REQUEST FOR PROPOSAL 10/2011 PRIME CONSULTANT FOR INTERIOR RENOVATIONS AT VICTORIAVILLE CIVIC CENTRE

Similar documents
FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

REQUEST FOR PROPOSAL 2/2013 WAREHOUSING & DISTRIBUTION OF PROMOTIONAL MAGAZINES

Proposal Closing Date and Time Wednesday June 7 th 2017 at 4:00 p.m., local time

REQUEST FOR PROPOSAL 47/2016 SUPPLY, INSTALL AND CONFIGURATION OF AN ENTERPRISE DISK ENCRYPTION SOLUTION

Proposal Closing Date and Time Thursday, September 22, 2016 At 4:00 p.m., local time

REQUEST FOR PROPOSAL 3/2014. SECURITY GUARD SERVICE FOR VICTORIAVILLE CENTRE (excluding Victoriaville Civic Centre)

REQUEST FOR PROPOSAL 25/2017. SUPPLY & DELIVERY OF DAIRY PRODUCTS (for various Civic Locations)

REQUEST FOR QUOTATION Q PLAYGROUND SAFETY INSPECTIONS For The Corporation of the City of Thunder Bay -- Parks & Open Spaces Division --

FORM OF TENDER 32/2010

FORM OF TENDER 21/2016 SUPPLY AND DELIVER UP TO THREE (3) NEW ZERO-TURN RIDING MOWERS

REQUEST FOR PROPOSAL 35/2017. INSTALLATION and OPERATION OF VENDING MACHINES At the Canada Games Complex, Arena Concessions and Marina

REQUEST FOR PROPOSAL 33/2015 UPGRADE OF NETWORK INFRASTRUCTURE & IMPLEMENTATION OF A VOIP BUSINESS SOLUTION

PART INSTRUCTIONS TO BIDDERS

Request for Proposal (RFP) External Audit Services. RFP Finance 16-03

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL

FORM OF TENDER 46/2010 Supply & Delivery of CISCO ROUTERS for REMOTE LOCATIONS

FORM OF TENDER 18/2016 EXTERIOR BLOCK PAINTING & REPAIR FORT WILLIAM STADIUM

REQUEST FOR PROPOSAL 10/2018 LAND SURVEY SERVICES. Proposal Closing Date and Time Wednesday February 28, 2018 at 4:00 p.m.

REQUEST FOR PROPOSAL 03/2018. To Provide Professional COLLECTION AGENCY SERVICES. -- For the City of Thunder Bay Court Services and Community Services

REQUEST FOR PROPOSAL. DeMamiel Creek Pedestrian Crossing

FOR PRICE SCHEDULE - SEE PAGES 4-7. FORM OF TENDER 22/2010 Supply, Deliver & Install Office Furniture. Page 1 of 10

REQUEST FOR PROPOSAL 09/2016 MARINA PARK PEDESTRIAN OVERPASS REHABILITATION DESIGN

Town of Whitby Terms and Conditions

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

REQUEST FOR PROPOSAL 52/2015 MECHANICAL ENGINEERING CONSULTING SERVICES FOR HVAC UPGRADES TO THUNDER BAY COMMUNITY AUDITORIUM

Management Services. International Support, Recruiting

REQUEST FOR SUPPLIER QUALIFICATION

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

REQUEST FOR PROPOSAL 14/2016 SERVICING OF EMS VEHICLES (EAST OF THUNDER BAY)

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

INSTRUCTIONS TO BIDDERS

Request for Proposal Supply & Install Generators at District Health Centers Project

FORM OF TENDER 30/2016 SPECIAL PROJECTS ASPHALT/CONCRETE REPAIR AND ROAD PATCH SERVICES

Request for Proposal for Construction Management Services

INSTRUCTIONS TO BIDDERS

AIA Document A701 TM 1997

T E N D E R Tender # T Bike Trails Parking and Pump Track

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL RFP13-08

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

REQUEST FOR PROPOSAL 12/2018 FIREWORKS DISPLAY FOR CANADA DAY JULY 1, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

TENDER GRAVEL CRUSHING PWT

T E N D E R Tender # T Washroom Upgrades Carnegie Building

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

INVITATION TO BID (ITB)

REQUEST FOR PROPOSAL

Town of Manchester, Connecticut General Services Department

REQUEST FOR PROPOSALS FEASIBILITY STUDY

Proposal Response Date: March 18, 2019, at 1:00p.m.

