CONSULTING SERVICES - DETAILED DESIGN & CONTRACT ADMIN - DAVIE STREET SIDEWALK WIDENING PHASE 1

expired opportunity(Expired)
From: Vancouver(City)
PS20240716-ENG-RFP

Basic Details

started - 25 Apr, 2024 (2 days ago)

Start Date

25 Apr, 2024 (2 days ago)
due - 20 Apr, 2024 (7 days ago)

Due Date

20 Apr, 2024 (7 days ago)
Bid Notification

Type

Bid Notification
PS20240716-ENG-RFP

Identifier

PS20240716-ENG-RFP
City of Vancouver

Customer / Agency

City of Vancouver
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

15 April 2024 CONSULTING SERVICES - DETAILED DESIGN & CONTRACT ADMIN - DAVIE STREET SIDEWALK WIDENING PHASE 1 The City of Vancouver is inviting multi-disciplinary consulting firms for developing engineering detailed design, construction & tender planning, and construction administration services for Davie St. 15 April 2024 Open 22/03/2024 12:30 PM PDT Type Request for Proposal Close 26/04/2024 3:00 PM PDT Number PS20240716-ENG-RFP Currency Canadian Dollar Sealed Until 26/04/2024 3:00 PM PDT 15 April 2024 Contacts Amjid Qazi Amjid.Qazi@vancouver.ca Phone +1 604-873-7227 15 April 2024 Commodity Codes Commodity Code Description 10121527 CNSLT - Environmental Mgmt Services 15 April 202415 April 202415 April 202415 April 202415 April 202415 April 202415 April 202415 April 202415 April 2024 mailto:Amjid.Qazi@vancouver.ca 1. 1. KEY INFORMATION: 1.0. SUMMARY OF
OPPORTUNITY: The purpose of this Request for Proposal (the “RFP”) is to invite a multi-disciplinary engineering consulting firm or a team of consultants (the “Consultant”) for developing a Detailed Design including Value Engineering, Construction Planning & Tender Services, and Construction & Contract Administration for Davie Village (both sides of Davie Street) between Thurlow Street and Jervis Street (Phase – 1) based on the outcome of 2023 public engagement for widening sidewalks, improving public mobility, better transit experience, adding more patios and improving green infrastructure along with realignment of road sides curbs. The City of Vancouver (the “City”) is seeking proposals which offer the best “Space for People” detailed design solution with a more pedestrian-friendly and appealing setting by widening sidewalks, redesigning street layouts to prioritize pedestrian needs, introducing new greenery and landscaping for aesthetic and environmental enhancements, installation or upgrading of street furniture, bus stops modification, and addition of curb bulges for a safer and more convenient experience, along with two mid-block crossings installation for enhanced safety. The Procurement process is managed by the Supply Chain Management (“SCM”) staff in collaboration with Engineering Services of the City and the design review process will be conducted in close coordination and engagement with West End Business Improvement Association (WEBIA), Coast Mountain Bus Company (CMBC) / TransLink and Infrastructure Canada. The City expects that the interested parties (the “Proponents”) responding to this RFP must provide prices as per the COMMERCIAL PROPOSAL (Pricing Table) template provided and mentioned in the Questions section of this RFP. The Proponents must identify their full team along with the details of their sub-consultants, sub-contractors or any major services providers intended to perform services for the works as detailed in the Scope of Work (the “SOW”) of this RFP which generally include but not limited to comprehensive changes to the urban environment, encompassing alterations to sidewalks, street space, trees, landscaping, street furniture, and bus stops with the concept of creating a more pedestrian-friendly and appealing setting by widening sidewalks, redesigning street layouts (prioritizing pedestrian needs), introducing new greenery and landscaping for aesthetic (environmental enhancements), and the installation or upgrading of street furniture. Additionally, bus stops will be modified, and curb bulges will be added for a safer and more convenient experience along with having two mid-block crossings installed for enhanced safety. 