Director of Public Works, be authorized to extend the contract for up to four additional one-year terms. 4. Concurrence This report has been reviewed by the Director of Public Works who concurs with the recommendations. 5. Conclusion It is respectfully recommended that GHD having the lowest price and meeting all terms, conditions and specifications of RFP2020-5 be awarded the contract for the provision of engineering services as required for bridge and culvert inspections. Staff Contact: David Ferguson, Purchasing Manager, 905-623-3379 ext. 2209 or dferguson@clarington.net. Attachments: Attachment 1 — Summary of Proposals Received Municipality of Clarington Page 5 Report Purchasing Services-019-20 Attachment #1 Summary of Proposals Received Municipality of Clarington RFP2020-5 Bridge & Culvert Inspection Program Bidder Art Engineering Inc. AUE Structural Incorporated* GHD * Greer Galloway Group Inc. Stephenson Engineering Limited Note: Bidders with an asterisk (*) are the companies who were shortlisted Attachment 6 to Report FND-032-20 ciffiU4017 Report Purchasing Services 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: Purchasing Services-020-20 Report Date: August 25, 2020 Submitted By: David Ferguson, Purchasing Manager Reviewed By: Andrew C. Allison, CAO File Number: CL2020-20 Report Subject: Toyota Trail Summer Recess Procedure (Purchasin Recommendations: -Law 2015-022 S.73 It is respectfully recommended to the Chief Administrative Officer the following: That Gray's Landscaping and Snow Removal Inc. with a total bid amount of $209,923.99 (including HST) being the lowest compliant bidder meeting all terms, conditions and specifications of Tender CL2020-20 be awarded the contract for the construction of the Toyota Trail. 2. That total funds required for this project in the amount of $277,700.00 (including HST), which includes the construction cost of $209,923.99 (including HST) and other costs such as design, public information material, material testing, contract administration, contingencies in the amount of $67,776.01 (including HST) be funded from the following account: Description Account Number Amount Toyota Trail 110-32-325-83379-7403 $277,700 Note: As this project is being funded by Toyota Canada as part of their site plan requirements, the full HST has been applied to project costs. Municipality of Clarington Page 2 Report Purchasing Services-020-20 1. Background 1.1 This project is for the completion of a trail just north of the new Toyota Canada Eastern Parts Distribution Centre with a run from Haines Road to Lambs Road. This work is a requirement of the Toyota Canada site plan, however, the Municipality has been asked to design, construct and manage the project on Toyota Canada's behalf. 1.2 Tender specifications for the Toyota Trail were prepared by CIMA and the Public Works Department. 1.3 Tender CL2020-20 was prepared and issued by the Purchasing Services Division. The tender was posted electronically on the Municipality's website. Notification of the availability of the document was also posted on the Ontario Public Buyers Association's website. 1.4 The tender closed on August 12, 2020. 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 Thirty-two companies downloaded the tender document. Twelve submissions were received by the stipulated closing time. 2.2 The Municipality contacted the twenty companies who chose not to respond to inquire as to why they chose not to submit a bid. Their responses are as follows: • One company was an association for distributing the tender document to its members; • Three companies advised that after reviewing the document they could not take on the project due to current workload; • One company advised that due to current workload they were not able to complete the submission by the deadline; • One company advised that they were unable to obtain the bonding required for the project; • One company advised that they felt they could not bid competitively; • One company advised that they downloaded the document with the interest of being a sub -contractor for the project; and • Twelve companies contacted did not respond to the Municipality's request for information. Municipality of Clarington Page 3 Report Purchasing Services-020-20 2.3 The twelve bids received were reviewed and tabulated by the Purchasing Services Division (see Attachment 1). All submissions were deemed compliant. 2.4 The bid results were forwarded to the Public Works Department for their review and consideration. 