General Committee (Finance and Administrative)

 

 

 

 

 

TO:

Mayor and Members of Council

 

 

 

 

FROM:

Andy Taylor, Commissioner of Corporate Services

Barb Cribbett, Treasurer

 

 

 

 

PREPARED BY:

Ivy Ho, Purchasing Supervisor

 

 

 

 

DATE OF MEETING:

May 16, 2005

 

 

 

 

SUBJECT:

Staff Awarded Contracts for the period from

April 1 to 30, 2005

 

 

 

 

RECOMMENDATION:

THAT the report entitled “Staff Awarded Contracts for the period from April 1 to 30, 2005 be received.

 

PURPOSE:

To inform Council of contracts awarded by staff for the period from April 1 to 30, 2005 as per Purchasing By-Law 2004-341.

 

EXECUTIVE SUMMARY:

Council at its meeting of November 30, 2004 approved By-Law 2004-341, A By-Law Establishing Procurement, Service and Disposal Regulations and Policies.  The By-Law delegates authority to staff to award contracts up to a value of $350,000.00.  It also stipulates that a monthly information report be submitted by the Treasurer to the General Committee for all contracts awarded by staff from $50,000.00 to $350,000.00.

 

BACKGROUND:                                           

During the period from April 1 to 30, 2005, the following contracts were awarded as listed in Table A.

 

 

 

 

 

 

 

 

 

 

 

 

Table “A”

Qty.

Award Details

Description

1

Lowest priced bidder

·     070-Q-05 Consulting Engineering Services for John St. Bridge Replacement

1

Lowest priced bidders and 2nd lowest priced bidder

·     056-T-05 Supply and Delivery of Various Mowers and Landscape Trailers

1

Highest ranked and 5th lowest priced proponent

·     208-R-04 Environmental Management Plan

1

Highest ranked and 6th  lowest priced proponent

·     028-R-05  Landscape Architectural Services for Wismer Community Park 

 

 

ATTACHMENTS: 

Copies of the award report as listed in Table “A”.

 

CONCLUSION:

The bids were issued in compliance with the Purchasing By-Law 2004-341.  Prior to awarding the contracts, Purchasing reviewed the bid documents and verified that all terms, conditions and specifications to ensure compliance with the Town’s requirements. 

 

 

 

 

 

 

Barb Cribbett, Treasurer

 

Andy Taylor, Commissioner, Corporate Services

 

 

Q:\Finance and Administration\Finance\Purchasing\2005 File Management\Reports to Standing Committee\#4 Staff Awards April 2005.doc

 


                               STAFF AWARD REPORT                      Page 1 of 1

To:

Jim Sales, Commissioner of Community and Fire Services

Re:  RFP Award

070-Q-05 Consulting Engineering Services for John Street Bridge Replacement

Date:

March 30, 2005

Prepared by:

Thomas Yeung, Project Engineer

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Consultant

Totten Sims Hubicki Associates (TSH) (lowest priced)

Original Budget and Account #

$1,300,000.00

Account # & Description

58 6150 6581 005 Bridges and Culvert Improvement Program

Current Budget Available (unspent)

$1,287,836.10

 

Less Cost of this Award

$     61,000.00

$     14,000.00    $     75,000.00

·         Inclusive of disbursements, exclusive of GST to be completed in June  2006

·         Contingency to be governed by the Expenditure Control Policy

Budget Remaining after this award

$1,212,836.10

The remaining balance will be applied to other Bridges and Culvert Improvement Program

 

BACKGROUND

The RFP is to provide consulting services for the existing John Street Bridge over Don River, approximately 0.45km west of Bayview Avenue to be removed and replaced with a new bridge or equivalent structure.

 

BID INFORMATION

Advertised

ETN

Bids closed on

March 23, 2005

Number picking up bid documents

5

Number responding to bid

4

 

DETAILED PRICING INFORMATION:

Consultants

     Prices

Totten Sims Hubicki Associates (TSH)

$61,000.00

G.D. Jewell

$69,850.00

Chisholm, Fleming

$80,798.00

Earth Tech

$85,792.00

Note:  Prices are inclusive of disbursements, exclusive of GST.   The price from Chisholm, Fleming and Associates has been corrected for mathematical error which has no impact on the award recommendation.

 

Staff have worked with TSH before and are confident that they will continue to provide the services required.