2.0. THIS RFP: 2.1. The City is issuing this RFP which may be amended from time to time, to invite interested parties that are not, by the terms hereof, barred from participating in this RFP (each, a “Proponent”) to submit a proposal to the City (a “Proposal”) for the opportunity described in Section 1.0 above in accordance with the terms of this RFP. 2.2. The City intends to select a Proponent with the capability, capacity, and experience to act as the Engineer of Record (“EOR”) and to efficiently and cost-effectively meet the objectives and requirements described in this RFP. Subsequently, the City anticipates entering into negotiations with that Proponent, which will conclude in the execution of a contract between the Proponent and the City (an “Agreement”). Notwithstanding the foregoing, the City may, in its discretion: (i) decline to select any Proponent; (ii) decline to enter into any Agreement; (iii) select multiple Proponents for Description negotiation; or (iv) enter into one or more Agreements respecting the subject matter of the RFP with one or more Proponents or other entities at any time. The City may also terminate the RFP at any time. 2.3. This RFP consist of the following components: • SUMMARY: Sets out key information, dates and includes Instruction to Proponents for the RFP process. • PREREQUISITES: Includes the Appendix 1 – Legal Terms and Conditions of RFP, which the Proponent must agree to as a prerequisite to the submission of a Proposal. • BUYER ATTACHMENTS: Includes the scope of work contemplated under this RFP (the “Scope of Work”), the City’s form of agreement for the RFP that will be the basis of any Agreement entered into pursuant to the RFP process (the “Form of Agreement”) as well as other applicable documents and forms. • ADDITIONAL ATTACHMENTS: Location where the Proponent may upload additional attachments for its Proposal, including any attachments or documents expressly requested under the terms of this RFP. Proponents should note that the City invites Proposals that are concise and responsive to requests for information in the RFP. The City is not inviting lengthy, generalized submissions with respect to the Proponent’s services, or the issues referenced in the RFP. • QUESTIONS: Includes questionnaires to be completed by the Proponent as part of its Proposal (each, a “Questionnaire”), in accordance with the instructions provided in the applicable questionnaire. • ITEMS: Includes the pricing sheet for the Work which the Proponent is required to complete as part of its Proposal. 2.4. This RFP will be administered through this website (JAGGAER) that is the City’s electronic procurement portal (the “Supplier Portal” or also referred as the “Online Portal”). Proposals may only be submitted via the Supplier Portal in the format requested by the City. Each Proponent is solely responsible for reviewing and complying with any Supplier Portal terms and conditions which apply to and govern the use of the Supplier Portal. If there is any inconsistency or conflict between the provisions of this RFP and the Supplier Portal terms and conditions, then the provisions of this RFP will govern. 3.0. INFORMATION MEETING: 3.1. Information meeting (the “Information Meeting”) is NOT REQUIRED and NOT PLANNED. 3.2. Potential Proponents are encouraged to read the RFP and submit any questions relating to the RFP prior to and not later than five (05) business days before RFP Close Date. 3.3. Potential Proponents requiring clarifications or if have any questions arise, should use the Q&A Board section (through Supplier/Online Portal) of this RFP prior to 3:00 PM April 11, 2024. 3.4. Proponents are advised that they should only rely on the written information contained herein or in documents posted to the City’s website. 4.0. PROPOSED TERM OF AGREEMENT: 4.1. The City anticipates a term of Four (04) years Agreement including warranty period. 5.0. PRICING: 5.1. All prices quoted in any Proposal must me provided in the template as set out in COMMERCIAL PROPOSAL (Pricing Table) of this RFP. All prices quoted must be exclusive of applicable sales taxes calculated upon such prices, but inclusive of all other costs. 5.2. Prices must be quoted in Canadian currency. 5.3. Prices quoted must be fix for the full term of the proposed agreement. 5.4. Prices are to be quoted CIP, destination (Incoterms, 2010). For the avoidance of doubt, freight, insurance, unloading at the destination designated by the City, import duties, brokerage, royalties, handling, overhead, profit and all other similar costs are to be included in quoted prices. 