|
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, |
|
|
|
|
DATE OF MEETING: |
|
|
|
|
|
SUBJECT: |
Staff Awarded Contracts for the
period from |
|
|
|
RECOMMENDATION:
THAT the report entitled “Staff
Awarded Contracts for the period from
PURPOSE:
To inform Council of contracts awarded by staff for the
period from April 1 to 30, 2005 as per
EXECUTIVE SUMMARY:
Council at its meeting of
BACKGROUND:
During the period from
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 |
ATTACHMENTS:
Copies
of the award report as listed in Table “A”.
CONCLUSION:
The bids were issued
in compliance with the
|
|
|
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 |
Date: |
|
Prepared by: |
Thomas Yeung, Project
Engineer Ivy Ho, |
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 |
The RFP is to provide consulting services
for the existing
Advertised |
ETN |
Bids closed on |
|
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 |
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: |
|
Prepared by: |
Paul Ingham, General
Manager, Operations Ivy Ho, |
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 |
$15,000 $
8,000 |
$
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
BID
INFORMATION
Advertised |
Electronic Tendering Network |
Bids closed on |
|
Number picking up bid documents |
5 |
Number responding to bid |
5 |
The tender was
issued for the supply and delivery of various mowers and landscape trailers for
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:
|
|
|
|
|
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: |
|
Prepared by: |
Mavis Urquhart,
Manager of Environmental Leadership Ivy Ho, |
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. |
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) ·
·
|
Bids closed on |
|
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
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 |
Date: |
|
Prepared by: |
Linda A. Irvine, Manager, Parks and Open
Space Development Steven Sydij, Senior Construction Buyer |
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, 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 |
Budget Remaining after this
award |
$ 3,009,320 |
To be used for construction costs, construction contingency, testing
allowances |
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.
Advertised |
ETN and invited
vendors |
RFP closed on |
|
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
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 INFO
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 |
56.13 |
16.05 |
72.18 |
9 |
|
59.38 |
12.46 |
71.84 |
10 |
Quinn |
50.50 |
19.59 |
70.09 |
11 |
NAK |
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 |
|
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
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