Loading...
210824 Town Hall AGDThe Corporation of the Town of Tillsonburg Town Hall Steering Committee Meeting August 24, 2021 12:00 p.m. Electronic Meeting AGENDA 1.Call to Order 2.Adoption of Agenda Proposed Resolution #1 Moved by: Seconded by: THAT the agenda as prepared for the Town Hall Steering Committee meeting of August 24, 2021, be adopted. 3.Disclosures of Pecuniary Interest and the General Nature Thereof 4.Adoption of Previous Minutes Proposed Resolution #2 Moved by: Seconded by: THAT the Minutes as prepared for the Town Hall Steering Committee meeting of April 14, 2021, be adopted. 5.General Business & Reports 5.1 Review FABRIK draft report – Haley/Elishia 5.2 Municipal Modernization Funding Intake 2- Kyle Pratt 5.3 Space/IT Needs Study – RFP - Cephas 6.Round Table 7.Next Meeting 8.Adjournment Proposed Resolution #4 Moved by: Seconded by: THAT the August 24, 2021 Town Hall Steering Committee meeting be adjourned at _____ p.m. The Corporation of the Town of Tillsonburg Town Hall Steering Committee Meeting April 14, 2021 11:30 a.m. Electronic Meeting MINUTES Present: Councillor Esseltine, Councillor Luciani, John Veldman, Andrew Gilvesy, Rick Strouth, Mayor Stephen Molnar, Jesse Goossens Staff: Laura Pickersgill, Executive Assistant; Kyle Pratt, CAO; Chris Baird, Director of Recreation, Culture & Parks; Geno Vanhaelewyn, Chief Building Official; Cephas Panschow, Development Commissioner Regrets: Sheena Pawliwec, Director of Finance Guest: Carlos Reyes, Director of Operations & Development 1.Call to Order The meeting was called to order at 11:35 a.m. 2.Adoption of Agenda Resolution #1 Moved by: Councillor Esseltine Seconded by: Councillor Luciani THAT the agenda as prepared for the Town Hall Steering Committee meeting of April 14, 2021, be adopted. Carried 3.Disclosures of Pecuniary Interest and the General Nature Thereof There were no disclosures of pecuniary interest declared. 4.Adoption of Previous Minutes Resolution #2 Moved by: Rick Strouth Seconded by: Councillor Esseltine THAT the Minutes as prepared for the Town Hall Steering Committee meeting of March 18, 2021, be adopted. Carried 5.Closed Session Resolution #3 Moved by: Andrew Gilvesy Seconded by: Rick Strouth THAT the Town Hall Steering Committee moves into closed session to discuss: a trade secret or scientific, technical, commercial, financial or labour relations information, supplied in confidence to the municipality or local board, which, if disclosed, could reasonably be expected to prejudice significantly the competitive position or interfere significantly with the contractual or other negotiations of a person, group of persons, or organization. Carried 6. General Business & Reports 6.1 Space Needs Study- Operations- Carlos Reyes Carlos provided an overview of the space needs study results from the consultant. It was noted that this would be a four phase project. Phase one is the addition of the salt facility, phase two is the fleet addition, phase three would be the adm in and roads renovation and phase four 4 would be the hydro, parks and water renovation. The consultant indicated that by including the proposed additions there would still be plenty of room to accommodate these staff members and parking needs. The project would result at an addition of approximately 40,000 square feet of new construction at a cost of $300 per square foot which results in approximate project estimate of $10-$12 million. Carlos noted that the General Manager of Hydro operations was involved in this process and is agreeable to this proposed layout. It was noted that there is only one bay and storage area for THI in this concept which has been noted as sufficient by the General Manager. Staff would like to have a report to Council in one t o two months time to allow Council to provide direction on how to proceed. The salt facility and fleet addition phases have already been pre-approved by Council. There should not be any concerns regarding zoning under the Planning Act that would prevent this concept from moving forward. 6.2 Employee Survey Results- Kyle Pratt Kyle provided an overview of the employee survey results and noted that there have been some additional changes made since the release of these results with individuals categorized under the wrong section (administrative vs. operational) Kyle noted that COVID-19 has had a huge impact and has allowed many staff to work remotely. Kyle mentioned that the City of Brantford has announced they are not going forward with a Town Hall but rather are going to follow a remote work first model with hub still available for residents to access services in-person. It was noted that the private sector has been following the remote work model for much longer and the public sector is just now following suit. Cephas outlined that based on the survey results and those who indicated they could work from home that it would roughly reduce the footprint required in office space by one-third. It was noted that this will result in significant cost savings. It was suggested that staff keep an eye on manufacturing buildings that come up for sale that could be used to meet the Town’s operational staff needs rather than expanding the existing building at 20 Spruce Street. Staff will move forward with sending these results to the space needs study consultant to have the existing study updated. It was cautioned that staff be aware of potential legislation changing in the future regarding hybrid work models and 40 hours work weeks as well as considering future growth of the Town and future staffing requirements. It was suggested that the question about employee productivity be directed to managers rather than having the staff answer as that may alter the results by staff answering the question based on their ‘best behaviour’ answer. Kyle noted that already in this past year while working remotely managers are keeping track of employees with reduced productivity and have been bringing them back into the office to work instead. Mayor Molnar left the meeting at 12:49 p.m. Staff with have the space needs consultant update the scope of work based on the survey results. This scope will be circulated by email to this Committee and then staff will proceed with having the consultant officially update the space needs study based on these results. 