Professional Documents
Culture Documents
Surerus Soccer Field Redevelopment
Surerus Soccer Field Redevelopment
File # 1220
1220--20
Report To: Mayor and Council
From: Director of Public Works and Utilities
Presenter: Jim Stewart
Subject: Administration Report No. 0035/22
Tender Award - Surerus Soccer Field Redevelopment
Meeting: Regular Council
Meeting Date: 09 May 2022
RECOMMENDATION:
"THAT, Council award the tender for the Surerus Soccer Field Redevelopment
project to Northern Legendary Construction Ltd. of Charlie Lake, BC, for the
unit rates in their tender submission dated April 12, 2022, totaling
$1,377,617.26."
CAO'S COMMENTS:
The best value procurement process continues to provide excellent and competitive value for
taxpayer money. It is particularly effective on larger value procurements such as this one.
ALTERNATIVE RECOMMENDATION:
"THAT, Administration Report No. 0035/22, Tender Award - Surerus Soccer Field
Redevelopment be received for information."
KEY ISSUES(S)/ CONCEPTS DEFINED: The City issued a Best Value Procurement based
tender for the Surerus Soccer Field Redevelopment project which included the installation of
irrigation, trail lighting and the development of a trail between the two pitches from 105th
Avenue to the existing park trail network. This tender has closed, been assessed and needs
to be awarded.
RELEVANT POLICY: Council Policy No. 22/20 - City Purchasing and Tendering Policy
IMPLICATIONS OF RECOMMENDATION
Goal No. 3 - Build and manage civic assets and human resources that support
the current and future needs of the community.
Goal No. 4 - Initiate and foster partnerships that will benefit Fort St. John.
Advocate to decision makers on issues that impact the community to ensure
our northern voice is heard.
GENERAL:
In the 2022 Budget process a budget of $2,315,000.00 was approved for the redevelopment and
reconstruction of the two soccer fields at Surerus Park and the Installation of irrigation,
trail
lighting and the development of a trail between the two pitches from 105th
Avenue to the existing park trail network.
In recognition of the complexity and strategic importance of this project it was decided that a Best Value
Procurement based tendering process would be used for this project as opposed to the traditional lowest
price process.
The Best Value Procurement model was developed in and has been used extensively in the States and has
been used by other Canadian Provinces and Municipalities with great success. For example, in 2016 the
County of Leduc, Alberta received an Alberta Award of Excellence for Construction Innovation for a road
construction project for their use of this process. The City of Fort St. John has used this procurement
model twice before with Phase 2 of 100th Street Redevelopment which went very well and Phase 3 of the
same project which is under construction.
On December 14th, 2020 Council endorsed the use of the Best Value Procurement process.
This tender closed on April 7th, 2022 and submissions were received from:
Knappett Industries (2006) Ltd. from Fort St. John
The Best Value Procurement tendering process requires tender submissions to be more comprehensive
and in a very specific format to allow comparative review of submissions.
Each tender submission for this project included the following items and each item was weighted as
shown:
These various documents were reviewed by someone not on the review team to ensure that all company
identification and all information that might reveal company identification was removed. The documents
were then reviewed and scored blindly by each review team member. The scores were comparative scores,
if a company’s plan was average they received 5 points, if it excelled above the average they received 10
points and if they fell short of the average they received 1 point. This 1, 5, 10 point scoring system is
designed to exaggerate the differences and clarify the separation between the individual company
submissions. No intermediate scores were awarded.
The review team consisted of three senior staff members from the City of Fort St. John and two senior staff
members from the city project consultant, Urban Systems Ltd.
The five individual scores were then averaged and applied as a percentage to the potential points to get that
company's points for that plan. As an example, if a company’s average score for the Project Plan was 7
they would receive 70% of 250 points or 175 points. This process was repeated for each of the Evaluation
Criteria submissions except cost.
Cost was assessed as a function of the lowest tender price; the lowest tender price divided by the
company’s price times the points available would reveal the points issued to a company for its price.
Therefore, the company with the lowest price received 100% or all 200 of the available points and a
company with a price 25% higher than the lowest price would receive 80% or 160 of the available points
((100/125) X 200 =160).
Once all the assessments and the ranking of the submissions were complete, the highest ranked
submission was reviewed for cost reasonableness as follows:
As a result of the Cost Reasonableness review, the review team selected to enter into the
clarification process with Northern Legendary Construction Ltd. The clarification meetings
went well and it is the recommendation of the review committee to award the Surerus Soccer
Pitches Redevelopment project to Northern Legendary Construction Ltd. and based on their
tender submission the estimated project cost and surplus are identified below:
Budget Summary
Total Tender Price (no GST) $ 1,377,617.26
Engineering Fees $ 211,000.00
Total Cost $ 1,588,617.26
Total Budget $ 2,315,000.00
Surplus (Deficit) $ 726,382.74
ORGANIZATIONAL:
There will be some impact on the Recreational Programming Department as they
coordinate and advise the various user groups that use Surerus Park. There will also be
impacts on the continued management and maintenance of the existing infrastructure by
the Grounds Department.
FOLLOW UP ACTION: If the resolution is passed, a tender award letter will be issued and
construction will commence as weather conditions permit.