                                       STAFF AWARD REPORT                      Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re:  Tender Award

056-T-05 Supply and Delivery of Various Mowers and Landscape Trailers

Date: 

March 24, 2005

Prepared by:

Paul Ingham, General Manager, Operations

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Suppliers

$  98,031.60      -B.E. Larkin (lowest priced bidder for ONE Item 1 @ $14,115

                           and second lowest priced bidder for SIX Item 2 @ $13,986 each)                                                           

$  21,141.00     - J & J Trailers (lowest priced bidder for THREE Item 3 @ $7,047 each)                   

$119,172.60    - Inclusive of PST and exclusive of GST

Account # & Description

 

Original Budget

Current Budget Available (Unspent)

Less Cost of this Award

Budget Remaining after this award

057-5350-6174-005

New Fleet Parks

$15,000

$15,000

$  14,115.60 ONE Item 1

$  884.40

059-5350-6706-005 

Blvd. Grass Cutting Equip.

$76,000

$76,000

$  55,944.00 FOUR Item 2

$  14,094.00 TWO Item 3

$   70,038.00

$5,962.00

057-5350-6732-005

New Fleet Parks

$15,000

$  8,000
$23,000

$15,000

$  8,000
$23,000

$  13,986.00 ONE Item 2

$    7,047.00 ONE Item 3

$  21,033.00

$1,967.00

057-6150-6731-005,

Unit 4219

Fleet Replace Prog 05

$15,000

$15,000

$  13,986.00 ONE Item 2

$1,014.00

TOTAL

$129,000

$129,000

$119,172.60

$9,827.40

 

It is recommended that the Zero Turn Mowers be standardized to the “Kubota” brand supplied by B. E. Larkin.  Staff will waive the tendering process and negotiate with B. E. Larkin, for future purchases in the next FIVE (5) years

 

The remaining balance of $9,827.40 will be applied to the purchase of other new equipment as approved.

 

Unit # 4219 will be sold upon delivery of the new unit in accordance with Purchasing By-law 2004-341, PART V Disposal of Personal Property.  Proceeds will be posted to account 890 890 9305 Proceeds from Sale of other Fixed Assets.  The other nine (9) units will be additional units added to the current fleet inventory.

 

BID INFORMATION

Advertised

Electronic Tendering Network

Bids closed on

March 16, 2005

Number picking up bid documents

5

Number responding to bid

5

 

BACKGROUND

The tender was issued for the supply and delivery of various mowers and landscape trailers for Parks Maintenance Department for 2005.  Item 2 of this tender was for the Supply and Delivery of SIX (6) Diesel Zero Turn Mowers.

 

The submission from the lowest priced bidder, G.C. Duke for these Six (6) Zero Turn Rotary Mowers (Item 2) was of the “Encore” brand.  These units did not meet the minimum specifications in the following areas:

·         The electric deck lift and electric power take off (pto) are not hydraulic as specified.  In addition, the electric pto clutch is not hydraulic as specified

·         The twin hydraulic drive pumps with wheel motors did not meet specifications

·         Cast aluminum non-greaseable blade spindles are not ‘greaseable’ blade spindles as specified.

 

The Town issued a similar tender in May 2003 for the Supply and Delivery of FOURTEEN (14) Zero Turn Mowers.  That tender was awarded to B E Larkin for the “Kubota” brand model.   Other bids, including G. C. Duke’s for “Encore” models, did not have diesel engines and did not meet other minimum specifications.

 

It has been determined from bid results that the Kubota model is the only diesel Zero Rotary Turn Mowers that meet the Town requirements.

 

It is therefore recommended that the Zero Turn Mowers be standardized to the “Kubota” brand supplied by B. E. Larkin and that staff waive the tendering process and negotiate with B. E. Larkin, for future purchases in the next FIVE (5) years.

 

DETAILED PRICING INFORMATION:

 

 

 

Hutchinson Farm

Walker Equipment

J & J Trailers

G.C. Duke

B.E. Larkin

Items

Description

Qty.

Option 1

Option 2

 

 

 

 

1

2005 UTILITY VEHICLE 4x4 DRIVE HYDROSTATIC TRANSMISSION DIESEL POWERED

1

$14,461.20

 No Bid

 No Bid

 No Bid

 No Bid

$14,115.60

2

2005 SIX (6) 60" ZERO TURN ROTARY MOWERS, DIESEL ENGINE

6

$90,493.20

$91,834.56

$90,188.64

 No Bid

$81,226.80

$83,916.00

3

2005 TANDEM AXLE LANDSCAPE TRAILERS WITH SIDE AND REAR LOADING RAMPS

3

 No Bid

 No Bid

 No Bid

$21,141.00

 No Bid

 No Bid

 

Grand Total

 

$104,954.40

$91,834.56

$90,188.64

$21,141.00

$81,226.80

$98,031.60

Note:  Prices are inclusive of 8% PST

 

ENVIRONMENTAL CONSIDERATIONS

New units will have diesel engines capable of operating on a blend of bio-diesel fuel.