7. Round Table 8. Next Meeting To be determined 9. Adjournment Resolution #4 Moved by: Jesse Goossens Seconded by: Councillor Luciani THAT the April 14, 2021 Town Hall Steering Committee meeting be adjourned at 1:05 p.m. Carried MINIMUM Estimated Cost: * MAXIMUM Estimated Cost: * $100,000 $150,000 Updated/Refined Space Needs Study $60,000-$80,000 Information Technology (IT) Review $20,000-$30,000 Solid Waste Management Study $20,000-$40,000 Brief Description of Third-Party Review Project The Town is applying for funding for an updated/refined space needs study, information technology review, and a solid waste management review/study. With the Town of Tillsonburg looking to consolidate its administration/operations to provide more modern, efficient and effective services, the information technology review complements this process as the Town continues to digitally modernize its services in this process. Summary of the objectives of your proposed third-party review project An updated/revised space needs study will provide the Town with the information required to evaluate how to improve administrative and operational efficiencies in a consolidated facility(ies). Furthermore, the goal of consolidated administration and/or operations facility will provide efficient and effective delivery of services to the public and equally improve safety, and modernization of processes. Either, in conjunction with the space needs study or a separate study, an IT analysis would be undertaken to review how IT applications and licenses can be integrated to provide the most efficient, effective and cost friendly options. The objective of having a solid waste management review done would be to find savings and efficiencies and provide specific and actionable recommendations to both Oxford County Council and Town Council for an updated solid waste management system. The expected outcomes from an updated/revised space needs study is to provide a needs analysis of both administrative and operational space. Given the lessons learned from COVID-19 and the proper use of technology, there are several possibilities to combine our administrative and operations facilities, at reduced costs, and in more efficient, effective and modernized capacities. What is more, the municipality's Town Hall Steering Committee will use this information to provide a recommendation to Town Council on the best solution to move forward with a new and/or updated Town Hall with appropriate space and information technology for employees and customers. The IT study will allow the Town to leverage virtual Town hall services, to serve residents more flexibly, efficiently, effectively and accessibly. Municipal Modernization Funding - Intake 2 - Space Needs/IT Summary of expected outcomes of your proposed third-party review project In summary, the Town will use this information to modernize customer service and service delivery. Cost savings are expected. Given the lessons learned from COVID-19 and the proper use of technology, there are several possibilities to combine our administrative and operations facilities, at reduced costs, and in more efficient, effective and modernized capacities. What is more, the municipality's Town Hall Steering Committee will use this information to provide a recommendation to Town Council on the best solution to move forward with a new and/or updated Town Hall with appropriate space and information technology for employees and customers. The IT study will allow the Town to leverage virtual Town hall services, to serve residents more flexibly, efficiently, effectively and accessibly. In summary, the Town will use this information to modernize customer service and service delivery. Cost savings are expected. The expected outcome of the solid waste management study would be to incorporate improvements to the large article collection program and to eliminate/improve the curbside leaf collection program. 1 | P a g e REQUEST FOR PROPOSALS RFP2021-008 Town Hall Space Needs Design and Information Technology Modernization Strategy ONLINE SUBMISSIONS ONLY WILL BE RECEIVED BY THE TOWN’S BIDDING WEBSITE NO LATER THAN 2:00 P.M. LOCAL TIME ON SEPTEMBER 27, 2021 2 | P a g e TABLE OF CONTENTS: SCHEDULE A. TABLE OF CONTENTS…………………………………………….2 SCHEDULE B. INSTRUCTIONS TO BIDDERS…………………………………....3 SCHEDULE C. TERMS OF REFERENCE…………………………………………… 11 SCHEDULE D. PROPOSAL EVALUATION CRITERIA………………………….14 3 | P a g e SCHEDULE “B” – INSTRUCTIONS TO SUPPLIERS 1.0 Bid Documents 1.1 The following documents form the basis of this bid process (the “Bid Documents”): a) RFP2021-008 Bid Documents b) Addenda issued during bidding period; 1.2 Check Bid Documents for completeness upon receipt. Inform the Town immediately: a) Should any documents be missing or incomplete; or, b) Upon finding any discrepancies or omissions. 1.3 Complete set of Bid Documents are available at Town of Tillsonburg online bidding system at https://tillsonburg.bidsandtenders.ca 1.4 The Bid Documents are made available only for the purpose of submitting bids for the project. Availability and/or use of the Bid Documents do not confer a license or grant for any other purpose. 2.0 Amendments to Bid Documents 2.1 Questions in relation to this RFP shall be directed in writing via email to Hussain Lakhani, Purchasing Coordinator at hlakhani@tillsonburg.ca. Deadline for all questions regarding this RFP is September 20, 2021. The Town of Tillsonburg reserves the right to neither accept nor consider any questions received after 2:00 p.m., local time on this date. The Town of Tillsonburg will review all questions received and prepare a response that is sent as an addendum to all Respondents. 2.2 A bid shall be disqualified where contact is made with any person at the Town other than the individuals outlined above. 2.3 The Town shall not be responsible for instructions, clarifications or amendments communicated orally. Instructions, clarifications or amendments which affect the Bid Documents may only be made by addendum. 