+ All Categories
Home > Documents > REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a...

REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a...

Date post: 21-Apr-2020
Category:
Upload: others
View: 4 times
Download: 0 times
Share this document with a friend
49
REQUEST FOR PROPOSAL No. 2053 Fire Station #1 Replacement Architectural Services ISSUED: August 3, 2018 CLOSING LOCATION: Purchasing Department 2020 Labieux Road Nanaimo, BC V9T 6J9 CLOSING DATE AND TIME: Proposals must be received at the Purchasing Department prior to: 3:00 PM (15:00 hrs) Pacific Time on September 18, 2018 CITY CONTACT: Purchasing Manager Email: [email protected] Telephone: 250-756-5319 Deadline for questions is ten (10) business days before the established close date. Proposals will not be opened publicly
Transcript
Page 1: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

REQUEST FOR PROPOSAL No. 2053

Fire Station #1 Replacement Architectural Services

ISSUED: August 3, 2018

CLOSING LOCATION:

Purchasing Department 2020 Labieux Road

Nanaimo, BC V9T 6J9

CLOSING DATE AND TIME:

Proposals must be received at the Purchasing Department prior to: 3:00 PM (15:00 hrs) Pacific Time on September 18, 2018

CITY CONTACT:

Purchasing Manager Email: [email protected]

Telephone: 250-756-5319

Deadline for questions is ten (10) business days before the established close date.

Proposals will not be opened publicly

Page 2: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 2 of 49 Date Issued: August 3, 2018

Table of Contents Table of Contents ........................................................................................................................... 2

1 OVERVIEW ............................................................................................................................ 5

1.1 Purpose................................................................................................................................ 5

1.2 Outline ................................................................................................................................. 5

1.3 RFP Timing ........................................................................................................................... 5

1.4 Estimating ............................................................................................................................ 6

1.5 Definitions ........................................................................................................................... 6

2 INSTRUCTIONS TO PROPONENTS ......................................................................................... 7

2.1 Closing Date/Time/Location ................................................................................................ 7

2.2 Signature ............................................................................................................................. 8

2.3 Contact Information ............................................................................................................ 8

2.4 Pre-Proposal Meeting ......................................................................................................... 8

2.5 Communications and Enquiries .......................................................................................... 8

2.6 Deadline Extension .............................................................................................................. 8

2.7 Amendment to Proposals.................................................................................................... 8

2.8 Addenda .............................................................................................................................. 8

2.9 Examination of Contract Documents and Site .................................................................... 9

2.10 Unsuccessful Proponents ................................................................................................ 9

2.11 Error in Proposal .............................................................................................................. 9

2.12 Withdrawal of Proposals ................................................................................................. 9

2.13 Ownership of Proposals ................................................................................................... 9

2.14 Opening of Proposals ....................................................................................................... 9

3 PROPOSAL SUBMISSION AND EVALUATION ...................................................................... 10

3.1 Mandatory Requirements ................................................................................................. 10

3.2 Evaluation Criteria ............................................................................................................. 10

3.3 Proposal Content ............................................................................................................... 10

3.3.1 Corporate Qualifications and Experience ...................................................................... 10

3.3.2 Experience, Depth, and Breadth of Project Team ......................................................... 11

3.3.3 Approach and Methodology .......................................................................................... 11

3.3.4 Project Management, Quality Assurance and Capacity ................................................ 11

Page 3: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 3 of 49 Date Issued: August 3, 2018

3.3.5 Proposed Fixed Fee ........................................................................................................ 12

3.3.6 Form of Contract and Request for Proposal (RFP) ........................................................ 12

3.3.7 Conflict of Interest ......................................................................................................... 12

4 GENERAL TERMS AND CONDITIONS ................................................................................... 15

4.1 Right of the City to Cancel the RFP Process ...................................................................... 15

4.2 Acceptance and Rejection of Proposals ............................................................................ 15

4.3 No Claim for Compensation .............................................................................................. 15

4.4 No Contract ....................................................................................................................... 16

4.5 Gifts and Donations ........................................................................................................... 16

4.6 Solicitation of Council Members and City Staff ................................................................ 16

4.7 Confidentiality and Freedom of Information .................................................................... 16

4.8 Sub-Consulting .................................................................................................................. 16

4.9 Litigation Clause ................................................................................................................ 17

4.10 Fiscal Funding ................................................................................................................ 17

APPENDIX ‘A’ - SUBMISSION FORM ............................................................................................. 18

APPENDIX ‘B’ - FIXED FEE SUBMISSION FORM ............................................................................ 19

APPENDIX ‘C’ - SUPPLEMENTAL CONDITIONS TO THE FORM OF CONTRACT ............................. 20

1.0 Detailed Proposed Schedules ............................................................................................ 20

2.0 Insurance ........................................................................................................................... 20

3.0 Workers Compensation - Safety ....................................................................................... 20

4.0 Architect is Prime Contractor ............................................................................................ 21

5.0 Business Licence ................................................................................................................ 21

6.0 Time is of the Essence ....................................................................................................... 21

7.0 Governing Law ................................................................................................................... 21

8.0 Key Personnel .................................................................................................................... 21

9.0 Performance ...................................................................................................................... 21

10.0 Invoice Instructions ....................................................................................................... 22

11.0 Interest .......................................................................................................................... 22

APPENDIX ‘D’ - TERMS OF REFERENCE ......................................................................................... 23

1.0 Scope of Services ............................................................................................................... 24

Phase 1 - Planning ........................................................................................................................ 24

Page 4: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 4 of 49 Date Issued: August 3, 2018

Phase 2 - Schematic Design ......................................................................................................... 25

Phase 3 - Design Development .................................................................................................... 25

Phase 4 - Construction Documents .............................................................................................. 25

Phase 5 - Tendering ..................................................................................................................... 26

Phase 6 - Construction Contract Administration ......................................................................... 26

Phase 7 – Commissioning and Warranty ..................................................................................... 26

2.0 Contract Exclusions ........................................................................................................... 26

3.0 Available Information ........................................................................................................ 27

APPENDIX ‘E’ - AVAILABLE INFORMATION ................................................................................... 28

APPENDIX ‘F’ - FORM OF CONTRACT ............................................................................................ 29

APPENDIX ‘G’ - PRIME CONTRACTOR FORMS .............................................................................. 45

Page 5: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 5 of 49 Date Issued: August 3, 2018

1 OVERVIEW 1.1 Purpose

This Request for Proposal (RFP) is to engage a consulting team to provide architectural services for the replacement of Fire Station #1 applicable to using the RAIC Canadian Standard Form of Contract for Architectural Services Document Six 2017 Edition and method of project delivery and construction by a General Contractor under the standard CCDC2 – 2008 Stipulated Price Contract.