2.5 After review, analysis and discussions it was mutually agreed by Public Works and Purchasing Services that the low bidder, Gray's Landscaping and Snow Removal Inc., be recommended for the award of tender CL2020-20. 2.6 Gray's Landscaping and Snow Removal Inc. has successfully completed work for the Municipality in the past. 3. Financial 3.1 The total funds required for this project in the amount of $277,700.00 (including HST), which includes the construction cost of $209,923.99 (including HST) and other costs including such as design, public information material, material testing, contract administration, contingencies in the amount of $67,776.01 (including HST) be funded from the following account: Description Account Number Amount Toyota Trail 110-32-325-83379-7403 $ 277,700 Note: As this project is being funded by Toyota Canada as part of their site plan requirements, the full HST has been applied to project costs. 4. Concurrence This report has been reviewed by the Director of Public Works who concurs with the recommendations. 5. Conclusion It is respectfully recommended that Gray's Landscaping and Snow Removal Inc. being the lowest compliant bid be awarded the contract for the construction of the Toyota Trail in accordance with all the terms, conditions, specifications and drawings of tender CL2020-20. Staff Contact: David Ferguson, Purchasing Manager, 905-623-3379 ext. 2209 or dferguson@clarington.net. Attachments: Attachment 1 — Bid Summary Municipality of Clarington Report Purchasing Services-020-20 Attachment 1: Bid Summary Municipality of Clarington CL2020-20 Toyota Trail Bid Summary Bidder Total Bid (including HST) Grays Landscaping Inc. $209,923.98 Royalcrest Paving & Construction 231,039.32 Dufferin Construction Company 236,506.74 Bond Paving & Construction Inc. 240,103.82 CSL Group Ltd. 280,680.00 Oak Springs Construction 296,356.11 Dave Boyle Excavating Ltd. 298,377.88 Ashland Construction Group Ltd. 301,289.08 Real Landscaping Plus Inc. 311,590.07 Dig -Con International Ltd. 318,771.68 M&S Architectural Concrete Ltd. 367,827.00 Forest Ridge Landscaping Inc. 382,964.07 Page 4 Attachment 7 to Report FND-032-20 Report Purchasing Services 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: Purchasing Services-021-20 Report Date: August 27, 2020 Submitted By: David Ferguson, Purchasing Manager Reviewed By: Andrew C. Allison, CAO File Number: CL2020-25 Report Subject: 2020 Roadside Protection — Various Locations Summer Recess Procedure (Purchasina By -Law 2015-022 S.73 Recommendations: It is respectfully recommended to the Chief Administrative Officer the following: That Peninsula Construction Inc. with a total bid amount of $484,481.90 (Net HST Rebate) being the lowest compliant bidder meeting all terms, conditions and specifications of Tender CL2020-25 be awarded the contract for the roadside protection as required by the Municipality for various municipal locations. 2. That total funds required for this project in the amount of $533,000 (Net HST Rebate), which includes the construction cost of $484,481.90 (Net HST Rebate) and other costs including such as contingencies in the amount of $48,518.10 (Net HST Rebate) is in the approved budget allocation as provided and will be funded from the following accounts: Description Account Number Amount Roadside Protection Program (2020 Budget) 110-32-330-83338-7401 $239,000 Rural Road Resurfacing (2019 Budget) 110-36-330-83680-7401 294,000 Municipality of Clarington Page 2 Report Purchasing Services-021-20 1. Background 1.1 Tender specifications for the roadside protection for various locations were prepared by the Public Works Department and provided to the Purchasing Services Division. The work included the removal of roadside hazards for various locations within the Municipality. 1.2 Tender CL2020-25 was prepared and issued by the Purchasing Services Division. The tender was posted electronically on the Municipality's website. Notification of the availability of the document was also posted on the Ontario Public Buyers Association's website. 1.3 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 The tender closed July 29, 2020. 2.2 Fifteen companies downloaded the tender document. Three submissions were received by the stipulated closing time. 2.3 The Municipality contacted the twelve companies who chose not to respond to inquire as to why they chose not to submit a bid. Their responses are as follows: • One company was an association for distributing the tender document to its members; • Three companies advised that after reviewing the document they were not able to take on the project due to their current workload; • One company advised that they felt that they were not in a position to bid competitively; • One company advised that they downloaded the document with the interest of being a sub -contractor for the project; and • Six companies contacted did not respond to the Municipality's request for information. 