Loading...
HomeMy WebLinkAboutPW 01-15 cat/o� - Report to Executive Committee P KERI G Report Number: PW 01-15 Date: February 9, 2015 From: Richard Holborn Director, Engineering & Public Works • Subject: Quotation No. Q-54-2014 - Quotation for the Supply and Delivery of One New Latest Model Year 41,000 lb. GVW Dump Truck with Snow-Plow and Wing - File: A- 1440 Recommendation: 1. That Report PW 01-15 of the Director, Engineering & Public Works regarding the Quotation for the Supply and Delivery of One.New Latest Model Year, 41,000 lb. GVW Dump Truck with Snow Plow and Wing be received; 2. That Quotation No. Q-54-2014 as submitted by Mack Sales and Service of Durham for the Supply & Delivery of One New Latest Model Year, 41,000 lb. GVW Dump Truck with Snow Plow and Wing in the amount of$235,185.77 (HST. included) be accepted; - 3. That the total gross project cost of$236,316.00 (HST included) and the total net project cost of$212,810.00 (net of HST rebate) be approved; 4. That Council authorize the Division Head, Finance & Treasurer to finance the net project cost of$212,810.00 as follows: a. The sum of$19,500.00 as approved in the 2014 Roads Capital Budget to be funded from the Development Charges (DC) City's Share Reserve, to be increased to $21,281.00; b. The sum of$175,500.00 as approved in the 2014 Roads Capital Budget to be funded from the Development Charges (DC) Reserve Fund-Operations Services, to be increased to $191,529.00; and 5. That the appropriate City of Pickering officials be authorized to take necessary action to give effect thereto. Executive Summary: As approved in the 2014 Roads Capital Budget, this new 41,000 lb GVW Dump Truck with Plow and Wing is an addition to the City's fleet compliment, primarily due to growth in the Duffin Heights community, and is funded through Development Charges. The Duffin Heights area has grown from a few homes 1 Report PW 01-15 February 9, 2015 Subject: Supply and Delivery of One New Latest Model Year, 41,000 lb. GVW Dump Truck with Snow Plow and Wing Quotation No. Q-54-2014 Page 2 on Brock Road to its' current size of approximately 1000 residential units completed or under construction and approximately 22 lane km of City roads. Residential development will continue in this area with the possibility of having approximately 1,700 residential units. The addition of this vehicle will allow for an additional winter control salting and plowing route to be created in order to sustain levels of service'. An advertisement was placed on the City's website inviting companies to download the quotation document. Three companies responded by the closing date and time. The quotation submitted by Mack Sales & Service of Durham received the highest score from the Evaluation Committee, meets the required specifications, and is recommended for approval. Financial Implications 1. Quotation Amount Quotation No. Q-54-2014 $208,129.00 HST (13%) 27,056.77 Total Gross Quotation Cost $235,185.77 2. Estimated Project Costing Summary Quotation No. Q-54-2014 for Supply and Delivery of One New Latest Model Year, 41,000 lb. GVW Dump Truck with $208,129.00 Snow Plow and Wing Associated Costs License Fee 1,000.00 Total 209,129.00. HST (13%) 27,187.00 Total Gross Project Cost 236,316.00 HST Rebate (11.24%) (23,506.00) Total Net Project Cost $212,810.00 CORP0227-07/01 revised 2 Report PW 01-15 February 9, 2015 Subject: Supply and Delivery of One New Latest Model Year, 41,000 lb. GVW Dump Truck with Snow Plow and.Wing - Quotation No. Q-54-2014 Page 3 3. Approved Source of Funds 2014 Roads Capital Budget Account Source of Funds Available Budget Required 5320.1402.6158 DC City's Share $19,500.00 $19,500.00 Reserve 5320.1402.6158 DC Reserve Fund-- 175,500.00 175,500.00 Operations Services Additional Funds DC City's Share 1,781.00 Required Reserve ' DC Reserve Fund - 16 029.00 Operations Services Total Funds $195,000.00 $212,810.00 Net Project Cost under (over) Approved Funds ($17,810.00) The amount submitted in the 2014 Budget was an estimate based on previous purchases of a dump truck with snow plow and wing that met the City's