1.2 Outline The City of Nanaimo is seeking a qualified design team to work collaboratively with the City of Nanaimo staff and other stakeholders in the planning and design of Fire Station #1 replacement over the footprint of the existing Fire Station #1 building. The new Fire Station #1 building would be sized to accommodate the consolidated programs of:

• Fire Rescue Operations • Command and Business Centre (CBC) • Emergency Coordination Centre • Dispatch Centre

The Project will be phased and include Planning, Schematic Design, Design Development, Construction Documents, Tendering and assistance in Construction. For more detailed information regarding the project scope, refer to Appendix ‘D’ Terms of Reference. In 2016, the City explored alternatives for the renewal of Fire Station #1 and concluded that a scenario that proposes the construction of a new fire station on the existing building site (Scenario 3) provides the best balance between benefit to the citizens of Nanaimo, and operation efficiency. The summary of Scenario 3 – Build New at the Existing Location description and phasing is provided in the Appendix E – Available Information.

1.3 RFP Timing The City anticipates the selection of the successful Proponent will proceed according to the following timetable:

Event Estimated timeline to complete RFP issued August 2018 RFP submissions received by September 2018 Evaluations and interviews October 2018 Award contract October 2018 Design service to start November 2018

Timetable is an estimate and the City reserves the right to modify dates as required.

Page 6: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 6 of 49 Date Issued: August 3, 2018

The City requires design development including Issue for Tender (IFT) construction documents to be completed by November 01, 2019.

1.4 Estimating For the purpose of estimating the required services, the following assumptions are made:

1. Construction Tendering Phase duration – three (3) months 2. Construction Phase duration – twenty-four (24) months 3. Post-Construction Phase duration – three (3) months

Not included in the above is the estimated twelve (12) months to accommodate the relocation of services and demolition which is out of scope for the successful Proponent. Proponents must allow for sufficient time to interact with the City by teleconference and in person at key stages of the work. Proponents must allow for six (6) in person meetings with the City during Detailed Design. The overall budget for this project is seventeen (17) million Canadian dollars and is based on Scenario 3 Build New at the Existing Location included Appendix E. This includes design, temporary relocation of the services, demolition, construction, commissioning , contingencies as well as any other consultants required by the City throughout the project.

1.5 Definitions Throughout this Request for Proposal, the following definitions will be used: “Contract” means any written contract duly executed by the City and the successful Proponent. “Closing Time” – means the date and time for the closing of this RFP as identified on the front cover, such extended date and time as determined by the City. “City” means the City of Nanaimo located in the Province of British Columbia. “Proponent” means an individual, firm or a company that submits, or intends to submit, a proposal in response to this RFP. “Proposal” sometimes referred to as Submission - means the Proponent's response to the RFP and includes all the Proponent's attachments and presentation materials. “RFP” means a Request for Proposal for provision of the services described herein. Mandatory Requirements are those requirements in this RFP described with a “must”, “shall” or “mandatory” means a requirement that must be met in order for a Proposal to receive consideration. Failure to provide mandatory information may result in a Proposal being rejected; “should” or “desirable” means a requirement having a significant degree of importance to the objectives of this RFP.

Page 7: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 7 of 49 Date Issued: August 3, 2018

2 INSTRUCTIONS TO PROPONENTS

2.1 Closing Date/Time/Location

It is the sole responsibility of the Proponent to submit their Proposal to the Purchasing Department at or before the established Closing Date & Time.

The established Closing Date & Time is as per the front cover of this RFP or as amended by way of an Addendum, if required.

The Proposals may be delivered by one (1) of the following two (2) methods:

i. Hand/courier delivery: Proponents should submit one (1) original hard copy and one (1) electronic version in MS Word/PDF format submitted on an external flash drive. The Proposal should be enclosed and sealed in an envelope/package clearly marked: RFP 2053 Fire Station #1 Replacement Architectural Services; attention: Purchasing Manager and delivered and addressed to the Purchasing Department, City of Nanaimo, 2020 Labieux Road, Nanaimo, BC V9T 6J9.

ii. Electronic Bid Opportunity Portal: follow this hyperlink; https://www.nanaimo.ca/bid-opportunities/. Click the submit button for RFP 2053 Fire Station #1 Replacement Architectural Services, register by providing all the required information; upload the submission document(s) and click submit.

• An email confirmation will be sent to the email address that has been registered. • Registration is required for each submission.

Late Proposals or Proposals received by facsimile will not be considered. In addition, Proposals delivered to an incorrect location will not be considered.

It is the Proponent’s sole responsibility to ensure their Proposal is received when, where and how it is specified in this RFP document. The City is not responsible for lost, misplaced or incorrectly delivered Proposals.

The time clock in the Purchasing Department Office is the official timepiece for the receipt of all Proposals delivered by hand/courier.

Electronically submitted Proposals will be deemed to be successfully received when the time as posted on the email is at or before the Closing Date and Time. The City of Nanaimo will not be liable for any delay for any reason including technological delays, spam filters, firewalls, job queue, file size limitations, and alike.

Page 8: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 8 of 49 Date Issued: August 3, 2018

2.2 Signature The Proposal should be signed by a person authorised to legally bind the Proponent to the statements made in the Response to this RFP.

2.3 Contact Information It is the Proponent's responsibility to clarify interpretation of any matter the Proponent considers to be unclear before the Closing Time, by contacting: Purchasing Manager Email: [email protected] Telephone: 250-756-5319

2.4 Pre-Proposal Meeting A pre-proposal meeting will not be held for this RFP.

2.5 Communications and Enquiries All enquiries regarding this RFP are to be directed in writing or by email. Information obtained from any other source is not official and should not be relied upon. Enquires and responses will be recorded and may be distributed to all Proponents at the City of Nanaimo’s option. All enquiries must be received no less than ten (10) business days before the established close date. Questions received after this date will be responded to at the City’s discretion and responses cannot be guaranteed.