2.4 If bidders find discrepancies, omissions, errors, departures from building by-laws, codes or good practice, or points considered to be ambiguous or conflicting, they shall bring them to the attention of the Town as per Section 2.1 in writing, and not less than seven (7) business days before the bid closing date, so that the Town may, if the Town deems it necessary, issue instructions, clarifications, or amendments by addendum to all bidders prior to the bid closing date. The Town will endeavor to issue such addenda at least seventy-two (72) hours prior to bid closing. 3.0 Addendum/Addenda 3.1 Addendum/Addenda, if required, issued by the Economic Development & Marketing Coordinator shall form part of the Bid Call Document. Proponents shall acknowledge receipt of any addenda when submitting their Bid through the Bidding System. Bidders shall check a box for each addendum/addenda and any applicable attachments that has been issued before a Bidder can submit their Bid submission online. 4 | P a g e 3.2 Addendum/Addenda will typically be issued through the Bidding System, Seventy-Two (72) Hours prior to Closing Time and Date. 3.3 In the event an addendum is issued within Seventy-Two (72) Hours prior to Closing Time and Date, it may include an extension of the Closing Time and Date. It is the responsibility of the Bidder to have received all Addendum/Addenda that have been issued. Bidders should check online at https://tillsonburg.bidsandtenders.ca prior to submitting their Bid and up until Proposal closing time and date in the event additional addendums are issued. 3.4 The Owner encourages Bidders not to submit their Bid prior to Seventy-Two (72) hours before the Bid closing time and date, in the event that an addendum is issued. If a Bid der submits their bid prior to this or at any time prior to the bid closing and addendum/addenda is issued by the Owner, the Bidding System shall WITHDRAW their Bid submission and change their Bid submission to an INCOMPLETE STATUS (NOT accepted by the Owner) and the Withdrawn Bid can be viewed by the Bidder in the “MY BIDS” section of the Bidding System. The Proponent is solely responsible to: a) make any required adjustments to their Bid; and b) acknowledge the addendum/addenda; and c) Ensure the re-submitted Bid is RECEIVED by the Bidding System no later than 2:00:00 p.m. (14:00:00 hours) local time, on the Bid Closing Date. NOTE: Additional company contacts are recommended for the reasons outlined below: I. Do not invite any additional contacts that you do not want to have access to view, edit, submit and/or withdraw or who may be in direct competition for example (a company may have two divisions that could compete for the same Bid Opportunity). II. You are strongly urged when creating or updating a Bidding System Vendor account to add additional company contacts to create their own login to the Bidding System. This will permit your invited contacts that have created their own login to manage (register, submit, edit a nd withdraw) Bids which your Company is a Registered Plan Taker for. In the event you are on vacation, or due to illness, etc. these additional contacts may act on your Company’s behalf and have the authority to; receive addendum notifications from the Bidding System, and where permitted by the terms and conditions of the Bid Call Document, to submit Bids electronically through the Bidding System and/or withdraw and/or edit and/or acknowledge addendum/addenda, on your behalf III. If you are an invited company contact it is imperative that you create your login from the link contained in the email invitation. Do NOT go directly to Tillsonburg’s Bid Opportunity website and create a separate vendor account. 4.0 Bid Performance & Security (Not applicable to this proposal) 4.1 Each bid shall be accompanied by bid security, if applicable, in the form of a bid bond or certified cheque. All bid bonds shall name the Town as oblige and be issued by a surety licensed to conduct surety and insurance business in Ontario. The bid security is for the benefit of the Town and stands as security that the bidder, if awarded the contract, will deliver the performance security and evidence of insurance and other documents required by these Instructions to Bidders or by the contrac t, and will execute the contract. The bid security shall remain valid for a period of sixty (60) days from the date of bid submission. 5 | P a g e 4.2 The bid security of the bidder whose bid is accepted will be retained by the Town to compensate the Town for the damages it will suffer should the successful bidder fail to execute the contract and/or fail to provide the specified performance security and/or evidence of insurance and other documents required by these Instructions to Bidders or by the contract. 4.3 The bid security of the bidder whose bid is accepted will be returned after the delivery of the specified performance security and evidence of insurance and other documents required by these Instructions to Bidders or by the contract, and after the executio n of the contract. The bid security of all other bidders will be returned after the execution of the contract or after the expiry of this bid process without an award of contract or after the rejection of all bids. 4.4 Each bid shall be accompanied by an agreement to bond issued by the same surety company that provides the bid bond (if applicable), undertaking to provide a fifty percent (50%) performance bond and a fifty percent (50%) labour and material payment bond, both to be delivered to the Town if the bidder is awarded the contract. 4.5 Bids not accompanied by the required bid security and the required agreement to bond shall be declared non-compliant and rejected. 4.6 Include the cost of all bonds in the bid price. 5.0 Bid Completion 5.1 The Town of Tillsonburg (the Owner) shall only accept and receive Electronic Proposal submissions through the Owner’s bidding system, hereafter called the “Bidding System”. 6.0 Bid Submission 6.1 All Bidders shall have a bidding System Vendor account and be registered as a Plan Taker for this Bid opportunity, which will enable the Bidder to download the bid document, to receive Addenda/Addendum email notifications, download addendums and to submit their bid electronically through the Bidding System. 