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

Request for Proposal

COUNTY OF COLE JEFFERSON CITY, MISSOURI

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL. Information Technology Support Services

External Consultants & General Contractors Contracts

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

WEXFORD COUNTY REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

CORPORATION OF THE TOWN OF GANANOQUE

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

=====================================================================

Homeless Prevention, Neighbourhood, Children and Fire Services City of London. Request for Quotation

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

I. PROJECT DESCRIPTION

SECTION NOTICE TO BIDDERS

B. The Bid is made in compliance with the Bidding Documents.

RFP No RFP to Construct Modular Concrete Segmented Retaining Walls

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

PART D SUPPLEMENTAL CONDITIONS

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

City of Albany, New York Traffic Engineering

2015 SIDEWALK REPAIR REQUEST FOR TENDER

June 2017 BIDDING PROCEDURES No. 90

REQUEST FOR PROPOSAL FOR THE SELECTION OF AN INVESTMENT ADVISOR

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

PRE-QUALIFICATION # 502 FOR ROOFING CONTRACTORS

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

REQUEST FOR PROPOSAL RFP #14-03

THE CORPORATION OF THE CITY OF LONDON

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

REQUEST FOR QUOTATIONS SNOW CLEARING AND SALTING SERVICES

ANNEX A Standard Special Conditions For The Salvation Army

REQUEST FOR PROPOSALS RFP#75-18

Central Pierce Fire & Rescue Request for Proposal Asset Financing

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

PRE-QUALIFICATION #536 HARDWOOD FLOORING CONTRACTORS FOR GYMNASIUM FLOORS

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

REQUEST FOR QUOTATION

City of Biddeford, Maine

Transcription:

REQUEST FOR PROPOSAL 10/2011 PRIME CONSULTANT FOR INTERIOR RENOVATIONS AT VICTORIAVILLE CIVIC CENTRE For The Corporation of the City of Thunder Bay (City) -- Facilities and Fleet Department -- Proposal Closing Date and Time Wednesday, March 9, 2011 at 4:00 p.m. local time Proposals are to be delivered to: City of Thunder Bay Materials Management Division P.O. Box 800 111 S. Syndicate Avenue Victoriaville Civic Centre (Main Floor) Thunder Bay, ON P7C 5K4

Page 2 of 15 INFORMATION TO BIDDERS Submission If your firm is interested in this project, please submit five (5) sealed copies of your proposal submission to: City of Thunder Bay Materials Management Division P.O. Box 800 111 S. Syndicate Avenue Victoriaville Civic Centre (Main Floor) Thunder Bay, ON P7C 5K4 All submissions are to be clearly marked as to contents. Closing Date and Time Consideration will be given to your proposal if received in the Materials Management Office not later than: 4:00 p.m., local time on Wednesday, March 9, 2011. The lowest cost proposal will not necessarily be accepted, and the Owner reserves the right to reject any and all proposals and/or re-issue the RFP in its original or revised form. Facsimile, e-mail, or telephone proposals will not be accepted Late Proposals Proposals received after the deadline will not be considered. The City will assume no responsibility for submissions that do not arrive in the Materials Management office by the specified closing date and time. Late submissions will be returned unopened to the proponent. Document Fee: There is a non-refundable charge of $35.00 (inclusive of taxes) for documents payable by cheque, cash or debit card. Questions/Inquiries Communications concerning this Request for Proposal are to be in writing and directed to; Nancy Bauer (or designate) Materials Management Division phone (807) 625-2614 - fax (807) 622-0181 e-mail nbauer@thunderbay.ca Inquiries must not be directed to other City employees or Elected Officials. Directing inquiries to other than those designated may result in your bid being rejected. The deadline for questions/inquiries will be WEDNESDAY, MARCH 2, 2011 @ 12:00 noon. All clarification requests are to be sent in writing to the individual mentioned above. No clarification requests will be accepted by telephone. Responses to clarification requests will be provided to all interested parties.