2.6 Deadline Extension Any request for an extension to the closing date will only be considered if received by the Purchasing Department no less than ten (10) business days before the established closing date.

2.7 Amendment to Proposals Proposals may be amended in writing and delivered to the closing location before the closing time but not after. Such amendments should be signed by the authorized signatory of the Proponent and either hand delivered or emailed to the Purchasing Department.

2.8 Addenda The City reserves the right to respond to questions, make clarifications and changes, in its sole discretion, to this RFP at any time prior to the Closing Time through the issuance of addenda. Proponents are cautioned to ensure they have received and reviewed all addenda (if any) prior to submitting a Proposal. All addenda issued by the City form part of this RFP. Should the City issue any addenda to the RFP, the changes will be posted on the BC Bids www.bcbid.gov.bc.ca and on the City of Nanaimo site https://www.nanaimo.ca/bid-opportunities/ only. No other notices will be issued.

Page 9: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 9 of 49 Date Issued: August 3, 2018

2.9 Examination of Contract Documents and Site

Proponents will be deemed to have carefully examined the RFP, including all attachments, Schedules, the Contract and the Site (as applicable) prior to preparing and submitting a Proposal with respect to any and all facts which may influence the Proposal.

2.10 Unsuccessful Proponents

The successful Proponent will be notified in writing and required contractual obligations will need to be fulfilled before the work can begin. The unsuccessful Proponents will not be notified by the City, as the award information will be posted on the City’s and BC Bid’s websites at a time after the Closing Date. In most cases, the City may post the name of the successful Proponent. The City will offer a debriefing to unsuccessful Proponents, on request, at a mutually agreeable time. Proponents may request debriefing within thirty (30) days of the award being posted. The intent of the debriefing information session is to aid the Proponent in presenting a stronger Proposal in subsequent procurement opportunities.

2.11 Error in Proposal

No Proposal shall be altered, amended, or withdrawn after the closing date and time of the RFP. Negligence on the part of the Proponent in preparing the Proposal confers no right for withdrawal of the Proposal after it has been opened. While the City has made considerable efforts to ensure an accurate representation of information in each respective RFP, the information contained in the RFP is supplied solely as a guideline for the Proponent and is not necessarily comprehensive or exhaustive. Nothing in a City RFP is intended to relieve the Proponent from forming their own opinions and conclusions in respect of the matters addressed in the RFP.

2.12 Withdrawal of Proposals

The Proponent may withdraw their Proposal at any time prior to the Proposal Closing Time by submitting a written withdrawal letter to the City’s Purchasing Department and the Proposal will be returned.

2.13 Ownership of Proposals

All Proposals, including attachments and any documentation, submitted to and accepted by the City in response to this RFP become the property of the City.

2.14 Opening of Proposals

Proposals will NOT be opened in public.

Page 10: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 10 of 49 Date Issued: August 3, 2018

3 PROPOSAL SUBMISSION AND EVALUATION To assist in receiving similar and relevant information, and to ensure your Proposal receives fair evaluation, the City asks Proponents to provide the following information.

3.1 Mandatory Requirements

In order for Proposals to be eligible they must meet the following mandatory requirements:

a) Be received on or before the established closing date and time at the location specified; b) Include a copy of the Appendix ‘A’ - Submission Form signed by an individual authorized

to do so on behalf of the Proponent; and c) Submit pricing in accordance with Article 3.3.5 Proposed Fixed Fee.

PROPOSALS NOT IN COMPLIANCE WITH THE MANDATORY REQUIREMENTS WILL BE REJECTED.

3.2 Evaluation Criteria

The following criteria identify the key components on which Proposals will be evaluated. Item Evaluation Criteria Weight

1. Corporate Qualifications and Experience 20

2. Experience, Depth, and Breadth of Project Team 25

3. Approach and Methodology 25

4. Project Management, Quality Assurance and Capacity 20

5. Proposed Fixed Fee 10

TOTAL 100

Proposals submitted should be in enough detail to allow the City to determine the Proponent’s qualifications and capabilities from the documents received. Every effort should be made to include complete details of the proposed work.

3.3 Proposal Content

3.3.1 Corporate Qualifications and Experience a. Include a brief summary of the company’s history, area of expertise, organization chart, and

number of employees. b. List any subcontractors or sub-consultants proposed, and provide a similar summary as

above. c. Provide at least three (3) project abstracts that clearly outline previous experience with

similar projects. The referenced projects shall be of a similar magnitude that have been successfully completed by the company within the past five (5) years. The project abstracts shall clearly note the project value, project constraints, location, Project Manager, key staff members, client names, client references and their current contact details. Project

Page 11: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 11 of 49 Date Issued: August 3, 2018

references may be contacted and their response may be used to form part of the evaluation score.

d. Identify the Architect and indicate what experience and qualifications make him/her suitable for the roll of Architect for this project.

e. Identify the key members of the proposed team including any sub-consultants, if any and provide information on the background and experience of all.

f. Describe any current litigation involving your firm or proposed sub-consultants, which might affect your ability to deliver the proposed services to the City of Nanaimo.

g. Include copies of resumes of the key personnel proposed.

3.3.2 Experience, Depth, and Breadth of Project Team a. Provide the Resume of the Architect and all other project team members that would be

directly involved in the project. For each, highlight the following: o Demonstrated recent relevant experience and qualifications to provide services of

similar scale and complexity to the requirements of this RFP; o Budget and schedule control experience; and o Provide up to three references for the Architect and each key project team member.

b. Provide an organizational chart indicating the role and responsibility each team member will play.

c. Provide a summary of relevant project experience with innovative approaches to changes to the proposed scope, methods or schedule that may result in higher quality, cost savings, or reduced time requirements.