6.2 The closing time shall be determined by the Bidding System Web Clock. 6.3 Bidders are cautioned that the timing of the submission is based on when the Bid is Received by the Bidding System, not when a Bid is submitted by a bidder, as transmission can be delayed in an “Internet Traffic Jam” due to file transfer size, transmission speed. 6.4 The bidder acknowledges that all submitted bids shall become a record belonging to the Town which makes them all subject to the Municipal Freedom of Information and Protection Privacy Act, R.S.O., Chapter M.56, as amended. 7.0 Bid Withdrawal 7.1 A Bidder may edit or withdraw their Bid submission prior to the closing time and date. However, the Bidder is solely responsible to ensure the re-submitted bid is RECEIVED by the Bidding System no later than 2:00:00 p.m. (local time), on the Bid Closing Date. 8.0 Bid Expiry Period 8.1 Bids shall be irrevocable for a period of sixty (60) days from the date of submission, after which period the bid expires. 6 | P a g e 9.0 Bid Opening and Evaluation 9.1 Bids will not be opened publicly. Bid submissions will be provided to Council and therefore those bids will become a public document at that time. 9.2 In the event that more than one bid is received from the same bidder, only the last bid received will be considered. 9.3 The Town may reject the lowest or any bid or part of any bid, reject all bids or cancel this bid process in whole or in part. 9.4 The bid price offered on the Form of Bid will be considered the bidder’s “Base Bid”. The Town reserves the right, but has no obligation, to adjust all bidders’ Base bids by the amounts of any alternative prices which the Town, in its discretion, decides to accept. 9.5 The Town reserves the right to award the contract to the bidder which submitted the bid which, in the Town’s sole discretion, provides the best value to the Town based on the criteria described in the Bid Documents including, but not limited to, a bidder’s: a) Base Bid; b) Base Bid, as adjusted by the Town pursuant to the Bid Documents, and c) Clarification provided pursuant to Section 10 (Requests for Clarification) 9.6 The Town may accept or reject any regular, irregular, unbalanced, informal or non- compliant bid. 9.7 Incomplete or conditional bids may be declared non-compliant. 9.8 The Town reserves the right to consider, during the evaluation of the bids; a) Information provided in the bid itself; b) Information provided in response to enquiries of credit and industry references set out in the bid; c) Information received in response to enquiries made by the Town of third parties apart from those disclosed in the bid in relation to the reputation, reliability, experience and capabilities; d) The manner in which the bidder provides services to others; e) The experience and qualifications of the bidder’s senior management and project management; f) The compliance of the bidder with the Town’s requirement and specifications; and, g) Innovative approaches proposed by the bidder in the bid. 9.9 The bidder acknowledges that the Town may rely on the criteria which the Town deems relevant, even though such criteria may not have been disclosed to the bidder. By submitting a bid, the bidder acknowledges the Town’s rights under this section and absolutely waives any right, or caused of action, against the Town and its consultants, by reason of the Town’s failure to accept the bid submitted by the bidder, whether such right or cause of action arises in contract, negligence or otherwise. 9.10 The Town reserves the right to open the bid and negotiate with a single bidder, in cases where only one bid is received, or to negotiate with a bidder of the Town’s choice, if all bids are over budget or too high. 7 | P a g e 9.11 Should the Town receive no compliant bids, the Town, in its discretion, may re-bid the Project or may negotiate a contract for the whole or any part of the Project with a bidder which has submitted a non-compliant bid. 9.12 In the event that two (2) or more compliant, equal bids are submitted during a competitive bid process, the Town shall determine the successful bidder by drawing a bidder’s name, as determined by the CAO. 10.0 Quotation Price: 10.1 The Quotation provides that the quotation price shall be provided in numbers only. 10.2 A mathematical or transposition discrepancy or error on the face of a quotation may be corrected by the Town by correcting the quotation price accordingly, unless otherwise decided by the Town. a) Where the discrepancy is in respect of a figure represented numerically and in words, the figure as written in words shall be accepted as correct, and the numerical representation will be corrected accordingly. b) Where the discrepancy is in respect of extensions of unit prices, the unit price shall be taken as correct, and the extension shall be corrected accordingly. c) Where a mathematical error is made in adding line items to a total, the correct addition shall be taken as correct, and the recorded total will be corrected accordingly. d) Where an error has been made in transferring an amount from one part of the quotation to another, the amount shown before transfer shall, subject to any corrections as provided for above, be taken to be correct and the amount shown after the transfer and the quotation price shall be corrected accordingly. e) Where the discrepancy or error is such that more than one of the foregoing provisions applies, the corrections shall be applied sequentially starting at a) above. 10.3 Where the discrepancy or error is such that none of the foregoing pro visions apply, the discrepancy or error shall be corrected by taking the lower of the inconsistent amounts as being correct, and the higher amount shall be corrected accordingly. 10.4 If a Supplier has failed to enter a price for an item of work set out in the Quotation Document, the Supplier shall, unless the Supplier has specifically stated otherwise in the Quotation, be deemed to have allowed elsewhere in the Quotation for the cost of carrying out the said item of work and, unless otherwise agreed to by the Town, no increase shall be made in the Total Discount Price on account of such omission. 