specific requirements. However, current market value and updated specifications resulted in a net project cost of$17,810.00 (approximately 9%) higher than the approved funds. The additional funds required will be funded in the same ratio as the approved budget funding sources, specifically 10% from the Development Charges (DC) City's Share Reserve and 90% from the Development Charges (DC) Reserve Fund-Operations Services. Discussion: A new, 41,000 lb GVW Dump Truck with Plow and Wing was identified and approved in the 2014 Roads Capital Budget. Specifications for this vehicle were revised from previous documents to provide for a more robust vehicle with improved. ergonomics, visibility, and increased power;with increased load capacities to provide better dump truck and snow plowing capabilities. An Evaluation Committee consisting of Supply & Services and Engineering & Public Works staff met on December 2, 2014 and each committee member evaluated the three quotations based on the rated criteria. A combined average score for each quotation was determined as part of Stage II of the evaluation process. CORP0227-07/01 revised 3 Report PW 01-15 February 9, 2015 Subject: Supply and Delivery of One New Latest Model Year, 41,000 lb. GVW Dump Truck with Snow Plow and Wing Quotation.No. Q-54-2014 Page .4 After careful review of all submissions received, the Evaluation Committee and the Engineering & Public Works Department recommends acceptance of the revised quotation submitted by Mack Sales & Service of Durham in the amount of $235,185.77 (HST included), and that the total net project cost of$212,810.00 (net of HST rebate) be approved. Attachments: 1. Supply &.Services Memorandum dated November 21, 2014 2. Supply& Services Memorandum dated December 3, 2014 3. Supply & Services Memorandum dated January 13, 2015 Prepared By: Approved/Endorsed By: /71 / / o (Kuzma SCMP, AMCT Rich rd Holb frn, P. Eng. Sup rvisor Public Works Administration Dir tor, Engineering & Public Works Cil . Vera . elgemacher . Stan Karwowski, MBA, CPA, CMA CSCMP, CPPO, CPPB, CPM, CMM Ill Division Head, Finance & Treasurer Manager, Supply & Services Caryn Kong, CPA, CGA Senior Financial Analyst Capital & Debt Management RH:bk Recommended for the consideration of Pickering Ci Council ),Iiiiefal • 2J2a5 cPG/A4C,Tony Prevedel, P.Eng. Chief Administrative Officer CORP0227-07/01 revised 4 . eitl oPicke rigi eerfrg&Pubfir Won rk TACHMENi# TO REPORT# C � 4 A __ t eoi N V 2014 PJ* t4I [ 21 Memo ece,Ved To: Richard Holborn November 21, 2014 Director, Engineering & Public Works From: Vera A. Felgemacher Manager, Supply & Services Copy: Bob Kuzma Supervisor, Public Works Administration Subject: Quotation No. Q-54-2014 Supply and Delivery of One New Latest Model Year 41,000 lb. GVW Dump Truck with Snow Plow and Wing Closing Date: November 18, 2014 File: F-5300-001 Quotations have been received for the above project. An advertisement was posted on the City's website inviting companies to download the quotation document. Three companies submitted a quotation for consideration and evaluation. There are 2 stages in the evaluation process which are outlined in Part 2 — Evaluation of Quotations (copy attached). Stage I consisted of a review to determine which submissions satisfy all of the mandatory submission requirements completed by Supply and Services. Those submissions that satisfy all mandatory requirements will proceed to Stage II. Three quotations will proceed to Stage II. Scoring by the City of each qualified quotation will be on the basis of the rated criteria items outlined in Part 2.3 of the quotation document. Attachments are as follows: 1. Stage II — Evaluation Rated Evaluation process; 2. Evaluation Form (to be used by Evaluation Committee Members); and 3. Copy of the quotations. Supply and Services will co-ordinate an appropriate date and time to arrange a meeting for the evaluation committee and the demonstration. Each member should review the submissions independently and carefully according to the criteria before.the meeting time. All enquiries that any evaluation member may have is to be