Page 3 of 15 Any and all changes to the Request for Proposal will be issued by the Manager, Materials Management (or designate) in the form of a written addendum. Acknowledgement of Addenda If addenda are issued, their receipt must be acknowledged by the proponent by including them as part of the proposal submission to ensure that all requirements are included in the submission. Failure to include all addenda may result in your submission not being considered. The City will assume no responsibility for oral instructions or suggestions. Addenda will be provided to all who have registered with the City Materials Management Division. As well, they will be posted on the City s website for bid opportunities for download. Review of Requirements All proponents should carefully review this solicitation for defects or questionable matter. Comments or the need for clarification must be made in writing as requested in this RFP. Protests based on any omission or error, or on the content of the solicitation, will be disallowed if these faults have not been brought to the attention of the Materials Management Division as per the terms set out in this Request. References The submission of a proposal authorizes the City to contact all references provided. Failure to provide references and details of experience may result in this proposal not being considered. Qualifications Proposals will be evaluated from firms or individuals that can demonstrate that they have the necessary staffing, facilities, experience, ability and financial resources to perform the work in a satisfactory manner. Proven track record must be demonstrated. The City reserves the right to inspect the bidder s facility and to perform such investigations as may be deemed necessary to insure that competent personnel and management and suitable equipment/material will be used in the performance of this contract. Treatment of Information All proposals submitted to the City become the property of the City, and as such, are subject to the provisions of the Municipal Freedom of Information and Protection of Privacy Act. This will confirm that the City will not use/disclose the information provided, without proper authorization, and will keep the information in a physically secure location to which access is given only to staff requiring access. Extracts proposals and the costs of their solutions may be used as part of a public document. Proponents must indicate in the proposal which parts of their proposals, if any are exempt from disclosure. Attachments Certificate of Insurance Standard Terms and Conditions for Tenders, Proposals and Contracts Appendix A, Drawings Existing Plans & Proposed Renovations (4 drawings)

Page 4 of 15 Appendix B, Detailed Additional Requirements (7 pages) Rights Reserved by the City Submission of a proposal indicates acceptance by the firm of the conditions contained in this Request for Proposal, unless clearly and specifically noted in the proposal and in any contract between the City and the firm(s) selected. The City reserves the right without prejudice to reject any or all proposals and to determine in its own best judgement the best consultant for this contract. All information provided by the proponent in response to this RFP must contain sufficient detail to support the services being proposed. Incomplete proposals will not be considered. The City reserves the right to request proponents to: provide additional information modify submissions in areas considered to be deficient address specific requirements not accurately addressed in their initial submission The City is not responsible for any costs incurred by the proponents in the preparation of their response to the proposal call or attendance of any selection interviews. Furthermore, the City shall not be responsible for any liabilities, cost, express, loss or damage incurred, sustained or suffered by an interested party, prior or subsequent to, or by reason of the acceptance, or non-acceptance by the City of any response, or by reason of any delay in the acceptance of the response. The Selection Committee reserves the right to be the sole judge of the acceptability of any service offered, and also any alternative proposed, and to purchase the service which in its opinion most closely meets the goals of the City. The City, unless it otherwise states, reserves the right to award by item, or part thereof, groups of items, or all items of the proposal, and to award contracts to one or more proponents submitting identical submissions as to price; to reject any and all submissions in whole or in part; to waive technical defects, irregularities and omissions, if in so doing, the best interest of the City will be served. The decision of the Selection Committee shall be final and without recourse. Prices must be FIRM for the duration of the contract. The City reserves the right to award this contract in whole or in part without recourse or penalty that which is deemed most advantageous to the City. In the event of any disagreement between the City and the proponent regarding interpretation of the RFP, the City s Solicitor or an individual acting in that capacity, shall make the final determination as to interpretation. NOTE: This is an invitation for proposals and not a tender call. The City has the right to negotiate with the proponent that presented the most attractive proposal. The City of Thunder Bay Council shall have the final authority on all matters regarding this Request for Proposal