3.3.3 Approach and Methodology a. Provide an overview of the project to confirm understanding of the scope of work and

clearly define and describe how the proposed approach would meet those requirements. At a minimum, the Proponent should identify the project constraints and challenges, the sequence and timing of milestones, the respective expertise involved, and their time allocation for each.

b. Provide a high level project schedule to meet the project objectives, including the provision of a quality assurance and control plan that ensures senior technical review of relevant project activities.

c. Indicate when work would commence and approximately how long it would take to complete the assignment. Proposed start dates, progress meeting dates, significant City decision milestones, other key events, and major project deliverables shall be clearly identified on the project schedule. The schedule shall identify the critical path, delineate what resources will be required, and when they will be required.

3.3.4 Project Management, Quality Assurance and Capacity a. Demonstrate the approach to project management and highlight the procedures to be

utilized to ensure submissions are completed and delivered on time and on budget. b. Provide a description of an internal quality assurance and control program in place. c. Indicate the availability of the proposed project team to meet the schedule.

Page 12: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 12 of 49 Date Issued: August 3, 2018

d. Provide information on cost control methodology and techniques for value management.

3.3.5 Proposed Fixed Fee Provide pricing for the project tasks and milestones in a table showing a breakdown of fees using the same headings from the Consultant’s proposed methodology as per Appendix B – Proposed Fixed Fee Submission Form included in this RFP. Items listed as optional shall be shown separately. The total project cost is to be considered an upset limit, not to be exceeded unless approved in writing by the City of Nanaimo, and shall be inclusive of all Consultant salary costs, general and overhead expenses. Reimbursable expenses shall include the costs of printing and reproducing, drawings, reports, travel, travel time, meals, accommodation costs, out of pocket expenses, and all other anticipated expenses and will be paid by the City in addition to the fixed fee. Any applicable taxes should be shown as a separate line item. All proposals shall be in Canadian Funds. Fees and hourly rates must be fixed for no less than three (3) years from the date of execution of the Contract regardless of the schedule of effort and related pricing. Fees and hourly rates beyond the three (3) years will be negotiated with the successful Proponent and any proposed rate increased will be governed by industry standard for the year in which the increase is requested.

3.3.6 Form of Contract and Request for Proposal (RFP) The City intends to use RAIC Canadian Standard Form of Contract for Architectural Services Document Six 2017 Edition as the form of Contract. Proponents need to identify in their proposal any specific provisions contained in the form of contract and this RFP with which it is unwilling or unable to comply. A copy of the RAIC Canadian Standard Form of Contract is attached for reference.

3.3.7 Conflict of Interest Proponents should include a statement in their Proposal indicating whether or not the firm or any individuals proposed to work on the contract has a possible conflict of interest, and, if so, the nature of that conflict. The City reserves the right to cancel the award if any interest disclosed from any source could either give the appearance of a conflict or cause speculation as to the objectivity of the project to be developed by the awarded Proponent. The City’s determination regarding any questions of conflict of interest shall be final.

Page 13: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 13 of 49 Date Issued: August 3, 2018

3.4 Evaluation of Proposals Proposals will be evaluated as follows:

Stage 1 – Proposal Eligibility

The City will examine all Proposals that meet the eligibility requirements as set out in Section 3.1 – Proposal Eligibility.

Stage 2 – Weighted Evaluation

The City will evaluate the eligible Proposals based on the Evaluation Criteria in Section 3.2 using a weighted evaluation scoring method. Proposals will be evaluated using a scoring scale with the resulting score then multiplied by the pre-determined weighted evaluation value for each particular criterion. The weighted score for each item will be added together to arrive at an aggregate (total) score for the evaluation and ranking for all compliant Proposals. The City will assign scores at the sole discretion of the City. Where priced Proposals are required, the following equation will be used to allocate the points. The lowest proposed price will receive the full value of the allocated points. Each additional Proponent will receive a percentage of the total possible points by dividing the proposed price into the lowest price. i.e. lowest proposed price is $10.00 from Proponent A and the allocated points for pricing is 30 points. Proponent A receives 30 points. Proponent B submits a proposed price of $12.00. Proponent B receives 25 points ($10.00/$12.00*30=25)

Stage 3 – Presentation and Interviews

The City may at their sole discretion, invite one or more Proponents for an interview, presentation or request further clarification to address any questions or clarifications relating to Proposals. Proponents will be responsible for any costs associated with the preparation for, and attendance at, the interview, to take place at a specified location in the City. An interview can be by a format selected by the City (i.e. in-person, phone, conference call, or other.)

The City may conduct credit and reference checks as part of the evaluation process, and may request additional financial information from any Proponent, at the City’s sole discretion.

Stage 4 – Re-evaluation and Adjusted Scores

The City may, if necessary, re-evaluate and assign adjusted scores to the previously determined scores of the Proponents invited for an interview based on the new or updated information received.

3.5 Acceptance or Rejection

The City may, in its sole discretion, accept or reject for its consideration any and all Proposals that contain minor and inconsequential irregularity, or where practicable to do so. The City may, as a condition of acceptance of a Proposal, request a Proponent to correct an irregularity with no change in proposed price. The determination of what is or is not a minor and inconsequential irregularity, the determination of whether to accept, waive, or require

Page 14: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 14 of 49 Date Issued: August 3, 2018

correction of an irregularity, and the final determination of the validity, will be at the sole discretion of The City.

3.6 Clarification

The City reserves the right to seek clarification from any Proponent to assist in the evaluation of its Proposal.

3.7 Negotiation and Selection

By submitting a Proposal, a Proponent accepts that a contract may be negotiated upon notification by The City with the Proponent whose Proposal is evaluated as the best value. The City reserves the right to negotiate with any Proponent, or more than one Proponent. If the parties after having negotiated in good faith are unable to conclude a formal agreement, The City and the Proponent will be released without further obligations other than any surviving obligations regarding confidentiality and The City may, at its discretion, contact the Proponent of the next best rated Proposal and attempt to conclude an agreement with it, and so on until an agreement is reached. The City may at its discretion 1) negotiate with a Proponent to award a contract for all or a portion of the Work 2) cancel this RFP and issue a new RFP with a new scope of work, or 3) cancel this RFP in its entirety.

3.8 Commitment

Proponents are advised that the City makes no commitment under this RFP. Any commitment resulting from this RFP will be made by means of a duly authorized contract issued by the City.