11.0 Requests for Clarification 11.1 The Town may contact any one or more bidders to request clarification or further information without any obligation to contact other bidders. Such additional clarification shall be provided promptly by the bidder to the Town. The Town may, but is not obligated to, amend or revise the bid based on the clarification or further information. 11.2 Requests for information shall not be construed as acceptance of a bid 8 | P a g e 12.0 Taxes 12.1 The Harmonized Sales Tax (HST) shall not be included in the bid price. All other eligible taxes shall be included in the bid price. Any taxes or increases to taxes announced prior to the date of the issuance of the Bid Documents and scheduled to come into effect subsequent to it shall be taken to be included in the bid price. 13.0 Award of Contract, Execution of the Contract & Documents to be Delivered 13.1 Bidders shall not issue or make any statements or news releases concerning their bid, the bid process, the Town’s evaluation of the bids, or the Town’s award or cancellation of the bid process without the express written consent of the Town. 13.2 Prior to commencing the work, the bidder shall deliver to the Town: a) Certified true copies of the insurance policies required by the Bid Documents; and, b) A current Clearance Certificate issued by the Workplace Safety and Insurance Board. 13.3 The bidder shall execute the contract and deliver the executed original to the Town within ten (10) business days of award notification from the Town. 13.4 The bidder agrees that the Town shall not be deemed to be the employer of the bidder nor its personnel under any circumstances whatsoever. 14.0 Liability 14.1 If a bidder breaches the “bid contract”, including by failing to execute the contract, for whatever reason, the bidder shall be liable to pay to the Town, at the Town’s election as follows: a) The difference between the base bid prices of the breaching bidder and the bidder who subsequently executes the contract; or, b) The amount set out in the bid bond or certified cheque; And these amounts shall be considered liquidated damages, not a penalty, and the bidder hereby acknowledges that these amounts are a reasonable pre-estimate of damages which will likely be suffered by the Town should a breach of the “bid contract” occur. The Town shall have the right to draw upon the bid bond or certified cheque should a breach of the “bid contr act” occur, irrespective of any other terms or conditions set out in the bond. 14.2 A bidder, by submitting a bid, agrees that it will not claim damages, by any means, in respect to any matter relating to the contract or bidding process in excess of an amount equivalent to the reasonable costs incurred by the bidder in preparing its bid and waives any claim for loss of profits if no contract is made with the bidder. 15.0 Disputes PROCESS FOR COMPLAINT RESOLUTION 15.1 The following procedure shall apply to the conduct of Complaint Resolutions by the Town of Tillsonburg. 9 | P a g e a) An unsuccessful Supplier shall request a meeting with the Department Coordinator and the Director. Such request will be in writing and shall (i) provide a detailed statement of the legal and factual grounds of the protest, including copies of relevant documents, and (ii) identify the form of relief requested. b) Where, after a meeting with the Department Coordinator and the Director, the Supplier is satisfied that its concerns have been addressed and that the purchasing process was conducted in a fair and equitable manner, no further action shall be required. Documentation in respect of the protest in question shall be maintained by the Buyer(s) for future reference. c) Where, after a meeting between the Supplier, the Department Coordinator and the Director, it is concluded that the purchasing process was materially flawed, for any reason, the Director shall issue a report to the Chief Administration Officer for his approval recommending corrective action. d) Where, after a meeting between the Supplier, the Department Coordinator and the Director, the parties fail to achieve a mutually satisfactory resolution, the Supplier may request an opportunity to present its case to the Chief Administration Officer, provided that the supplier’s request is in writing. e) In the event of a dispute arising in connection with this bid process that cannot be resolved with the above “complaint resolution process” including, without limitation, a dispute concerning the existing of the “bid contract” or a breach of the “bid contract”, or a dispute as to whether the bid of any bidder was submitted on time or whether a bid is compliant, the Town may refer the dispute to a confidential binding arbitration pursuant to the Arbitration Act, 1991, as amended, before a single arbitrator with knowledge of procurement/bidding law. In the event that the Town refers the dispute to arbitration, the bidder agrees that it is bound to arbitrate such dispute with the Town. Unless the Town shall refer such dispute to binding arbitration, there shall be no arbitration of such dispute. 16.0 Claims or Litigation 16.1 The Town shall not consider bids received from parties with whom the Town is in litigation, or pending litigation, unless approval allowing such consideration is obtained by the bidder from the Council of the Town prior to the close of bidding. 