Page 5 of 15 EVALUATION PROCESS An Evaluation Committee has been established to review and evaluate each proposal based on the criteria and scoring listed below. The Evaluation Committee will consist of: Manager Construction / Renovation Services or Designate City of Thunder Bay Manager - Materials Management Division or Designate City of Thunder Bay Staff Resources Facilities & Fleet Department Based upon the evaluation results of the RFP, the City may require a presentation from any or all of the top three (3) highest scoring proponents prior to award; in which case, the presentation would form part of the final evaluation. All such presentations will be at the bidder's expense. Any additional information may in no way materially alter or add to the submission originally proposed. Presentations will be conducted on a date and location to be determined. Successful proponent(s) will be contacted to set up a meeting time and place for their presentation. It is anticipated that the presentation will consist of a brief five minute introduction of the evaluation committee, followed by a presentation by the proponent (maximum 30 minutes), and concluded with a thirty (30) minute question and answer period. Failure to provide a presentation on the date specified may be cause for disqualification. For purposes of proposal evaluation, the evaluation is based on the base price plus any included provision items as selected by the City project manager. CRITERIA MAX. SCORE 1. Cost to the City 400 2. Qualifications & Experience of the firm and key members of the project team: - Project Architect/ Lead 50 - Technical Staff 40 - Contract Administrator 40 - Structural Engineer 20 150 3. Compliance with Proposal Requirements and Terms of Reference 50 4. Demonstrated ability to commence work immediately and complete the project within the time frame notes in section 1.4 of the RFP and Client references. Demonstrated ability and experience in similar type renovation projects. 250 6. Quality & Uniqueness of Proposal Submission 50 7. Evidence of Environmental & Social Stewardship 50 9. Value Added 50

Page 6 of 15 Submission Evaluation Sub-Total 1000 10. Interview 50 Total Available Points 1050 TERMS OF REFERENCE 1.0 PROJECT PROFILE The City of Thunder Bay (Owner) is seeking proposals from consulting firms to act on its behalf as the Prime Consultant for services relating design, preparation of contract documents, tendering, inspection, contract administration, and commissioning of a staged multi faceted 12,000sq.ft interior renovation. The Owner recently acquired the former Bank of Montreal (BMO) building adjacent to the existing VictoriaVille Civic Centre (VCC), both buildings are located within the VictoriaVille Mall. The City of Thunder Bay Court Service Division will be relocating to the renovated BMO building. The Prime Consultant must be led by an Architectural Firm. The project in its entirety is to be designed in accordance with LEED principals as they relate to waste reduction, products, energy efficiency, indoor air quality, and construction practices. The owner will not be seeking certification from the Canadian Green Building Council. Under separate RFP the Owner will be retaining Mechanical and Electrical engineering services for this project. Proponents are to include in their upset limit costs associated with the coordination of Mechanical and Electrical sub-consultants. The Owner has completed a designated substance survey of all areas being renovated. Designated substances will be removed under a separate tender called and administered by the Owner. The project in its entirety shall meet the requirements of the Ontarians with Disabilities Act. Additional work will not be compensated unless a written approval or request is provided by the Owner or its agents. 1.1 Design Objectives As an extension of the existing VCC the BMO interior renovations shall mirror the existing finishes, and mechanical/electrical systems of the VCC. Consideration shall be given to utilize the exiting centralized heating / cooling loop in VCC. Because of the BMO s modest size, the design must be efficient, flexible, and cost effective so that, where appropriate, spaces are available for complementary uses (e.g. a training or open room might also provide additional work stations when not in use). The design should allow for changing use over time. The design will require the completion then relocation of City staff in three distinct areas in the following order; 1. Renovation of the BMO building (Area 1) and relocation of staff.