Page 15: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 15 of 49 Date Issued: August 3, 2018

4 GENERAL TERMS AND CONDITIONS

4.1 Right of the City to Cancel the RFP Process

The City is not bound to select a preferred Proponent or accept any Proposal and reserves the right in its sole discretion to postpone or cancel this RFP at any time for any reason whatsoever in accordance with the City’s judgement of its best interest and to proceed with the services in some other manner separate from this RFP process.

4.2 Acceptance and Rejection of Proposals

This RFP does not commit the City, in any way to select the preferred Proponent, or to proceed to negotiations for a contract, or to award any contract. The City reserves the right to:

i. Accept a Proposal which is not the lowest priced; ii. Reject any and all Proposals, including without limitation the lowest priced Proposal,

even if the lowest priced Proposal conforms in all aspects with the RFP; iii. Reject any Proposal at any time prior to execution of an Agreement; iv. Assess the ability of the Proponent to perform the contract and may reject any Proposal

where, in the City’s sole estimation, the personnel and/or resources of the Proponent are insufficient;

v. Amend or revise the RFP by Addenda up to the specified closing date and time; vi. Reduce the Scope of Services required within the RFP and negotiate the price to reflect

such change after award of an Agreement; and vii. Enter into negotiations with one or more Proponents concerning the terms and

conditions of the service to be provided. Under no circumstances shall the City be obligated to award an Agreement solely on the basis of proposed price. The City may accept or waive a minor and inconsequential irregularity, or where applicable to do so, the City may, as a condition of acceptance of the Proposal, request a Proponent to correct a minor or inconsequential irregularity with no change in the Proposal. The determination of what is or is not a minor or inconsequential irregularity, the determination of whether to accept, waive, or require correction of an irregularity and the final determination of the validity, will be the sole discretion of the City of Nanaimo.

4.3 No Claim for Compensation

Proponents are solely responsible for their own expenses in preparing and submitting Proposals, and for any meetings, negotiations, or discussions with the City or its representatives and Consultants, relating to or arising from this RFP. The City and its representatives, agents,

Page 16: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 16 of 49 Date Issued: August 3, 2018

Consultants and advisors will not be liable to any Proponent for any claims, whether for costs, expense, losses or damages, or loss of anticipated profits, or for any other matter whatsoever, incurred by the Proponent in preparing and submitting a Proposal, or participating in negotiations for a Contract, or other activity related to or arising out of this RFP. Proponents agree that by participating in the RFP process, and or submitting a Proposal, they have no claim for compensation.

4.4 No Contract

By submitting a Proposal and participating in the process as outlined in this RFP, Proponents expressly agree that no contract of any kind, is formed under, or arises from this RFP, exists prior to the signing of a formal written Contract.

4.5 Gifts and Donations

The successful Proponent will ensure that no representative of the successful Proponent will offer or extend any entertainment, gift, gratuity, discount, or special service, regardless of value, to any employee of the City. The successful Proponent will report any attempt by any employee of the City to obtain such favours to the City of Nanaimo’s City Manager or designate.

4.6 Solicitation of Council Members and City Staff

Proponents and their agents will not contact any member of the City Council or City Staff with respect to this RFP, other than the City Representative named in this document or authorized by Purchasing, at any time.

4.7 Confidentiality and Freedom of Information

The City will retain all Proposals and they will not be returned to the Proponent except for any unopened Financial Proposals. All submissions will be held in confidence by the City. The City is bound by the Freedom of Information and Protection of Privacy Act (British Columbia) and all documents submitted to the City will be subject to provisions of this legislation. All of the information contained within the RFP, including supplementary information provided electronically, is for the exclusive use of the Consultant team for the RFP preparation purposes only and is not to be made publicly available in any manner. The Consultant team shall not discuss this project with any member of the public at any time, for any reason whatsoever, without the prior written approval of the City of Nanaimo.

4.8 Sub-Consulting

Sub-consultant services must be clearly identified in the Proposal. This includes a joint submission by two Proponents having no formal corporate links. However, in this case, one of these Proponents must be prepared to take overall responsibility for successful performance of the Contract and this should be clearly defined in the Proposal.

Page 17: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 17 of 49 Date Issued: August 3, 2018

Sub-consulting to any firm or individual who’s current or past corporate or other interests may, in the City’s opinion; give rise to a conflict of interest in connection with this project will not be permitted. This includes, but is not limited to, any firm or individual involved in the preparation of this Request for Proposal. Where applicable, the names of sub-consultants listed in the Proposal will be included in the Contract. No additional sub-consultants will be added or other changes made, to the list in the Contract without written consent of the City’s Projects Manager.

4.9 Litigation Clause

The City may, in its absolute discretion, reject a Proposal submitted by a Proponent, if the Proponent, or any officer or director of the Proponent is or has been engaged either directly or indirectly through another corporation in legal action against the City, its elected or appointed officers and employees in relation to:

i. Any other contract for works or services; or ii. Any matter arising from the City’s exercise of its powers, duties; or functions

under the Local Government Act, Community Charter or another enactment, within the past five (5) years of the closing date of this Request for Proposal.

In determining whether to reject a Proposal under this clause, the City will consider whether the litigation is likely to affect the Proponents ability to work with the City, its Consultants and representatives and whether the City’s experience with the Proponent indicates that the City is likely to incur increased staff and legal costs in the administration of a Contract if it is awarded to the Proponent.

4.10 Fiscal Funding

Proponents acknowledge that the City cannot make financial commitments beyond the City’s current fiscal year. In this regard, the City shall annually make bona fide requests of its approving authority for appropriations of sufficient funds to make payments covered by this Agreement. Should the approving authority not appropriate such funds, the City will notify the Proponent, as set forth below, of its intention to terminate the goods or services. This notice will also state that unless further funds are appropriated prior to the expiry of the period of the notice, the services are to be terminated and that the City shall not replace the service with substitute or comparable service by another party. If further funding is appropriated within twelve (12) months from the date of termination, the City will either; renew the award to the Proponent or if the City and Proponent are unable to reach agreement on the terms of a renewed award the City will issue a new RFP. If further funds are appropriated more than twelve months after the date of termination, the City will issue a new RFP. Such termination will take effect thirty (30) calendar days from the date of notification and will not constitute an event of default.