directed to Supply & Services. In accordance with Purchasing Policy Item 06.12 (c), where the compliant quotation or tender meeting specifications and offering best value to the City is acceptable and the total purchase price over $125,000, the Manager may approve the award, subject to the approval of the Director,Treasurer, C O and Council. If u require further information, please contact me or a member of Supply & Services. ,VAFTg Attachments 5 • Request for Quotation for the Supply and Delivery of One New Latest Model Year 41;090)1#49VW_pump Truck with Snow Plow and Wing Q-54-2014 - Stage 1 — Evaluation of Mandatory Requirements Stage I will consist of a review to determine which quotations satisfy all of the mandatory requirements. Quotations failing to satisfy the mandatory requirements as of the submission date will be provided an opportunity to rectify any deficiencies. Quotations failing to satisfy the mandatory requirements as of the rectification date will be excluded from further consideration. Those submissions that satisfy the mandatory requirements will proceed to Stage II. Quotations are to include the following mandatory requirements: A. Quotation Form (Appendix B); B. Addendum No. 1 Acknowledged; and C. Item 2.2.3 Other Mandatory Requirements (detailed product literature). Company Item Item Item A B C Harper Truck Centres Inc. ✓ ✓ Tallman Truck Centre Ltd. ✓ ✓ ✓ Mack Sales & Service of ✓ Durham 6 .a.7 , ,T. T PLO o r15 _tiF_tF /a�y ►�,P.EPORT#. Quotation No. Q-54-2014 _.__a_of Part 2 — Evaluation of Quotations 2.1 Stages of Evaluation The evaluation of quotations will be conducted-in the following stages: • Stage I will consist of a review to determine which submissions satisfy all of the mandatory requirements. Those submissions that satisfy the mandatory requirements will proceed to Stage II. • Stage II will consist of a scoring on the basis of the Rated Criteria. Subject to the Terms of Reference and Governing Law, the top-ranked respondent as established under the evaluation will be selected to enter into a contract for the provision of the Deliverables. The selected respondent will be expected to enter into a contract within the timeframe specified in the selection notice. Failure to do so may, among other things, result in the disqualification of the respondent and the selection of another respondent, or the cancellation of the RFQ. 2.2 Stage I - Mandatory Requirements, Submission and Rectification 2.2.1 Submission and Rectification Date Other than inserting the information requested on the mandatory submission forms set out in the RFQ, a respondent may not make any changes to any of the forms. Respondents the mandatory requirements will be provided an submitting quotations that do not meet t ry q p opportunity prior to the Rectification Date to rectify any deficiencies. 2.2.2 Quotation Form (Appendix B) Each quotation must include a Quotation Form (Appendix B) completed and signed by the respondent. 2.2.3 Other Mandatory Requirements The respondent shall include detailed product literature that includes warranty details and full specifications of the unit being quoted. The respondent shall provide a demonstration of the cab and chassis being quoted upon or an exact equivalent model, including a provision for City staff to operate the vehicle. The vehicle will be demonstrated at the City of Pickering Operations Centre, 2570 Tillings Road, Pickering Ontario or at a mutually convenient location. Such demonstration shall be provided at no charge to the City and scheduled at a mutually agreeable time and date. 2.2.4 Rectification Date Quotations satisfying the mandatory requirements before the Rectification Date will proceed to Stage II. Quotations failing to satisfy the mandatory requirements by the Rectification Date will be excluded from further consideration. 