Page 7 of 15 2. Renovation of Area 2 and relocation of staff. 3. Renovation of Area 3. Throughout the project public services shall be maintained and the transition to renovated areas seamless. Public services (cashiering) in Area 3 will continue during the renovations of that area. Provisions for the continued service in this area to be included in the final construction documents. Refer to Appendix A for Area locations including proposed and existing layouts. 1.2 Project Budget The renovation budget is 1.2M. This includes all hard and soft costs (e.g. construction, permits, testing and consulting fees). 1.3 Owners Representative The owner s representative will be the Manager, Construction / Renovation Division, Facilities & Fleet Department, City of Thunder of Bay, or designate. During design development representatives from both the Revenue Division and Community Recreation Division will participate and provide input into their respective layouts. Revenue Division will be involved in areas 1 & 3. Community Recreation will be involved in area 2. The Owner may also hire under a separate Request for Proposal a multi discipline Project Management Firm. In the event the Owners moves forward with a contracted Project Manager, the successful Project Management Firm will act as the Prime Consultant s day to day contact, provide relevant background information provided by the Owner oversee the activities of the Prime Consultant, provide overall direction, organize meetings, ensure the Prime Consultants terms of reference are met, provide bi-weekly reports to the Owner, and ensure end of project documentation is prepared for the Owner. 1.4 Project Schedule The following project schedule is anticipated based on best current information. PROJECT SCHEDULE DATE Award to Successful Consulting Firm March 2011 Design Development March 2011- Mid April 2011 Preparation of Contract Documents Mid April 2011-June 31 2011 Tender Call July 2, 2011 Award Tender Mid August 2011 Area 1 Renovation and Relocation (BMO) August 2011 Mid Jan 2012

Page 8 of 15 Area 2 Renovation and Relocation (Community Recreation) Feb 2012- April 2012 Area 3 Renovation (Existing Cashiering Area) April 2012 June 2012 Project Completion July 2012 1.5 Project General Requirements The Prime Consultant must be led by an Architectural Firm. Immediately upon award of contract the Prime Consultant shall provide the Owner a written evaluation of the project timelines, milestones, and budget, each in terms of the other. Design Development: 1. Develop a common understanding of the project objectives with the Owner. 2. Complete an on site inspection to verify existing conditions and dimensions. 3. Complete an inventory of existing furniture in Areas 1, 2, &3 for relocation and reconfiguration in renovated areas. 4. Review and apply applicable statutes, regulations, codes and by-laws and acquire Municipal approvals and permits as required which may impact the project. 5. The Prime Consultant will coordinate and facilitate meetings with the Owner and keep and publish minutes within 48 hrs of the meeting. 6. The proponents are to include eight (8) 4 hour meetings as part of the Design Development work. 7. Ensure the Owner / Project Manager is involved in all phases of the design process. 8. Prepare and submit a design report for the project to include detailed cost estimates and preliminary drawings, for the Owner / Project Manager s review and acceptance. Design report to include an overview of proposed construction materials, Mechanical, and Electrical systems. 9. Ensure building the renovation design is reviewed by the City of Thunder Bay s Accessibility Advisory Committee. Attend Accessibility Advisory Committee meeting to communicate design intents and answer questions the Committee may have. Contract / Tender Document Preparation: 10. Prepare detailed construction drawings and specifications of the accepted final preliminary design for the Owners / Project Manager s review as outlined in Section 1.6 Construction Drawings and Specifications and Section 1.7 Cost Estimates and Progress meetings. 11. Prepare furniture layouts utilizing existing furniture, identify additional furniture if required. 12. Prepare and issue bid documents and advise and consult with the Owner /Project Manager during the tendering phase. The Prime Consultant will use the City of Thunder Bay s standard contract documents. Coordinate Tender and document distribution with the City of Thunder Bay s Materials Management Division. 13. Review submitted tenders and make recommendations for the award of contract. 14. Apply for a Building Permit on behalf of the owner. Cost of the Building Permit shall not be included