 


                                       STAFF AWARD REPORT                      Page 1 of 2

To:

Jim Sales, Commissioner, Community and Fire Services

Re:  RFP Award

208-R-04 Environmental Management Plan (EMP)

Date: 

April 15, 2005

Prepared by:

Mavis Urquhart, Manager of Environmental Leadership

Ivy Ho, Purchasing Supervisor

 

RECOMMENDATION

Recommended Supplier

CH2MHILL (highest ranked and 5th lowest priced proponent)

Original Budget and Account #

$100,000

Account # & Description

77 5399 6245 005

Current Budget Available (unspent)

$99,187.50

 

Less Cost of this Award

$74,345.00

Inclusive of disbursements and exclusive of GST

Budget Remaining after this award

$24,842.50

Upon payment of all invoices, the account will be closed and the balance of the funds will be returned to its original funding source.

 

BACKGROUND

The intent of the RFP is to develop an organizational framework which establishes an overall environmental corporate direction; provides a suitable corporate context for responding to the changing regulatory environment; and, encourages the reduction environmental impacts.  At the same time, the EMP will support new practises, partnerships and initiatives, to advance and encourage environmental leadership.

 

In addition to this strategic guidance, the EMP will also include an “auditable” system for tracking, managing and improving environmental performance within the organization’s existing management system.

 

BID INFORMATION

Advertised

·         Electronic Tendering Network (ETN)

·         Ontario Society for Environmental Management (OSEM)

·         Ontario Environmental Industry Association (ONEIA)

Bids closed on

January 21, 2005

Number picking up bid documents

30

Number responding to bid

8

 

EVALUATION RESULTS:

The RFP was evaluated by a team consisting of staff from the Operations and Asset Management Department and Strategic Services Department with Purchasing staff acting as the facilitator.  Staff from Planning Department and Strategic Initiatives Department, Deputy Mayor Frank Scarpitti and Counsellor Erin Shapero were present at various meetings as observers.

The proposals were evaluated in two stages based on the pre-established evaluation criteria as listed in the RFP.  Stage 1 was evaluated based on the written proposals submitted.  The four highest ranked proponents were shortlisted for Stage 2 interviews with results as listed in Table A. 


 

TABLE A

 

Stage 1

 

Evaluation Criteria

Weight

Land Use

DPRA

Urban & Enviro

CH2MHILL

Earth Tech

Golder

BRI

Six Sigma

1

Relevant Experience on similar studies in similar organizations

10.00

 6.00

 7.00

 7.00

 8.00

 7.00

 6.00

 6.00

2.50

2

Qualifications, relevant experience and availability of lead consultant and team members

10.00

 6.70

 7.50

 6.00

 6.30

 5.50

 5.00

 5.50

4.40

3

Understanding of the Study Requirements, Methodology and Schedule

13.50

 7.80

 9.10

 8.85

 9.10

 8.60

 8.10

 8.10

 6.30

4

Proposal Quality

 1.50

0.80

1.20

1.20

1.00

0.60

0.80

0.60

0.70

 

Stage ONE Technical Evaluation.

35.00

21.30

24.80

23.05

24.40

21.70

19.90

20.20

13.90

5

Price,

30.00

30.00

22.14

23.80

22.35

23.89

22.82

21.99

18.66

 

STAGE ONE TOTAL

65.00

51.30

46.94

46.85

46.75

45.59

42.72

42.19

32.56

 

RANK

 

1

2

3

4

5

6

7

8

 

 

Stage 2

 

 

 

 

 

 

 

 

 

1

Relevant Experience on similar studies in similar organizations

10.00

2.88

9.25

5.43

9.63

N/A

N/A

N/A

N/A

2

Qualifications, relevant experience and availability of lead consultant and team members

10.00

4.10

6.07

4.82

7.25

N/A

N/A

N/A

N/A

3

Understanding of the Study Requirements, Methodology and Schedule

15.00

3.63

13.69

8.75

14.26

N/A

N/A

N/A

N/A

 

STAGE TWO TOTAL

35.00

10.61

29.01

19.00

31.14

N/A

N/A

N/A

N/A

 