7 Page 5 of 42 of Quotation No. Q-54-2014 2.3 Stage II - Rated Criteria Stage II will consist of an evaluation of the total purchase price to determine lowest price and acceptable specifications. Rated Criteria Category: Weighting (Points) Pricing 40 Conformance to General Specifications 20 Engine Specifications 20. Vehicle Demonstration (cab and chassis) 20 Total Points 100 In the event of a tie score, the selected respondent will be determined in accordance with the City's Purchasing Procedures Pricing - Total Points = 40 Points Pricing will be scored based on a relative pricing formula using the lump sum price set out in the Rate Bid Form. Each respondent will receive a percentage of the total possible points allocated to price for the particular category it has bid on by dividing that respondent's price for that category into the lowest bid price in that category. For example, if a respondent bids $120.00 for a particular category and that is the lowest bid price in that category, that respondent receives 100% of the possible points for that category (120/120 = 100%). A respondent who bids $150.00 receives 80% of the possible points for that category (120/150 = 80%), and a respondent who bids $240.00 receives 50% of the .possible points for that category (120/240 = 50%). Lowest unit price x Total available points = Score for quotation with the second- Second-lowest unit price lowest unit price Lowest unit price x Total available points = Score for quotation with third-lowest Third-lowest unit price unit price And so on, for each quotation. Conformance to General Specifications = 20 Points All specifications must be fulfilled in accordance with Appendix A— Item 8. Engine Specifications = 20 Points Conformance to engine specifications, or approved equivalent engine. • 8 Page 6 of 42 ATTACH P E NTL _ /: �. ,4O REPORT# Pw -01-/b of Quotation No. Q-54-2014 Vehicle Demonstration = 20 Points • Optimization of cab layout to maximize functionality (ergonomics) -10 Points; • Comfort, visibility and safety as shown during the demonstration of the make, model and year of vehicle being quoted -10 Points. • . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . 9 Page 7 of 42 ` ' --i r..? : # 19w o -/ t, ' r s ^ _E I- C E . O > U . t7 o 2 o r -- Co . C L. Co of Co (C a) c Q d -0 v C C i d' O O 5 Co O '++ CO V Co M N N 0 41 O O co L0 d a Cl) 0 \- C J G E —N. m Z dV) Q o a) C E C Z 1.+ _ C ..0 ••O a) ._. Y Co 0 O O O C O y.. C1 Q. P C (Ni N C.•• 0 : 'a O. N- >d fa O (a O `�- 0 4_ C a) . N O C p cn p ° CO .- Ec o ho a .a 0 , c N O a) p �= J N . Cti U � IO Boa) • U > (A `� X O O (B _ C a) > :O V L a) >,— a) La V CO I— as c cu -0 � . .o o a) o as C . O C U O ,>.c Cl) 7 U _ +� _ L C:6 = a, C = O- co C N 2 O 0 r. ;O 0)O Cr it a) � 0EQ ° o al 04=• U cnCEc Cl) Co ) .f. i C EL co O QO CO O -- 4U_ U •0 c co N EO -0 F- O E LE I- a) L CD F. c Q C 0 a ,- o. 0 a) 0 g UE '5Co C' o OE Ucn >. >, " N a) O � C > U Co O . 0 o o -0 . Co N U 0 7 ,C O 0 c - 0 F— Ce 0 Q Co W a a > Co Q Cl)N 0 Co W J W 10 ATTACH MENT#,® 1 z. TO REPORT# PW n1'l5 ai E H 2c . • C a) E Q > C) .Q o N O = cl 74; (6 a) C I I_co Of Ct do o d a) o ca o = o O E r v c',1 r ,J Cl) N O r 0 - a c CO � o o J J o E o Z V) a) L .c Z a) o c E o m c = a_ 'o co _ a) a • Ti O �' o c) o 0 0 o c oi" YC) Q- N . Q N N c- c- L. a o i �= LL > :a Q a) i it W CO.� a) : > Q' o o .§ �a) N (N O 00 - o C C . C a) u N O co - N 4 C C O co >+ C O 6 U al •— � � E N-I-, o >> � o. 0 O- (6 •C 0 N n r "a3 N E > Cl) co +� O co C 0) O >. C () > U)`- Q C Q O - c 0 C X O a) U f6 I— C6 C (6 (6 .. O -13 a) N a) N CO "_' r = Cr ` N O d+ a) En. 00 2 C = u 2c)0 N N C9 Q _ ai ,F O U .c a) O �+ V O C U c6 •C N c6 a) E > = a) .Q t acn a) '�- a) 3 ' ' E .� ,Eco ocCa CO Q. Uv � �c a) 4..-. Eoa) -c . . . . . Y 5 CE � � a .2 OETUo > >; r - c. L- a) -a a) a) c6 N .0 0 a) d C N U O) co = - • • C E .0 a O o C C S a) Q. 0 1— . CC 0 < co IA a) a) > ca ca N o t6 J fY W 11 71'': 'r is ri, _ 1 Wr:.r rORE0ORT# Q)'l6 of N E 4 . c a) E 0 > U 0 . o m 0 o ai a as a as 0) = C') a) = _ C o m . o T NL U)E 74.-3 C'1 Jo • E CL . � 0) dc a a)Z a ca2 = C a) c � > 'o cEa co tt) a = E = 3 _. �a% O � o o 0) 0 0 0 o c O `F' V Q N N = N N N— I . a It LV Cr 'a p) > Q O C 'a as E a ?