2.4 The three bids received were reviewed and tabulated by the Purchasing Services Division (see Attachment 1). All submissions were deemed compliant. 2.5 The bid results were forwarded to the Public Works Department for their review and consideration. Municipality of Clarington Report Purchasing Services-021-20 Page 3 2.6 After review, analysis and discussions, it was mutually agreed by the Public Works Department and the Purchasing Services Division that the low bidder, Peninsula Construction Inc., be recommended for the award of tender CL2020-25. 2.7 Peninsula Construction Inc. has successfully completed work for the Municipality in the past. 3. Financial 3.1 The total funds required for this project in the amount of $533,000.00 (Net HST Rebate), which includes the construction cost of $484,481.90 (Net HST Rebate) and other costs including such as contingencies in the amount of $48,518.10 (Net HST Rebate) is in the approved budget allocation as provided and will be funded from the following accounts: Description Account Number Amount Roadside Protection Program (2020 Budget) 110-32-330-83338-7401 $239,000 Rural Road Resurfacing (2019 Budget) 110-36-330-83680-7401 $294,000 4. Concurrence This report has been reviewed by the Director of Public Works who concurs with the recommendations. 5. Conclusion It is respectfully recommended that Peninsula Construction Inc. being the lowest compliant bid be awarded the contract for the 2020 Roadside Protection — Various Locations in accordance with all the terms, conditions specifications, and drawings of tender CL2020-25. Staff Contact: David Ferguson, Purchasing Manager, 905-623-3379 ext. 2209 or dferguson@clarington.net. Attachments: Attachment 1 — Bid Summary Municipality of Clarington Report Purchasing Services-021-20 Attachment 1: Bid Summary Page 4 Municipality of Clarington CL2020-25 2020 Roadside Protection — Various Locations Bid Summary BIDDER Total Bid TOTAL BID (including HST) (Net HST Rebate) Peninsula Construction Inc. $537,995.83 $484,481.90 Tower Construction $606,832.60 $546,471.55 Royal Fence Limited $609,274.81 $548,670.84 Attachment 8 to Report FND-032-20 Report Purchasing Services 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: Purchasing Services-022-20 Report Date: August 17, 2020 Submitted By: David Ferguson, Purchasing Manager Reviewed By: Andrew C. Allison, CAO File Number: CL2015-30 Report Subject: Sidewalk Snow Clearing Contract Extension - Summer Recess Procedure (Purchasina By -Law 2015-022 S.73) Recommendations: It is respectfully recommended to the Chief Administrative Officer the following: 1. That the Purchasing Manager in consultation with the Director of Public Works be given the authority to extend contract CL2015-30 Sidewalk Snow Clearing for an additional one year term; 2. That 2262728 Ontario Ltd. O/A BJ Flint & Sons be awarded a contract for the 2020-2021 winter season for an approximate value of $693,499.51 (Net HST Rebate); and 3. That the funds required for the additional term be funded from the Municipality's respective operating accounts. Municipality of Clarington Report Purchasing Services-022-20 1. Background Page 2 1.1 In 2015 Council approved the award of contract CL2015-30 for snow clearing requirements at Municipal sidewalks, parking lots, bus stops, laneways and trails in Bowmanville, Courtice and Newcastle (please refer to the link below.) The contract was shared between B&D Tractor Services for the Bowmanville area and BJ Flint & Sons for the Newcastle and Courtice areas. (https://weblink.clarington.net/weblink/0/doc/76109/Page1.aspx) 1.2 Each contract was for an initial one-year term with the option to extended up to four additional one-year terms, expiring April 2020. 