Page 9 of 15 in the fixed total cost. 15. Prepare contract documents (CCDC2-2008) for execution by the successful General Contractor and the Owner. Contract Administration: 16. Provide contract administration throughout the duration of the project including all warranty periods. 17. Perform general review of the work at intervals appropriate to the stage of construction to ensure the work is in general conformity with the contract documents. 18. Review contractors progress claims and issue recommendations for certificates of payment to the Project Manager. 19. Certify substantial performance and total completion of the project. 20. Liaise directly with the Owner / Project Manager responsible for this project. 21. Provide one (1) year warranty administration. In addition to the Project General Requirements above proponents are to review Appendix B Detailed additional requirements. 1.6 Construction Drawings and Specifications The specifications and drawings will be undertaken in draft form and will be reviewed by the following: The Owner / Project Manager. Revenue Division and Recreation and Culture Division. The Prime Consultant shall provide the Owner / Project Manager with detailed design drawings (drawn to scale), and specifications showing the work involved. All details shall incorporate the requirements of the Ontario Building Code and referenced documents within, where required to by code or by any and all authorities having jurisdiction. All documents to be sealed by a professional discipline as required by the Ontario Building Code, The Building Code Act, or by any other authority having jurisdiction The services provided in the execution of the Contract Documents shall include: 1) The Prime Consultant shall prepare five (5) sets of preliminary construction drawings for review and distribution by the Project Manager. In addition to the preliminary review two additional submissions will be required as outlined in Cost Estimates and Progress meetings. The final Contract Documents shall then be prepared including all/any changes made at the preliminary and progress review stages. 2) The Prime Consultant shall at the completion of the Contract Documents, provide three (3) complete sets of Contract Documents to the owner for its use. The consultant shall also provide three (3) complete sets of documentation to the Construction Association along with an electronic set either in TIF or CAL format.

Page 10 of 15 3) The Prime Consultant shall provide to the owner one set of construction documents on CD-ROM (AutoCAD release 2002). The owner will use the documents to update their internal final system only. 4) As-Built drawings shall be maintained and two copies forwarded to the owner for office record. The As- Built drawings are to be submitted in electronic form on a CD-ROM. 1.7 Cost Estimates and Progress Meetings In addition to the initial preliminary drawing submission, the consultant shall also provide: A class C cost estimate at the time of the preliminary submission. Provide options or alternatives in the event the project is valued over budget. At 60% complete of the Construction Documents, submit drawings as indicated in 1.10 and provide a class B cost estimate. Provide options or alternatives in the event the project is valued over budget. At 95% complete of the Construction Documents, submit drawings as indicated in 1.10 and provide a class A cost estimate. Provide options or alternatives in the event the project is valued over budget. 1.8 Inspection The Prime Consultant will be responsible for undertaking standard inspection procedures in order to meet the requirements of a standard Client-Architect Services Agreement. Inspection will focus on the following: The renovations meeting the goals and standards that have been identified and approved; The assurance that all construction is consistent with the approved design and specifications; The processing and initial approval of change orders for submission to the Owner / Project Manager for final approval; The initial approval of contractor progress claims for subsequent approval and processing by the Owner / Project Manager; The preparation of deficiency lists and the pursuing of their resolution; and The administration of issues arising during the warranty period. 1.9 Project Finalization The Prime Consultant will be responsible for the inspection of the project before turnover to the Owner. They will undertake to pursue the finalization of all deficiencies, to ensure Owner / Project Manager acceptance, and other work necessary to bring about final completion. The Prime Consultant shall also provide written documentation to the Owner that all noted deficiencies have been corrected. The Owner / Project Manager will assist with the coordination of the staff relocations. PROPOSAL CALL AND REQUIREMENTS The following specific requirements are identified for inclusion in the proposal: Legal name of the lead firm, its office location, telephone number(s) and a brief history of the firm,