Page 18: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 18 of 49 Date Issued: August 3, 2018

APPENDIX ‘A’ - SUBMISSION FORM

RFP# 2053 Project Title: Fire Station #1 Replacement Design Services (This Submission Form “must” be completed and returned with the Proposal) The Proponent hereby acknowledges that 1) its understands and agrees with the RFP process described in this document, including without limitation that the City makes no commitment under this RFP; and 2) the information included in this Proposal is correct and it has thoroughly reviewed and has complied with the documents making up this Proposal, including all drawings and specifications as may be listed in the Index, and any amendments or addenda thereto: The Proponent represents to the City that the individual signing this Submission Form on its behalf has proper authority to do so.

CONTACT FOR ADDITIONAL INFORMATION Name: Telephone: Fax: E-Mail:

COMPANY NAME AND COMPLETE ADDRESS GST#:

Date:

Telephone: Fax: E-mail:

Proponent’s Name (please print) Signature

Page 19: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 19 of 49 Date Issued: August 3, 2018

APPENDIX ‘B’ - FIXED FEE SUBMISSION FORM Phase Fixed Fee

1. Planning $ Communication Consultant Cash Allowance $ 100,000.00

2. Schematic Design $ 3. Design Development $ 4. Construction Documents $ 5. Tendering $ 6. Construction Contract Administration $ 7. Commissioning and Warranty $

Total Fixed Fee excluding GST $

GST $

Total Fixed Fee $

Proponents must use the above table and the fixed fee pricing must be in accordance with Article 3.3.5 Proposed Fixed Fee. Deviations or alternative pricing will not be considered.

Page 20: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 20 of 49 Date Issued: August 3, 2018

APPENDIX ‘C’ - SUPPLEMENTAL CONDITIONS TO THE FORM OF CONTRACT

1.0 Detailed Proposed Schedules

The successful Proponent will be required, within two (2) weeks of award, to provide: 1. A detailed proposed bar chart schedule that shows completion of each of the tasks

provided in Appendix ‘B’. 2. A detailed breakdown of the design fees schedule for the Architect and each sub-

consultant.

2.0 Insurance

Except as may be otherwise expressly approved by the City in writing, the successful Proponent will, without limiting its obligations or liabilities herein and at its own expense, provide and maintain the following insurances with insurers licensed in British Columbia and in forms and amounts acceptable to the City: i. Professional Liability Insurance (Errors and Omissions) coverage of a minimum of

$2,000,000 per claim, $4,000,000 aggregate. ii. Comprehensive Liability Insurance with not less than $2,000,000 coverage per occurrence,

together with a Standard Non-owned Automobile Liability. a. The City must be named as an additional insured on this policy and b. the policy shall contain a cross-liability clause.

iii. Each policy of insurance required under this agreement shall be maintained during the continuance of this agreement and shall not be capable of cancellation unless 30 days’ notice is first given to the City.

iv. The successful Proponent must ensure that every sub-consultant provides and maintains insurance substantially in accordance with the requirements of this agreement. The successful Proponent shall be as fully responsible to the City for acts and omissions of sub-consultants and of persons employed directly or indirectly by them as for acts and omissions of persons directly employed by the successful Proponent.

The foregoing insurance shall be primary and not require the sharing of any loss by any insurer of the City. The successful Proponent shall provide the City with evidence of all required insurance prior to the commencement of the Services. When requested by the City, the Proponent shall provide certified copies of required policies.

3.0 Workers Compensation - Safety

The successful Proponent shall: i. Hold a valid WorkSafeBC registration number for the duration of the project. ii. Produce a copy of a Worksafe BC registration number on or before

commencement of the project.

Page 21: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 21 of 49 Date Issued: August 3, 2018

iii. Comply with Occupational Health and Safety Regulations.

4.0 Architect is Prime Contractor

The successful Proponent shall be designated and will assume the responsibility as the Prime Contractor per WorkSafe BC OH&S Regulations Section 20.2 Notice of Project and 20.3 Coordination of Multiple Employer Workplaces and Workers’ Compensation Act, Section 118 Coordination of Multiple-Employer Workplaces subsections (1) and (2). The Proponent should also understand the general duties of the City as defined in the Workers’ Compensation Act, Section 119 General Duties of Owner. The Proponent should have the necessary qualification and be willing to accept the responsibilities as Prime Contractor for this Contract. Prime Contractor forms are included in Appendix F:

Prime Contractor General Information Form; Prime Contractor Preconstruction Meeting Form; and Existing Known Hazard Assessment Form

5.0 Business Licence

The successful Proponent will be required to hold a valid City of Nanaimo business licence or intercommunity business license for the duration of the project. A copy of the business licence must be provided on or before commencement of the project.

6.0 Time is of the Essence

Time is of the essence in the Contract.

7.0 Governing Law

This agreement shall be governed by the laws of the Province of British Columbia.

8.0 Key Personnel

The successful Proponent will be required to maintain key members of the project team as proposed throughout the term of the Contract including but not limited to the team Lead, key staff and sub-consultants. Any proposed changes to the project team must be agreed upon in writing by the City.

9.0 Performance

The successful Proponent will be evaluated on their performance throughout the term of this Agreement. Any Consultant achieving a less than satisfactory rating under the evaluation will be notified and required to create and implement a corrective action plan that addresses any shortfall in the Consultant’s performance. If the Consultant fails to create or implement the corrective action plan or if the Consultant’s performance level does not improve the City may take further action including but not limited to cancelling the Agreement and/or suspension of the Consultant from future bidding opportunities.

Page 22: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 22 of 49 Date Issued: August 3, 2018

10.0 Invoice Instructions

Invoices should be sent to the City Accounts Payable Department [email protected] and should include as a minimum:

(1) Purchase Order number; (2) Contract Document Number, if applicable; (3) City contact full name (first and last); (4) Applicable taxes shown as a separate line item

Payment term is Net thirty (30) days from receipt of an accurate invoice. Electronic Funds Transfer (EFT) is the preferred method of payment. EFT is a direct deposit into the Contractor’s bank account.

The City reserves the right to reject and/or return invoices containing discrepancies for correction and/or re-invoicing.