COMMUNITY CONSULTATION: Public Consultation for this project occurred during the
2022 budget process.
Grounds
Communications
Community Services
Recreation Department
Attachments:
Urban Systems Tender Summary Letter
2020
2020--12
12--14
14--COW
COW-- Best Value Procurement Presentation
Project Plan
RESPECTFULLY SUBMITTED:
Jim Stewart, Engineering Manager
16 Mar 2022
April 25, 2022 File: 1958.0439.42
Four (4) tenders were received at the City of Fort St. John via online tendering system Bids & Tenders, by
2:00:00 PM on April 7, 2022, for the above referenced project. We have reviewed the tender submissions
for completeness of submittals required by tender documents and for mathematical errors. All
submitted tenders passed this review and proceeded to the best value procurement process
Tender Evaluation
This tender was evaluated using the best value procurement process detailed in the tender documents
and per the criteria and weighting listed in the table below:
On April 8, 2022, the evaluation team evaluated the following submissions from each of the tenderers:
1. Project Plan
4. Previous Experience
The scores provided by the evaluation team were scaled to the evaluation scoring matrix provided in the
tender documents. These scores were added to the scoring of the tender prices. After the scoring,
tenderers were selected for interviews based on the ability of the tenderers to earn enough points in the
interview to potentially be successful in the overall process. As a result, only the two highest scoring
tenderers were invited to interview.
The evaluation team conducted the interviews of the two tenderers on April 12, 2022. The final scores of
the tenderers after the interviews, ranked from highest to lowest based on the evaluation criteria are as
follows:
• That the tender price did not exceed 50% above or below the average of all tenders
• That the tender price is within the Owner’s budget
• That the tender price is within 10% of the next highest ranked tenderer’s tender price
The highest-ranking tenderer (Knappett Industries (2006) Ltd.) did not pass this cost reasonableness
assessment. As a result, the highest ranked tender was removed from the evaluation and the assessment
was repeated with the next highest ranked tender (Northern Legendary Construction Ltd.), as per the
procedures outlined in the tender documents. The next highest ranked bid passed the assessment.
Recommendation
After completion of the tender evaluations, interviews, and cost reasonableness assessment, it is the
unanimous recommendation of the evaluation team that the City of Fort St. John proceed to the
clarification period with the tender submission by Northern Legendary Construction Ltd. as the preferred
tenderer.
Upon completion of your own review of these tender submissions, and of your satisfaction with the
preferred tenderer during the clarification period, please notify the undersigned, in writing, with how you
would like to proceed.
Sincerely,
/rh
U:\Projects_FSJ\1958\0439\42\C-Correspondence\C1-Client\Tender Summary Letter\2022-04-20- Surerus Soccer Field Upgraddes - Tender Summary Letter.docx
Surerus Soccer Fields
Municipal Address: 10400 86 Street
OR
Legal Description: L A PL PGP41609 DF
S UE DER2
N
IS TE -03-2
22
20
List of Drawings
CIVIL DRAWINGS
IRRIGATION DRAWINGS
Atlin
L
Dease
Dease Lake
Lake
● Dease Lake
ELECTRICAL DRAWINGS
Queen Coola
Coola Lake
Lake ●
Charlotte
Charlotte Kinbasket
Kinbasket
Sound LL
PACIFIC
PACIFIC OCEAN
Port
Port
● 100 Mile
Mile
House
House
Hardy
Hardy ●
● Port McNeill
E000 COVER
McNeill Revelstoke
Revelstoke Golden
Golden
0 100 200m
1:5000
Project
Selection and
Clarification Management &
Evaluation
Construction
Tender Award
Best Value Procurement Process
Contractor
Tender Enters
Information Tender Closes Review Bids
Market Session
Identify
Interview Short
Evaluate Bids Short List Preferred
Listed Bidders
Bidder
Clarification
Cost
with Preferred Tender Award
Reasonableness
Bidder
Phase 1: Selection and Evaluation
Tender Enters Market
• Tenders are submitted using the forms provided
• Forms are limited to the number of pages provided
– Project Plan (2 Pages)
– Risk Assessment Plan (2 Pages)
– Value Assessment Plan (1 Page)
– Previous Applicable Experience (1 Page)
• These sections are completed without identifying information
– company names, team names, project names, etc.
Phase 1: Selection and Evaluation
Bid Evaluation Criteria
Cost
Risk Assessment
Value Assessment
Project Plan
Previous Applicable Experience
Interviews
Phase 1: Selection and Evaluation
Cost Reasonableness
• Interview scores are incorporated into the final score for each
bidder
• The highest ranked bid is determined
• Cost Reasonableness Assessment is completed on the highest
ranked bid to ensure:
– Chosen bid is within budget
– Chosen bid is within reasonable threshold of other bids
Phase 2: Clarification
• Project Team works with the Preferred Bidder to clarify all of the
details of the project
• Clarification document is prepared that incorporates clarification
discussion and bid documents
• Clarification document becomes part of the contract
• Not a negotiation process, price doesn’t change during the
clarification
• Owner has the option not to proceed after the clarification period
• Successful clarification period ends with the award of the contract
Phase 3: Project Management &
Construction
• Execute the plan
• Hold the contractor to what was agreed to
• Higher standard for changes
Next Step