Page 11 of 15 Identification of the lead firm s experience and that of any associated firms in undertaking similar projects or related functions, along with a listing of all similar projects undertaken within the last five (5) years and to include, the name of the organization, the contact person, telephone number and address, and approval to contact any or all of these clients. Detailed information on the qualifications and experience of the senior members of the Project Team who will be responsible for the various elements of the project, including the Architect, Project Lead, Contract Administrator, interior design, and senior design team members. Evidence of ability in respect to the proposed project, listing costs, schedules and evidence of conformity of time schedules for such projects, including the construction budget, the tendered amount and the final construction cost for comparable projects. List of current and future projects of the lead firm. A statement of the Prime Consultant s design philosophy as it relates to a publicly owned and operated facility. A statement of the Prime Consultant s ability and methodology to complete the project in the timelines set out in Section 1.4, Project Schedule. A list of sub-consultants, complete with company profile and personal profile of individuals which will be directly involved in the project. A fee schedule for each person that will be associated with the project. Evidence of financial stability of the lead firm. A complete list of personnel who will be working on the project including the name, experiences, estimated time to be spent, and the rate of pay for each individual. A fixed total cost for the Design, Construction Documents, Construction Inspection Services and Contract Administration Services for the project. The upset limits shall include all costs of travel expenses, telephone calls and site mileage, material testing, but shall not include the cost of independent testing services. HST shall be indicated separately from the upset limit. The cost of placing advertising in the media shall be paid directly by the Consultant. The cost of providing twenty (20) hard copies of Documents for Tender shall also be included. Include in your fee arrangement, a method to calculate additional Professional Consulting fees for additional scope of work that may be requested of the successful Prime Consultant and its team that may be added to this agreement either during or after completion of the project. Include in the upset cost for design, the costs for CD copies of the Contract Documents and costs for hard copies for review by the Owner or approval agencies and for display at the Thunder Bay Construction Association. A detailed schedule for the project. Proposals are to be submitted as a lump sum dollar amount and are to include all as requested in the RFP.

Page 12 of 15 INSURANCE AND INDEMNIFICATION The successful proponent shall, at its own expense, obtain and maintain until the termination of the contract, and provide the Owner with evidence of: Comprehensive general liability insurance on an occurrence basis for an amount not less than Two Million ($2,000,000 dollars) and shall include the Owner as an additional insured with respect to the owners operations, acts and omissions relating to its obligations under this Agreement, such policy to include non-owned automobile liability, personal injury, broad form property damage, contractual liability, owners' and contractors' protective, products and completed operations, contingent employers liability, cross liability and severability of interest clauses; Automobile liability insurance for an amount not less than Two Million ($2,000,000) dollars on forms meeting statutory requirements covering all vehicles used in any manner in connection with the performance of the terms of this Agreement. Professional Liability: The successful proponent shall carry insurance covering the work and services described in this agreement. Such policy shall provide coverage for an amount not less than Two Million ($2,000,000) dollars. The Owner will not accept an agreement which limits the liability of the proponent to the amount of its liability insurance coverage. The policies shown above will not be cancelled or permitted to lapse unless the insurer notifies the Owner in writing at least thirty (30) days prior to the effective date of cancellation or expiry. The Owner reserves the right to request such higher limits of insurance or other types of policies appropriate to the work as the Owner may reasonably require. The successful proponent shall not commence work until such time as evidence of insurance has been filed with and approved by the Manager Materials Management for the City. The successful Firm shall further provide that evidence of the continuance of said insurance is filed at each policy renewal date for the duration of the contract. The successful proponent shall indemnify and hold the City harmless from and against any liability, loss, claims, demands, costs and expenses, including reasonable legal fees, occasioned wholly or in part by any acts or omissions either in negligence or in nuisance whether wilful or otherwise by the bidder, it s agents, officers, employees or other persons for whom the bidder is legally responsible. FORMAL AGREEMENT The successful proponent will be required to enter into a formal agreement with the Owner. The Canadian Standard Form of Contract for Architectural Services, Document Six Hundred, as issued by The Royal Architectural Institute of Canada, will be the basis for the proposed agreement, subject to the following SUPPLEMENTARY CONDITIONS The Canadian Standard Form for the Contract for Architectural Services (Document 600, 2008) is amended as follows:

Page 13 of 15 1. Agreement Form A1 A18 Clause A15, enter NIL % 2. General Conditions i. Clause G.C.5 Copyright and Use of Documents Delete Clause 5.1 and replace with the following: Copyright for the Architect s Instruments of Service belongs to the Client. The Architect s Instruments of Service shall remain the property of the Client whether the Project for which they are made is executed or not, but the Client may not use the Instruments of Service for other Projects than those which are the subject of this Agreement. Delete Clause 5.3 ii. Clause G.C.7 Liability of the Architect Clause G.C.7 is deleted. The Owner will not accept any limit to the liability of the Architect. TIMING The scope of services outlined in this RFP and the successful bidder proposal shall be an attachment to the agreement. If there are conflicting terms between the terms outlined in this proposal and the Standard Contract for Architectural Services, the term which provides higher assurance to the Owner would prevail. The Consultant shall perform the Services expeditiously to meet the requirements of the Owner as indicated in Section 1.4 Project Schedule, and shall complete any portion or portions of the Services in such order as the Owner may require and the Owner shall have the right to take possession of an use any completed or partially completed portions of the Work notwithstanding any provisions expressed or implied to the contrary. The Owner shall give due consideration to all information submitted by the Prime Consultant, and shall make any decisions which are required in connection therewith within a reasonable time so as not to delay the work of the Prime Consultant. WORKPLACE SAFETY Consistent with the Owner s health and safety programs, the Proponent shall provide the following: Evidence of registration and good standing with the Workplace Safety and Insurance Board (WSIB) Evidence of Workplace Hazardous Material Information System training (WHIMS) Evidence of the Proponent s Corporate Health and Safety Policy, and the measures taken to ensure its effective implementation within the work environment. ARBITRATION / MEDIATION (a) Any dispute, difference or disagreement between the parties hereto in relation to the Agreement may, with the consent of both parties, be referred to mediation or arbitration.

Page 14 of 15 (b) No person shall be appointed to act as a mediator or arbitrator who is in any way interested, financially or otherwise, in the conduct of the work on the Project or in the business or other affairs of either the Owner or the Prime Consultant. (c) The award of an arbitrator shall be final and binding upon the parties. (d) The provisions of The Arbitration s Act, R.S.O., 1980, Chapter 25, as amended shall apply. 11.0 ASSURANCES 11.1 I/WE the undersigned propose to offer professional services for the Interior Renovations to Victoriaville Civic Centre in accordance with your terms and conditions listed. These terms and conditions will be deemed part of our agreement should this proposal be accepted. 11.2 I/WE DECLARE that no person, firm or corporation other than the one whose signature, or the signature of whose proper officers and the seal, is or are attached below, has any interest in this proposal. 11.3 I/WE FURTHER DECLARE that this proposal is made without connection, knowledge, comparison of figures or arrangement with any other company, firm or person making a proposal for the same work and is in all respects fair and without collusion or fraud. 11.4 I/WE FURTHER DECLARE that, except as disclosed in writing appended to this proposal, no employee of the Owner is or will become interested, directly or indirectly in this proposal. 11.5 I/WE FURTHER DECLARE that the several matters stated in the said proposal are all in respect true.

Page 15 of 15 (This page is to be completed and returned with your submission) REQUEST FOR PROPOSAL 10/2011 PRINT COMPANY NAME MAILING ADDRESS CITY POSTAL CODE PHONE NUMBER FAX NUMBER E-MAIL ADDRESS CELLULAR NUMBER SIGNATURE OF AUTHORIZED OFFICIAL DATE PLEASE PRINT NAME

From: THE CITY OF THUNDER BAY MATERIALS MANAGEMENT DIVISION VICTORIAVILLE CIVIC CENTRE 111 SYNDICATE AVE S (main floor) PO BOX 800 THUNDER BAY ON P7C 5K4 CLOSING DATE PROPOSAL # When Downloading Proposal Documents, cut or fold this page in half and Affix this ADDRESS LABEL to your proposal submission envelope. Please indicate the Proposal #. Also include your firm s name in the top left corner.