GRAND TOTAL

100.00

61.91

75.95

65.85

77.89

N/A

N/A

N/A

N/A

 

RANK

 

4

2

3

1

 

 

 

 


                                       STAFF AWARD REPORT                      Page 1 of 2

To:

John Livey, Chief Administrative Officer

Re:  RFP Award

028-R-05 Landscape Architectural Services for Wismer Community Park 

Date:

April 15, 2005

Prepared by:

Linda A. Irvine, Manager, Parks and Open Space Development

Steven Sydij, Senior Construction Buyer

 

RECOMMENDATION

Recommended Consultant

Envision – The Hough Group (lowest priced and 6th lowest priced bidder)

Original Budget and Account #

 

$ 2,807,500

$    500,000

$ 3,307,500

Account # & Description

2004 81-5350-6251-005, Wismer Community Park

2005 81 5350-6643-005, Additional Park Elements

Current Budget Available (unspent)

$ 3,233,850

Less $73,650 for Internal Consulting Fees

Less Cost of this Award

$    149,530

 

$      75,000

_________

$    224,530

·         Landscape Architectural Fee inclusive of disbursements, exclusive of GST.

·         Design allowance for sub-consultants to be governed by the Purchasing By-law

Budget Remaining after this award

$ 3,009,320

To be used for construction costs, construction contingency, testing allowances

 

BACKGROUND

The RFP is to provide landscape architectural consulting services for design, contract document and contract administration services, excluding specialized sub-consultants whose scope of work is not known at this time.

 

BID INFORMATION

Advertised

ETN and invited vendors

RFP closed on

February 23, 2005

Number picking up bid documents

 27

Number responding to bid

 16

 

DETAILED PRICING INFORMATION included in Table A below

 

EVALUATION RESULTS:

The RFP was evaluated by an Evaluation Team consisting of two staff from the Parks Development Section of the Planning and Urban Design Department with Purchasing staff verifying for accuracy and compliance. 

 

The sixteen (16) proposals were reviewed and evaluated based on the pre-established evaluation criteria outlined in the RFP with resulting scores as per Table A. 

 

 


TABLE A – Evaluation of Proposals including DETAILED PRICING INFORMATION

Consultants

Evaluation

 

70

Cost

 

30

Total

 

100

Rank

Envision – The Hough Group

64.50

19.65

84.15

1

Baker Turner Inc.

54.13

30.00

84.13

2

Cosburn - Giberson

59.38

24.14

83.52

3

Basterfield and Associates

52.88

26.01

78.89

4

Fleisher Ridout Partnership

54.00

23.51

77.51

5

Schollen and Company

60.13

14.87

75.00

6

The MBTW Group

60.88

13.66

74.54

7

Harrington and Hoyle

49.00

24.14

73.14

8

PGM Design Associates

56.13

16.05

72.18

9

Janet Rosenberg and Associates

59.38

12.46

71.84

10

Quinn Design Associates

50.50

19.59

70.09

11

NAK Design Group

52.25

17.19

69.44

12

Kenneth J Hoyle Strategic Plng

48.00

19.60

67.60

13

Johnson Sustronk Weinstein

51.25

14.89

66.14

14

EDA Collaborative Inc.

50.00

15.06

65.07

15

Marshall Macklin Monaghan

47.50

13.15

60.65

16

 

Interviews:

Based on the scoring results as identified on Table A, only one point separated the top three ranked consulting firms and there was a difference in cost of approximately $52,000. They were short-listed and invited in for interviews, on Thursday, March 31, 2005 and staff from Purchasing and Urban Design attended and scored each interview based on pre-established criteria out of 35.

 

The final score for each of the top three teams was based on the initial score out of 100 plus the interview score out of 35 for a total combined score out of 135. The highest ranked score out of 135 represents the preferred candidate.

 

TABLE B – Final Score (Proposals plus Interview)

Consultants

Evaluation

Criteria

70

Score

 

30

Interview

 

35

Total

 

135

Final

Rank

Envision – The Hough Group

64.50

19.65

28.0

112.15

1

Baker Turner Inc.

54.13

30.00

21.0

105.13

2

Cosburn - Giberson

59.38

24.14

16.5

100.02

3

 

Staff Recommendation:

Based on the evaluation of qualifications, experience, price, and interview, staff recommend that Envision - The Hough Group be awarded the contract for the provision of landscape architectural services in the amount of $149,530.00 and that a design allowance of $75,000 be approved for the provision of sub-consulting services to be governed by the Purchasing By-law.