16.2 Bids which are not considered pursuant to the aforem entioned policy shall be returned to the bidder and no contract in regard to the bid process shall have been created as between the bidder and the Town. 17.0 Representation & Warranty 17.1 The bidder represents and warrants that its bid is compliant with the terms set out in the Bid Documents. The bidder acknowledges that the Town is relying on this representation and warranty. In the event that the bidder’s bid is accepted by the Town and the bid is held by a Court of competent jurisdiction to be non-compliant with the terms set out in the Bid Documents in a proceeding commenced by another bidder (the “Claimant”), the bidder will indemnify the Town for any award of damages. Howsoever characterized, that are payable to the Claimant as well as for the Town’s actual legal expense, including all legal fees and disbursements as billed to the Town. 10 | P a g e 18.0 Freedom of Information 18.1 The bidder acknowledges that any bid submitted shall become a record belonging to the Town and therefore is subject to the Municipal Freedom of Information and Protection of Privacy Act, R.S.O. 1990, c M.56, as amended. (MFIPPA) MFIPPA provides that an individual, businesses and other organizations have a legal right to request records held by the Town, subject to specific limitations. The bidder should be aware that it is possible that any records provided to the Town, including but not limited to, pricing, technical specifications, drawings, plans, audio visual materials or information about staff, parties to the bid or suppliers could be requested under this law. If the bidder believes that all or part of the bid should be protected from release, the relevant parts should be clearly marked as confidential. Please note that this will not automatically protect the submission from release, but it will assist the Town in making a determination on release if a request is made. The Town will use its best efforts not to disclose any information so marked confidential but shall not be liable to a Proponent where information is disclosed by virtue of an order of the Privacy Commissioner or otherwise as required by law. END OF SCHEDULE “B” – INSTRUCTIONS TO SUPPLIERS 11 | P a g e SCHEDULE C: TERMS OF REFERENCE 1.0 TERMS OF REFERENCE Introduction & Background The Town of Tillsonburg is seeking a qualified firm to provide professional advice and services to assist with the consolidation of the Town’s administrative and operations functions with the goal of providing enhanced service delivery to its ratepayers. This will be complemented by an Information Technology service review that will make recommendations on technology enhancements for the consolidated Town Hall. A Space Needs Study was undertaken in 2016 when the Town initiated a new Town Hall process that culminated in Council’s decision in December 2019 not to proceed with a Design/Build Leaseback option for a new Town Hall. Despite the end of that process, there is a need to consolidate and refine the Town’s various locations and departments, which are spread across the community. The Town of Tillsonburg currently provides services from four main locations as follows:  Corporate Office – 200 Broadway (located on the 2nd floor of the Town Centre Mall)  Customer Service Centre – 10 Lisgar Ave  Community Centre – 45 Hardy Ave  Public Works Building – 20 Spruce St The Town is in the process of completing a review of the Operations and Development Department with the objective of consolidating those departments to the 20 Spruce St property. In addition to t his, an overall Departmental Space Needs Study is also underway and both of these studies will be used to inform the work proposed under this RFP Process. Furthermore, a number of lessons have been gleaned from the Town’s necessary response to the Global pandemic. This has resulted in a desire to leverage technology to facilitate a hybrid Work -from-home (WFH)/Work-from-office(WFO) model and combine administrative and operations facilities to reduce costs and offer more efficient and effective services. The Town Hall Steering Committee will use this information to provide a recommendation to Town Council as to the best solution to move forward with a new and/or updated Town Hall with appropriate space and information technology for employees and customers. Scope of Work The following identifies, in general terms, the services to be provided by the successful Proponent and outline the minimum requirements of the Town of Tillsonburg. Proponents are encouraged to describe the benefits of their recommended approach and include any value added or item that has not been specifically referred to in this document. The Town recognizes that any one consultant may not be able to provide all of these desired elements so proponents are invited to respond to any of the elements separately (IT Strategy, Architectural Design Drawings, Furniture Optimization Options) or all of the elements collectively and/or to retain subcontracting consultants as desired. 12 | P a g e The objectives of this project are as follows: 1. Review and synthesize the information and recommendations from the Operations and Development Department Space Review Study and the updated Town Hall Space Needs Study to ensure that current operating requirements and the Town’s changing needs due to restructuring and modernizing as well as pandemic impacts are incorporated into the new Town Hall design options;; 2. Provide, or retain a suitable Information Technology (IT) consultant that can provide, a review of the Town’s current Information Technology ecosystem and develop an IT Strategy with the following elements o Software:  A full inventory of the Town’s current software ecosystem (financial, asset management, building permit, human resources/payroll, economic development, recreation, work orders, etc) and uses as well as total licensing and related costs;  Benchmarking of the Town’s current software ecosystem with other municipalities including complexity and number of applications and systems along with annual capital and operating expenditures comparisons to ensure that the Town is receiving the best “value for money”;  Analysis and recommendations on how the Town can integrate/consolidate its current software applications to provide more efficient and effective services, including increased automated/online service delivery in support of the goals outlined in the Community Strategic Plan, with best-in-class technology based on a realistic, phased-in (1 year, 3 year and 5 year) approach; o Hardware:  Investigate and recommend an inventory tracking application for all computer and related hardware;  Investigate and recommend setup options for Work-From-Home or hybrid roles in terms of laptop, monitor, stands, modems, etc;  Investigate and recommend asset management and budget funding