� 'ca 0 Q O ca -a E `� _ (a N O a) ca +�' — C 6 O O a 0 a� a) - a) ca a) •o — L = O a) 4- a) E > = ca _ CU U C I p o >, co O >, U ca Q Q C p � "= C a) C "O O > X O (B .n c6 ) V) C L as _a L ~ a R— h 0 C ^ +> O a) • O a O L C t O C _ ,t c 06 p .Q 0) a) ra) 0) O — . ma co cL C = U ;fA =O O � >p i + a i aj Y C O �-+ `�- U � co! N 'N O � ° Y ~ U O) a) .L a) }, > U .0 E C O C ca -- as g_ E 2 c � a) Qa.) a) ) E .x.o E o .E �. _ 2 a) 2- •L as -2 C Q- C p Q a5 L p 0 a) O 5 V E 0 cam co O E ° U We > >, a' g- a) -a c a) ca U - .o a) 2, C Cl) 8 .5.6).0 C • .• N C - as O = U C C S a) , O F— C U < as W a) a) > CU CU N U > f J W 12 _ TOREPORT#T 61 -10 ot • • Memo • _ • . • To: Richard Holborn December 3, 2014 • Director, Engineering & Public Works From: Vera A. Felgemacher - Manager, Supply & Services Copy: Bob Kuzma Supervisor, Public Works Administration Subject: Quotation No. Q-54-2014 Quotation for Supply and Delivery of One New Latest Model Year 41,000 lb. GVW Dump Truck with Snow Plow and Wing Closing Date: November 18, 2014 File: F-5300-001 Further to the memo dated November 21, 2014, three quotations proceeded to Stage II of the evaluation process. Stage II consists of a scoring on the basis of the Rated Criteria. Subject to the Terms of Reference and Governing Law, the top-ranked respondent as established under the evaluation will be selected to enter into a contract for the provision of the Deliverables. Evaluation Committee meetings were held by Public Works staff on Tuesday, December 2, 2014 • and Wednesday, December 3, 2014. Each member of the Evaluation Committee has completed evaluating the three quotations. A combined average score for each'quotation was determined, completing Stage II of the evaluation process. Mack Sales &Service of Durham is the highest ranking respondent. The total purchase price is $205,629.00, HST extra. In accordance with Purchasing Policy Item 06.12 where the compliant quotation or tender meeting specifications and offering best value to the City is acceptable and the total purchase price is over $125,000, the Manager may approve the award, subject to the approval of the Director, Treasurer CAO and Council. An approved "on-line" requisition will be required to proceed after receiving requisite approvals noted above. . Please do.not disclose_pricing to enquiries. Calls can be redirected to.Supply & Services. . Respondents will be advised of the outcome in due course. If you require further information or assn ance, please contact me or a member of Supply &Services. VAFfjg . Attachments • 13 E{ Y • po 01-15. wcacintim[- Memo• • To: Richard Holborn January 13, 2015 Director, Engineering & Public Works From: Vera A. Felgemacher - Manager, Supply & Services • Copy: Bob Kuzma Supervisor, Public Works Administration Subject: Quotation No. Q-54-2014 • Quotation for Supply and Delivery of One New Latest Model Year 41,000 lb. GVW Dump Truck with Snow Plow and Wing Closing Date: November 18, 2014 - File: F-5300-001 • Further to the memo dated December 3, 2014, the purpose of this communication is to advise of revisions to the evaluation of pricing reviewed during Stage II. Pricing submitted as of November 18, 2014 has expired. Respond ents have advised pricing is being affected by the changes in the $CAN/$US exchange rate and the model year bid upon is no longer available in 2015. Each respondent has submitted revised pricing and Mack Sales & Service of Durham remains the highest ranking respondent. The total purchase price has been revised to $208,129.00, HST extra. Pricing is firm until February 20, 2015. In accordance with Purchasing Policy Item 06.12 where the compliant quotation or tender meeting specifications and offering best value to the City is acceptable and the total purchase price is over . . $125,000, the Manager may approve the award, subject to the approval of the Director, Treasurer , CAO and Council. An approved "on-line" requisition will be required to proceed after receiving requisite approvals noted above. • Please do not disclose pricing to enquiries. Calls can be redirected to Supply & Services. Res ondents will be advised of the outcome in due course. If you require further information or ass' tance, please contact me or a member.of Supply & Services. , VAF/rr • • 14