No payment for extras shall be made by the City, unless such extras are authorized by the City’s Contract Manager or authorized designate.

11.0 Interest

Further to Article A17 of the RAIC Document Six, the City does not pay interest. The value entered into the space will be zero (0). The City’s payment terms are net 30 days and the time will be calculated from the date the City receives an accurate invoice directed to the Finance Department and copied to the City’s designated Project Manager.

Page 23: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 23 of 49 Date Issued: August 3, 2018

APPENDIX ‘D’ - TERMS OF REFERENCE

Page 24: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 24 of 49 Date Issued: August 3, 2018

1.0 Scope of Services

The intent of this RFP is to engage an architectural firm to act as the Prime Consultant for the duration of the Project, which will be completed in phases. The Prime Consultant team consisting of the Architect and Architect’s Subconsultants will be responsible to provide all architectural and engineering design services needed at each phase of the Project as per the Contract, except for those Consultants retained directly by the City, which are expected to be geotechnical and cost consulting. The Prime Consultant will be required to coordinate their work with the City’s consultants. The Prime Consultant must be registered to sign and stamp drawings in the Province of British Columbia. The services will be conducted in seven (7) phases:

• Phase 1 Planning + Communication Consultant • Phase 2 Schematic Design • Phase 3 Design Development • Phase 4 Construction Documents • Phase 5 Tendering • Phase 6 Construction Contract Administration • Phase 7 Commissioning and Warranty

City acceptance of the deliverables for the previous phase and written approval to proceed with the next phase will be required. It is anticipated the City will retain geotechnical and cost consultants during the Project.

Phase 1 - Planning

The first phase of the work will proceed immediately upon award and will include survey and interviews at four Nanaimo Fire Stations and CBC Building. The Prime Consultant will review existing documentation and reports as well as conduct a review of the existing services (electrical, communications, cables, storm, sanitary, water, gas) to determine what upgrades, if any, would be required to support the proposed building project. Communications Consultant: The special nature of 911, radios and transition of dispatch centers requires a subject matter expert well versed in this area of communication. There will need to be a seamless transition to maintain the continuity of the Fire Dispatch Center while ensuring the safety of staff. For the purposes of this RFP, the City has included a cash allowance meaning the Communication Consultant will be negotiated at a later date between the City and the Prime Consultant. Submission of the Communication Consultant is not a requirement for the Proposal.

Page 25: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 25 of 49 Date Issued: August 3, 2018

Deliverables for Phase 1 will include but not be limited to:

• Design Basis Memorandum to identify what components are required for the new Fire Station #1

• Offsite servicing preliminary scope of work

Phase 2 - Schematic Design

The Prime Consultant team to prepare for City review and comments schematic design report summarizing the process, including the final space program and facility design elements, energy efficiency building strategy, preliminary building and site plans, site services review, code requirements, required planning approvals, outline specifications, Class D cost estimate, (by the City) and schedule to finalize the design Deliverables:

• Schematic design report • Class D cost estimate, (by the City)

Phase 3 - Design Development

This phase will include developing detailed design drawings and specifications that satisfies all of the approved user, technical and regulatory requirements. The Prime Consultant will be responsible for coordinating sub-consultant services as applicable and reviewing regulations, codes and bylaws with the authorities having jurisdiction. The City and BC Hydro will jointly develop an Energy Study for the project. The Prime Consultant will participate in the Energy Study review with BC Hydro and the City. Deliverables:

• Submission for City review and approval of 50%, 95%, 100%, IFT Design Drawings.

• Six (6) review meetings with the City at the City offices • Presentation material including drawings, specifications, renderings, and other

required documentation for presentation of the Project to the public, Mayor and Council, and Design Panels

• Development permit drawings, specifications and other required documentation for the development permitting stage

• Building permit drawings, specifications and other required documentation for the Project

• Class B cost estimate (by the City)

Phase 4 - Construction Documents

Based on the City approved design development documents Prime Consultant will prepare construction documents consisting of drawings and specification setting forth in detail the requirements for the construction of the Fire Station #1.

Page 26: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 26 of 49 Date Issued: August 3, 2018

Deliverables:

• Issue for Tender (IFT) ready construction documents • All sub-consultants engaged in the design process must provide formal sign-off

on construction development • Cost estimate (by the City)

Phase 5 - Tendering

Prime Consultant to assist City in issuing the Tender document, respond to all technical questions, prepare addenda. Following selection of the successful Contractor, assist the City in preparation of contract documents (CCDC-2 2008). Deliverables:

• Submit content drawings and specifications • Compile information for addenda • Incorporate all changes for final IFT package and issue IFC package

Phase 6 - Construction Contract Administration

This phase will include issuing drawings and specifications for construction (IFC), conducting field reviews and contract administration. Deliverables for Phase 6 will include the following:

• Contract administration for the Project • Regular field reviews and field inspection reports • All supplemental information required by the construction team to deliver the

Project • Project close out documentation including record drawings, asset management

plan (structure exterior, structure interior, mechanical, electrical, HVAC, Information Technology, security and communications) and Operation and Maintenance Manuals

Deliverables: • Perform all tasks related to building permit application • Coordinate all professional site inspections as required under the building permit • Submit all letters of assurance for final inspection and occupancy

Phase 7 – Commissioning and Warranty

This phase requires Prime Consultant assistance to the City in commissioning of the building systems, warranty support documentation and warranty inspections.

2.0 Contract Exclusions

For the purposes of the Contract the following Work will not be part of the Architectural Services:

Page 27: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 27 of 49 Date Issued: August 3, 2018

• Services related to the relocation to/from the Fire Rescue Operations, Call Centre and EEC Centre

• Services related to the Tendering and execution of the demolition The City reserves the right to include the services as an extra to the Contract should it prove practical for the Prime Consultant to assist in any of the above.

3.0 Available Information

Reference Appendix E for available information related to this project.