1.3 Due to a number of delays including the retirement of a key staff member that had responsibility for sidewalk snow clearing in the then Operations Department and issues having the required snow removal maps updated, the proposed revised specifications and maps were not prepared in time for the 2020-2021 winter season. As a result of this delay and after consulting with the Director of Public Works, staff in the Purchasing Division reached out to the incumbent snow contractors in an effort to obtain pricing for this winter season. During the initial review process, it was becoming evident that there are many locations throughout the Municipality that we are currently clearing which are the responsibility of the landowner as per By -Law 93-144. After reviewing all the current maps, it was determined that approximately 14km of sidewalk could be removed from the Municipalities responsibility and would require the assistance of Municipal By-law to enforce these changes. This would present an annual cost savings of approximately $36,000 per year. 1.4 B&D Tractor Services advised that they were not able to extend the Bowmanville area contract for an additional term because of the investment required for them to purchase needed equipment. BJ Flint & Sons agreed to the Newcastle and Courtice areas one- year extension. BJ Flint & Sons was not interested in taking on the Bowmanville area as part of their sidewalk snow clearing contract due to the investment required to purchase the needed equipment. 1.5 The Purchasing Division then contacted three additional snow clearing companies in an effort to obtain pricing for the Bowmanville area sidewalk snow clearing requirements for this winter season. In summary, of the five companies that were contacted for pricing: Four companies (including the two incumbent providers) had already entered into contractual agreements for the 2020-2021 winter season and were too small and/or lacked capacity to take on our Bowmanville area contract and did not provide pricing; Municipality of Clarington Report Purchasing Services-022-20 Page 3 • One company had already entered into contractual agreements for the 2020-2021 winter season and expressed a willingness to take on the work, however the price quoted was not within Public Works' snow clearing budget. 1.6 Based on these results, consideration was given to reduce the size of the Bowmanville area sidewalk snow clearing contract or for the Public Works Department to take on some or all of the work, however, after consultation with the Public Works Department none of these options were feasible. 1.7 Staff again approached the two incumbent providers BJ Flint & Sons and B&D Tractor Services for their consideration of the Bowmanville area snow clearing work. BJ Flint & Sons advised that for them to take on the Bowmanville area work it would mean an investment in additional equipment and staff. The other incumbent B&D Tractor Services did not demonstrate any meaningful interest in taking on any of the work. With the winter season approaching it was decided that the best course of action was to negotiate with BJ Flint & Sons in an effort to secure a commitment for the 2020-2021 sidewalk snow clearing contract. 1.8 BJ Flint & Sons agreed to take on all parts of the Bowmanville area sidewalk snow clearing contract except for the laneway work at a price within the Public Works' snow clearing budget. The laneway snow clearing portion of the Bowmanville area contract will be completed internally by the Public Works Department with an approximate savings of $35,000 annually. 1.9 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 This contract extension falls within the 2019-2020 snow clearing budget. 2.2 Staff have reviewed and given the constraints and the limited availability of snow clearing companies who can manage a contract of this size, are of the opinion that the price is fair and reasonable. 2.3 A new tender will be issued for a multi -year sidewalk snow contract in early 2021. 3. Financial 3.1 The estimated cost for this service is $693,500 (Net HST Rebate). The actual cost will vary depending on the types and number of call outs required throughout the winter season. Municipality of Clarington Page 4 Report Purchasing Services-022-20 3.2 The expended funds required will be funded from the Municipality's respective operating accounts. 4. Concurrence This report has been reviewed by the Director of Public Works who concurs with the recommendations. 5. Conclusion It is respectfully recommended that approval be granted to extend contract CL2015-30 Sidewalk Snow Clearing for an additional term and that this contract be awarded to BJ Flint & Sons. Staff Contact: David Ferguson, Purchasing Manager, 905-623-3379 ext. 2209 or dferguson@clarington.net. Attachments: Not Applicable Attachment 9 to to Report FND-032-20 Report Purchasing Services 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: Purchasing Services-023-20 Report Date: August 21, 2020 Submitted By: David Ferguson, Purchasing Manager Reviewed By: Andrew C. Allison, CAO File Number: CL2020-27 Report Subject: Pavement Rehabilitation - Summer Recess Procedure (Purchasing By -Law 2015-022 S.73) Recommendations: That D. Crupi & Sons Limited with a total bid amount of $1,382,956.00 (Net HST Rebate) being the lowest compliant bidder meeting all terms, conditions and specifications of Tender CL2020-27 be awarded the contract for the replacement of the asphalt road surface or pavement preservation treatments as required by the Municipality for various municipal locations. 