strategies for all hardware including whether or not a centralized, corporate wide budget or Departmental budget, should be used by the Corporation. This would be for both primary hardware (e.g. laptop) and secondary hardware (e.g. multiple monitors, printers, memory, etc);  The final report should clearly define any Information Technology costs or savings associated with allowing staff to work remotely in a hybrid work model. o New Town Hall: 13 | P a g e  The IT Strategy should also provide insight into how the Town can leverage technology, i.e. collaboration, virtual Town hall services, enhanced virtual meeting options, etc, to reduce the space required for a new Town Hall  Analysis and recommendation on potential software applications that can assist with a hybrid Work-From-Home/Office system, i.e. work- sharing, collaborative project management, reserving “hot-desk” and/or “hoteling” spaces as well as meeting rooms, etc;  Identify the work and associated costs to upgrade or relocate IT infrastructure within an expanded space at the current location (2nd floor of the Town Centre Mall) or a new standalone building;  Recommendations on the types of meeting room equipment (projector, screens, large monitors, etc) are needed to ensure effective (hybrid in- person/virtual) meetings with internal and external participants; o Security:  Recommendations for optimal strategies to ensure system and data security, disaster prevention and recovery. In summary, the goal of the IT Strategy is to provide enhanced customer service through increased service delivery options, while using technology to reduce the need for space within a new Town Hall and potentially reducing the number of software applications that are not integrated with the Town’s main software applications. *Note: The Town of Tillsonburg currently outsources its IT Services to the County of Oxford through a service agreement, and hence, the successful consultant will be required to work with the Town and County collaboratively to complete the IT Strategy. 3. Research and make recommendations on a furniture options that can meet the needs of a modernized Town Hall; o Provide, or retain a suitable consultant that can provide, office space furniture options, including costing, and incorporate these elements in the new Town Hall drawings to ensure optimal functionality and efficient use of space; 4. Prepare full architectural drawings for a new Town Hall* o Up to three (3) building/floorplan renderings for the Tillsonburg Town Centre space option developed in conjunction with the Town’s Landlord and the Town Hall Project Steering Committee; o Three (3) initial new construction building and floorplan renderings developed in conjunction with the Town Hall Project Steering Committee; o Up to three (3) building/space renderings for a redevelopment of the Town’s Customer Service Centre at 10 Lisgar Ave; o Further refinement with input from Town Council and members of the public (through Public Information Sessions) o Final set of architectural drawings with recommendation to Council o Preparation of Design/Build Tender Documents 14 | P a g e *Note: The Town is considering three options for a new Town Hall as follows:  Expansion of its current leased space in the Town Centre Mall;  A grayfield (parking lot) location in the downtown;  Redevelopment of the Town owned Customer Service Centre building/property at 10 Lisgar Ave. With respect to the first space option, the successful proponent will be required to work with the owner of the Town Centre Mall to develop a revised floorplan and space layout to meet the Town’s needs. Proponents are encouraged to include any subject, procedure, approach or recommendations that may have been overlooked or identify any item that appears excessive or irrelevant to the project. Information Provided by Town The Town will provide the following information to the successful Proponent. The successful Proponent may request additional information they believe is/may be relevant to the project. The Town will make best efforts to provide the requested information, but does not guarantee the requested information will be available: The information to be provided includes:  2016 Space Needs Study completed by KNY Architects  (Draft) 2021 Operations and Development Department Space Review Study  (Draft) 2021 Updated Town Hall Space Needs Study  2021 Community Strategic Plan  Information and access to existing Town buildings/spaces, IT systems and hardware inventories  Other information as requested and able to be reasonably provided Project Schedule The following should be included as milestone dates in the submitted project schedule. Milestone dates are further summarized in Table 1 below.  Project Start up Meeting – Within 2 weeks of award to outline the Proponents schedule and proposed plan for project completion – Either onsite, at the Town’s Corporate Office or virtually;  Project Progress Meetings – To be held twice monthly to update the progress and report on any problematic issues arising during the project, approximately one (1) hour in length – Ether onsite, at the Town’s Corporate Office or virtually: 15 | P a g e Table 1 – Milestone Schedule *Target dates are subject to revision in the sole and absolute discretion of the Town of Tillsonburg, acting reasonably. **The Town may, in their sole discretion, accommodate requests for a site meeting at alternate dates/times . Evaluation Criteria The acceptance of a Quotation will be contingent upon an acceptable record of ability and will be determined by, however not limited to, the following considerations:  Ability to meet/exceed all specifications and requirements  Reputation & Ability of Proponent  References  Best value for the Town SCHEDULE D. PROPOSAL EVALUATION CRITERIA PROPOSAL EVALUATION CRITERIA EVALUATION COMMITTEE An Evaluation Committee will evaluate each of the RFP’s received in accordance with the evaluation criteria as set out below using a consensus. The Committee reserves the right to enter into further discussions in order to obtain information that will allow the Committee to reach a decision with a Bidder, and to waive irregularities and omissions