Page 28: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 28 of 49 Date Issued: August 3, 2018

APPENDIX ‘E’ - AVAILABLE INFORMATION

Published under separate cover:

Table of Contents 1 Hazardous Materials Survey (40 pages) 2 Utilities (4 pages) 3 City Requirements

3.1 ECC Requirements (2 pages) 3.2 Firecomm Specifications (2 pages) 3.3 Operations Design Needs (2 pages) 3.4 Server Room – Technical Specifications (2 pages)

4 Fire Station 1 Condition Assessment And Renewal Analysis Report to Council May 8, 2017 (177 pages)

5 Land Information (3 pages)

Page 29: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 29 of 49 Date Issued: August 3, 2018

APPENDIX ‘F’ - FORM OF CONTRACT

Page 30: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment
Page 31: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment
Page 32: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment
Page 33: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment
Page 34: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment
Page 35: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment
Page 36: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment
Page 37: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment
Page 38: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment
Page 39: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment
Page 40: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment
Page 41: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment
Page 42: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment
Page 43: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment
Page 44: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment
Page 45: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

RFP No. 2053 Fire Station #1 Replacement Architectural Services

The City of Nanaimo Page 45 of 49 Date Issued: August 3, 2018

APPENDIX ‘G’ - PRIME CONTRACTOR FORMS

Page 46: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

Department: City of Nanaimo

Subject: Prime Contractor Preconstruction Meeting Form

Form Revised: Page:

July 29, 2015 1 of 4 Approved by: Andrew Brooks

Health and Safety Manager

Date Meeting Location

Contract # WSBC Firm #

Prime Contractor Company Name

Prime Contractor’s Superintendent

Description of Designated Workplace

Description of Work

City Contract Representative

Agreement The Prime Contractor:

Check Acknowledges appointment as Prime Contractor defined by WorkSafeBC OH&S

Regulation Sections 20.2 and 20.3, and in the Workers’ Compensation Act, Sections 118 Clauses 1 and 2.

Understands the Owners duties as defined in the Workers’ Compensation Act, Section 119.

Understands for any discrepancy establishing health and safety protocol, WorkSafeBC OH&S Regulation and/or the Workers’ Compensation Act (Part 3) shall prevail.

Acknowledges being informed of any known workplace hazards by the owner or owner’s delegate, by signing attached “Existing Known Hazard Assessment” form.

Shall communicate known hazards to any persons who may be affected and ensure appropriate measures are taken to effectively control or eliminate the hazards.

Shall ensure all workers are suitably trained and qualified to perform the duties for which they have been assigned.

Shall ensure or coordinate first aid equipment and services as required by WorkSafeBC OH&S Regulation.

Shall coordinate the occupational health and safety activities for the project. Assumes responsibility for the health and safety of all workers and for ensuring

compliance by all workers with the Workers Compensation Act (Part 3) and WorkSafeBC OH&S Regulation.

Understands any WorkSafeBC violation by the Prime Contractor may be considered a breach of contract resulting in possible termination or suspension of the contract and/or any other actions deemed appropriate at the discretion of the City.

Understands any penalties, sanctions or additional costs levied against the Prime Contractor will be the responsibility of the Prime Contractor.

Confirms the Prime Contractor’s Safe Work procedures and risk assessments were prepared by, or approved by, a Qualified Person as defined by WorkSafeBC OH&S Regulation.

Page 47: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

Department: City of Nanaimo

Subject: Prime Contractor Preconstruction Meeting Form

Form Revised: Page:

July 29, 2015 2 of 4 Approved by: Andrew Brooks

Health and Safety Manager

Accepts the following required documents shall be maintained and made available upon request from the City and/or WorkSafeBC Prevention Officer at the workplace

Documents required to be maintained and available by the Prime Contractor will include, but not be limited to:

Check All notices which the Prime Contractor is required to provide to WorkSafeBC as per

WorkSafeBC OH&S Regulation. Any written summaries of remedial action taken to reduce occupational health and

safety hazards within the area of responsibility. All directives and inspection reports issued by WorkSafeBC. Records of any incidents and accidents occurring within the Prime Contractor’s area of

responsibility. Completed accident investigations for any incidents and accidents occurring within the

Prime Contractor’s area of responsibility

On a construction project workplace, these additional documents are required to be maintained and available by the Prime Contractor: • Records of all orientation and regular safety meetings held between contractors and their

workers, including topics discussed, worker names and companies in attendance. • Written evidence of regular inspections within the workplace. • Occupational first aid records. • Worker training records. • Current list of the name of a qualified person designated to be responsible for each

subcontractor (employer’s) site health and safety activities. • Diagram of the emergency route to the hospital.

The following information must be provided to the City Contract Representative: Check

WorkSafeBC Notice of Project (if applicable) WorkSafeBC Clearance Letter Prime Contractor’s OH&S Safety Program Prime Contractor’s Site/Project Specific Hazard Identification and Risk Assessments,

Safe Work Procedures, etc. First Aid Attendant(s)

Safety Supervisor(s)

Location of First Aid Station

Signature of Prime Contractor

Page 48: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

Department: City of Nanaimo

Subject: Prime Contractor Preconstruction Meeting Form

Form Revised: Page:

July 29, 2015 3 of 4 Approved by: Andrew Brooks

Health and Safety Manager

Signature of City Contract Representative

Pre-Existing and Known Hazard Identification Discussion between the Prime Contractor and the City Contract Representative Date Meeting Location

Prime Contractor Company Name

Prime Contractor’s Superintendent

City Contract Representative

• City Contract Representative to make the Prime Contractor aware of any known extraordinary pre-existing hazards specific to the contract.

• It is recognized the pre-existing and known hazards identified may not be a comprehensive list and due caution is always required.

• Use additional pages if necessary.

Identified Extraordinary Hazards Action required to eliminate or control hazards and ensure worker safety

Prime Contractor Representative (signature) City Contract Representative (signature)

Page 49: REQUEST FOR PROPOSAL No. 2053 ISSUED: CLOSING LOCATION Fire Station #1... · and construction by a General Contractor under the standard CCDC2 2008 Stipulated Price ... 2.7 Amendment

Department: City of Nanaimo

Subject: Prime Contractor Preconstruction Meeting Form

Form Revised: Page:

July 29, 2015 4 of 4 Approved by: Andrew Brooks

Health and Safety Manager

Prime Contractor Representative (print name) City Contract Representative (print name)


Recommended