2. That total funds required for this project in the amount of $1,472,059.70 (Net HST Rebate), which includes the construction cost of $1,382,956.00 (Net HST Rebate) and other costs including such as material testing, inspection and contract administration, permits and contingencies in the amount of $89,103.70 (Net HST Rebate) is in the approved budget allocation as provided and will be funded from the following accounts: Description Account Number Amount Pavement Rehabilitation Program (2020 Budget) 110-32-330-83212-7401 $476,213 OCIF (2020 Budget) 110-32-330-83212-7401 845,847 Rural Road Rehabilitation Program (2020 Budget) 110-32-330-83680-7401 150,000 Municipality of Clarington Report Purchasinq Services-023-20 1. Background Page 2 1.1 Tender specifications for the replacement of the asphalt road surface or pavement preservation treatments and associated repairs for various municipal locations were prepared by the Public Works Department and provided to the Purchasing Services Division. 1.2 Tender CL2020-27 was prepared and issued by the Purchasing Services Division. The tender was posted electronically on the Municipality's website. Notification of the availability of the document was also posted on the Ontario Public Buyers Association's website. 1.3 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 The tender closed August 7, 2020. 2.2 Twenty companies downloaded the tender document. Four submissions were received by the stipulated closing time. 2.3 The Municipality contacted the sixteen companies who chose not to respond to inquire as to why they chose not to submit a bid. Their responses are as follows: • One company was an association for distributing the tender document to its members; • One company advised that after reviewing the document they were not able to take on the project due to their current workload; • One company advised that after reviewing the tender document that the project was too far; • Five companies advised that they downloaded the document with the interest of being a sub -contractor for the project; and • Eight companies contacted did not respond to the Municipality's request for information. 2.4 The four bids received were reviewed and tabulated by the Purchasing Services Division (see Attachment 1). All submissions were deemed compliant. 2.5 The bid results were forwarded to the Public Works Department for their review and consideration. Municipality of Clarington Page 3 Report Purchasing Services-023-20 2.6 After review, analysis and discussions, it was mutually agreed by the Public Works Department and the Purchasing Services Division that the low bidder, D. Crupi & Sons Limited, be recommended for the award of tender CL2020-27. 2.7 D. Crupi & Sons Limited has successfully completed work for the Municipality in the past, however, as the project was different reference checks were completed. Three references were contacted and all provided satisfactory references. 3. Financial 3.1 The total funds required for this project in the amount of $1,472,059.70 (Net HST Rebate), which includes the construction cost of $1,382,956.00 (Net HST Rebate) and other costs including such as material testing, inspection and contract administration, permits and contingencies in the amount of $89,103.70 (Net HST Rebate) is in the approved budget allocation as provided and will be funded from the following accounts: Description Account Number Amount Pavement Rehabilitation Program (2020 Budget) 110-32-330-83212-7401 $476,213 OCIF (2020 Budget) 110-32-330-83212-7401 845,847 Rural Road Rehabilitation Program (2020 Budget) 110-32-330-83680-7401 150,000 4. Concurrence This report has been reviewed by the Director of Public Works who concurs with the recommendations. 