if, in doing so, the best interest of the Town will be served. The Town reserves the right to interview the top scoring Bidders that submits a Proposal to provide the evaluation team with additional insight into the Bidders ability to meet the requirements as requested in the RFP. The interviews, if conducted, would be performed by the Evaluation Committee prior to RFP award. The Town also reserves the right to contact references provided by the Bidder and include this information within the total score of the Operational Assessment & References component. SELECTION CRITERIA Selection of a Bidder will be based on, but not solely limited to, the following criteria and weighting: Milestone Date* Release of RFP August 20, 2021 Site Meetings** TBD Proposal Submission Deadline September 13, 2021 Council Approval (Anticipated) September 27 or October 12 Start-up Meeting On or before October 15, 2021 Completion of Project November 15, 2021 16 | P a g e CRITERIA DESCRIPTION POINTS Qualification & Experience (including municipal) 15 Project Team 10 Approach & Methodology 25 Quality Assurance & Control 10 Schedule & Work Plan 15 Financial Score 25 Total Points Available 100 Each Proposal shall demonstrate a thorough understanding of the Specifications. The Bidder with the highest total score will be recommended to be selected as the successful Bidder. By responding to this RFP, Bidders agree to accept the recommendations of the Evaluation Committee. 1.1. NORMALIZE PRICE COMPONENT It is the Evaluation Committee’s intention to normalize the Bidder Proposed Price to ensure that assumptions made by each Bidder are comparable. The normalized figures will be used in the Proposed Price component of the evaluation. The lowest price proposed for the entire project s hall be awarded the full amount of points available for the price portion of the evaluation. All higher prices proposed shall be awarded points, rounded to the closest full point. Evaluation of the proposed price for scoring is based on the following formula: Lowest Bid x (Maximum Points for Proposed Price) = Points Proposed Bid For example: if the low price is $25,000, 2nd low price is $30,000 and 3rd low price is $40,000 their respective scoring would be as follows: a. The Bidder with the lowest price of $25,000 would be awarded 50 points b. The Bidder with the 2nd lowest price of $30,000 would be awarded points as follows: $25,000 x 20 = 42 Points $30,000 c. The Bidder with the 3rd lowest price of $40,000 would be awarded points as follows: 17 | P a g e $25,000 x 20 = 31 Points $40,000 This formula would be applied to the balance of proposals received. 2021-008 - Town Hall Space Needs Design and Information Technology Modernization Strategy Opening Date: August 20, 2021 4:30 PM Closing Date: September 27, 2021 2:00 PM Bid Number: 2021-008 Bid Number: 2021-008 Addenda, Terms and Conditions The Bidder hereby acknowledges and agrees: 1. To provide all goods, services and construction, as more specifically set out and in accordance with the Owner’s Bid Call Document, including but not limited to the scope of work, specifications, drawings, Addenda (if issued by the Owner), the terms and conditions, etc. stated therein, which are expressly acknowledged and made part of this Contract. 2. This Bid is made without any connections, knowledge, comparison of figures or arrangements with any other company, firm or person making a Bid for the same Work and is in all respects fair and without collusion or fraud. 3. I/WE do hereby Bid and offer to enter into a Contract to do all the Work as specified in the Bid Call Document(s) which shall include all costs but not limited to; freight, duty, currency, etc. in accordance with the prices and terms as submitted by the Bidder herein. 4. If I/WE withdraw this Bid before the formal Contract is executed by the Awarded Bidder for the said Work or Ninety (90) Calendar Days, whichever event first occurs, the amount of the Bid Deposit accompanying this Bid (if applicable to this bid) shall be forfeited to the Owner. 5. The Bidder has included with this Bid Submission a bid deposit or other acceptable deposit made payable to the Owner in the amount as set out in the Bid Documents. This deposit is subject to the conditions set out in the Bidding Regulations. 6. The Bidder agrees that Liquidated Damages shall apply for failure to complete the work within the specified Completion Date in accordance with the Articles of Agreement. 7. The Bidder understands that the lowest or any Bid may not necessarily be accepted and agrees that the awarding of the Contract by the Owner shall be acceptance of this Bid. 8. If the Bid is accepted, I/WE agree to furnish all required documentation, as required by the Bid Call Document(s) within Ten (10) Calendar Days after notification of Award. 9. I/We acknowledge and agree that any issued Addendum/Addenda forms part of the Bid Call Document. 10. I/We, certify that we are in full compliance with Section 6 of Ontario Regulation 429/07, Accessibility Standards for Customer Service, made under the Accessibility for Ontarian’s with Disabilities Act, 2005. If requested, we are able to provide written proof that all employees have been trained as required under the act. I/We shall be aware and sensitive to accessibility and disability issues. I/We have read and agree to the Accessibility Guide 11. I/WE (including any related or affiliated entities and any principal thereof) have no unresolved litigation with the Owner. 12. I/WE have read and agree to the the Health and Safety Declaration . . I/WE agree to be bound by the terms and conditions contained in the Bid Document and any applicable Addenda, and the person named below has the authority to submit this bid on behalf of the Bidder. Bid Number: 2021-008 The bidder shall declare any potential conflict of interest that could arise from bidding on this bid. Yes No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document. Please check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. File Name I have reviewed the below addendum and attachments (if applicable) Pages There have not been any addenda issued for this bid. Bid Number: 2021-008