5. Conclusion It is respectfully recommended that D. Crupi & Sons Limited being the lowest compliant bid be awarded the contract for the 2020 Pavement Rehabilitation — Various Locations in accordance with all the terms, conditions specifications, and drawings of tender CL2020-27. Staff Contact: David Ferguson, Purchasing Manager, 905-623-3379 ext. 2209 or dferguson@clarington.net. Attachments: Attachment 1 — Bid Summary Attachment 2 — Memo from Public Works re Award Municipality of Clarington Report Purchasing Services-023-20 Attachment 1 — Bid Summary Page 4 Municipality of Clarington CL2O2O-27 2020 Pavement Rehabilitation — Various Locations Bid Summary BIDDER Total Bid (including HST) TOTAL BID (Net HST Rebate) D. Crupi & Sons Limited $1,535,711.75 $1,382,956.00 Dufferin Construction $1,644319.94 $1,480,761.04 Coco Paving Inc. $1,652,264.81 $1,487,915.64 Ashland Construction Group Ltd. $1,864,106.65 $1,678,685.77 aria cigton Memo If this information is required in an alternate format, please contact the Accessibility Co-ordinator at 905-623-3379 ext. 2131 To: David Ferguson, Purchasing Manager From: Stephen Brake, Director of Public Works Date: August 11, 2020 Subject: CL2020-27, 2020 Pavement Rehabilitation File: CPR.2020.1 The Public Works Department has reviewed the submissions for CL2020-27 and offers the following comments. The work involves the replacement of the asphalt road surface or pavement preservation treatments, and associated repairs at various locations listed below and as shown on the attached map. Location Scope of Work Edward Street from Harmer Drive to Spot repair asphalt and place Brookhouse Drive slurry seal Newport Avenue from Pebble Beach Drive to Partial depth asphalt removal and Auburn Lane re -paving Pinedale Crescent from Glen Abbey Drive to Remove and replace asphalt full Pinedale Crescent depth Roser Crescent from Roser Crescent to Roser Spot repair asphalt and place Crescent slurry seal Turnberry Crescent from Glen Abbey Drive to Partial depth asphalt removal and Bruntsfield Street re -paving West Townline Road from Concession Road 7 Microsurfacing to 200m N of Concession Road 7 Concession Road 8 from 166m E of Regional Pulverize surface and place Road 57 to Middle Road asphalt Bloom Avenue from Brookhouse Drive to Spot repair asphalt and place William Jose Court slurry seal Brookhouse Drive from Harmer Drive to Bloom Spot repair asphalt and place Avenue slurry seal William Jose Court from Bloom Avenue to East Spot repair asphalt and place End of Cul-de-Sac slurry seal Ravey Street from Brookhouse Drive to Spot repair asphalt and place Brookhouse Drive slurry seal Page 11 The Corporation of the Municipality of Clarington 40 Temperance Street, Bowmanville ON L1 C 3A6 1 905-623-3379 File No.: CPR.2020.1 6 Beaver Street North from King Avenue East to Spot repair asphalt and place Andrew Street slurry seal Wilmot Creek Road from Bennett Road to East Spot repair asphalt and place End Turnaround slurry seal Longworth Avenue from Brooking Drive to Spot repair asphalt and place Mearns Avenue slurry seal Swindells Street from Regional Road 14 to Spot repair asphalt and place Scottsdale Drive I slurry seal The low bidder on this contract was D.Crupi & Sons Limited. Based on references for this contractor, we recommend award of the contract to D.Crupi & Sons Limited. We recommend award of the contract to D.Crupi & Sons Limited in the amount of $1,535,711.75 inclusive of HST, or $1,382,956.00, net of HST rebate. A contingency amount of 16% is carried forward, including the contingency items within the contract. Therefore, including other costs such as material testing, inspection and contract administration, permits, contingencies and net HST costs, the Public Works Department advises of the following funding. Note that detailed design and tendering was completed by municipal staff. Contract administration and inspection will be completed by municipal staff and a consultant. Construction (net of HST) (Based on Low Bid) $1,382,956.00 Other costs (net of HST) $89,103.70 Total Project Value $1,472,059.70 Budget Amount: Pavement Rehabilitation Program $476,213.01 110-32-330-83212-7401 (2020) OCIF $845,846.69 110-32-330-83212-7401 Rural Road Rehabilitation Program $150,000.00 110-32-330-83680-7401 (2020) Total $1,472,059.70 Page 12 The Corporation of the Municipality of Clarington 40 Temperance Street, Bowmanville ON L1C 3A6 1 905-623-3379 File No.: CPR.2020.1 9 We recommend that Purchasing move forward with the award of the contract based on the above apportionments. Should you have any further questions, please feel free to contact the undersigned. Regards, Stephen Brake, Director of Public Works RA/SB/cv Pc: Trevor Pinn, Director of Finance Ron Albright, Manager, Infrastructure S. Bagshaw, Capital Works Engineer, Infrastructure Ben Pegels, Capital Works Coordinator, Infrastructure Page 13 The Corporation of the Municipality of Clarington 40 Temperance Street, Bowmanville ON L1 C 3A6 1 905-623-3379 File No.: CPR.2020.1 4 Page14 The Corporation of the Municipality of Clarington 40 Temperance Street, Bowmanville ON L1C 3A6 1 905-623-3379 Attachment 10 to to Report FND-032-20 Report Purchasing Services 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: Purchasing Services-024-20 Report Date: August 25, 2020 Submitted By: David Ferguson, Purchasing Manager Reviewed By: Andrew C. Allison, CAO File Number: CL2020-26 Report Subject: Supply and Delivery of Winter Sand - Summer Recess Procedure (Purchasina By -Law 2015-022 S.73) Recommendations: It is respectfully recommended to the Chief Administrative Officer the following: That Kawartha Capital Construction with an estimated total bid amount of $713,760 (Net HST Rebate) for the initial three-year term being the lowest compliant bidder meeting all terms, conditions and specifications of CL2020-26 be awarded the contract for the Supply and Delivery of Winter Sand as required by the Public Works Department; 2. That pending satisfactory performance, the Purchasing Manager, 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 3. That the estimated funds required for the first -year term in the amount of $237,920 (Net HST Rebate) be funded by the Municipality as provided. The estimated funds required for the second and third -year terms will be included in future budget accounts. The funding required for the initial one-year term will be funded from the following account: Description Account Number Amount Winter Sand 100-36-383-10300-7112 $237,920 Municipality of Clarington Page 2 Report Purchasing Services-024-20 1. Background 1.1 Tender specifications for the supply and delivery of winter sand were prepared by the Public Works Department and provided to the Purchasing Services Division. 1.2 Tender CL2020-26 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 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 The tender closed on July 30, 2020. 2.2 Six plan takers downloaded the tender document. Four submissions were received by the stipulated closing time. 2.3 The two companies who downloaded the tender document but chose not to submit pricing did not reply with a response for our request for information. 2.4 The bids were reviewed and tabulated by the Purchasing Services Division (see Attachment 1) and all bids were deemed compliant. The results were forwarded to the Public Works Department for their review and consideration. 2.5 After review and analysis by the Public Works Department and the Purchasing Services Division, it was mutually agreed that the low compliant bidder, Kawartha Capital Construction be recommended for the award of tender CL2020-26. The bid reflects a significant reduction in pricing compared to previous years. 2.6 Kawartha Capital Construction has not completed work for the Municipality of Clarington. References were checked and came back satisfactory. 3. Financial 3.1 The estimated funding required for the initial three-year term is $713,760 (Net HST Rebate). The funding required for the first -year term is $237,920 (Net HST Rebate) and is in the 2020 approved budget allocation as provided. The estimated funding required for the second and third -year terms will be included in future budget accounts. The funding required for the initial one-year term will be funded from the following account: Municipality of Clarington Page 3 Report Purchasing Services-024-20 Description Account Number Amount Winter Sand 100-36-383-10300-7112 $237,920 3.2 Pricing submitted for the Supply and Delivery of Winter Sand is to remain firm for the first year of the contract. As the contract is 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 the pricing will remain firm for the contract year. 3.3 The total estimated contract for the three years plus two optional years is approximately $1,189,600 (Net HST Rebate). 4. Concurrence This report has been reviewed by the Director of Public Works who concurs with the recommendations. 5. Conclusion It is respectfully recommended that Kawartha Capital Construction being the lowest compliant bidder be awarded the contract for the supply and delivery of winter sand per the terms and conditions of CI_2020-26. Staff Contact: David Ferguson, Purchasing Manager, 905-623-3379 ext. 2209 or dferguson@clarington.net. Attachments: Attachment 1 — Bid Summary Municipality of Clarington Report Purchasing Services-024-20 Attachment 1: Bid Summary Municipality of Clarington Summary of Bid Results CL2020-26 Supply and Delivery of Winter Sand Page 4 Bidder Three -Year Total Bid (Net HST Rebate) Potential Five -Year Total Bid (Net HST Rebate) Kawartha Capital Construction $713,759.90 $1,189,599.84 Glenn Windrem Trucking $956,976.48 $1,594,960.80 Halton Crushed Stone $991,167.84 $1,651,946.40 Central Sand & Gravel $1,245,542.40 $2,075,904.00