6.0. EVALUATION OF PROPOSALS: 6.1. The City currently intends that all Proposals submitted to it in accordance with the RFP will be evaluated by City representatives, using quantitative and qualitative tools and assessments, as appropriate, to determine which Proposal or Proposals offer the overall best value to the City. In so doing, the City expects to examine: EVALUATION CRITERIA EVALUATION WEIGHTING Technical 65% Financial 30% Sustainability (indigenous participation) 05% TOTAL 100% 1. INSTRUCTIONS TO PROPONENTS: 1.0 RFP PROCESS - GENERAL 1. Except where expressly stated otherwise in Appendix 1 - Legal Terms and Conditions of this RFP: (i) no part of the RFP consists of an offer by the City to enter into any contractual relationship; and (ii) no part of the RFP is legally binding on the City. 2. No bid security is required from Proponents in connection with the submission of Proposals because no Proposal will be deemed to be an irrevocable or otherwise binding legal offer by a Proponent to the City. The legal obligations of a Proponent that will arise upon the submission of its Proposal will be limited to the terms and conditions stated under the heading "Legal Terms and Conditions" in Appendix 1 - Legal Terms and Conditions of the RFP. 3. The execution of an Agreement may be contingent on funding being approved, and the relevant Proposal being approved, by the Vancouver City Council. 4. IF A POTENTIAL PROPONENT BELIEVES THAT THE CITY MAY BE UNABLE TO SELECT IT DUE TO A CONFLICT OF INTEREST, BUT IS UNCERTAIN ABOUT THIS, THE POTENTIAL PROPONENT IS URGED TO CONTACT THE CITY THROUGH THE Q & A BOARD AS SOON AS POSSIBLE WITH THE RELEVANT INFORMATION SO THAT THE CITY MAY ADVISE THE POTENTIAL PROPONENT REGARDING THE MATTER. 2.0 SUBMISSION OF PROPOSALS 1. Proponents should submit their Proposals on or before the time and date specified as the “Event Close Date” in the Summary section of this RFP (the “Closing Time”). 2. To be considered by the City, a Proposal must be submitted to the City via the Supplier Portal, in the format expressly requested pursuant to this RFP. 3. Any submitted Proposal may be amended or withdrawn prior to the Closing Time via the Supplier Portal. Proposal amendments or requests for withdrawal submitted by any other means will not be accepted. 4. All costs associated with the preparation and submission of a Proposal, including any costs incurred by a Proponent after the Closing Time, will be borne solely by the Proponent. 5. Unnecessarily elaborate Proposals are discouraged. Proposals should be limited to the items expressly requested by the City pursuant to this RFP. 6. The City is willing to consider any Proposal from two or more Proponents that wish to form a consortium for the purpose of responding to the RFP, provided that they disclose the names of all members of the consortium. Nonetheless, the City has a strong preference for Proposals submitted by a single Proponent, including a Proponent that would act as a general contractor and use subcontractors as required. 7. Proposals that do not comply in full with the terms hereof may or may not be considered by the City, in the City’s sole discretion. 3.0 CHANGES TO THE RFP AND FURTHER INFORMATION 1. The City may amend the RFP or make additions to it at any time. 2. It is the sole responsibility of Proponents to check the City’s Supplier Portal regularly for amendments, addenda, and questions and answers in relation to the RFP. 3. Proponents must not rely on any information purported to be given on behalf of the City that contradicts the RFP, as amended or supplemented in accordance with the foregoing Section 3.2. 4. All enquiries regarding this RFP must be made through the Q & A Board on the Supplier Portal. In- person or telephone enquiries are not permitted. Any communication from potential Proponents to City staff outside of the Supplier Portal regarding the content of this RFP may lead to disqualification of the Proponent from this RFP process, at the City’s sole discretion. 4.0 EVALUATION PROCESS 1. The City may open or decline to open Proposals in such manner and at such times and places as are determined by the City. 2. The City will retain complete control over the RFP process at all times until the execution and delivery of an Agreement or Agreements, if any. The City is not legally obligated to review, consider or evaluate Proposals, or any particular Proposal, and need not necessarily review, consider or evaluate Proposals, or any particular Proposal in accordance with the procedures set out in the RFP. The City may continue, interrupt, cease or modify its review, evaluation and negotiation process in respect of any or all Proposals at any time without further explanation or notification to any Proponents. 3. The City may, at any time prior to signing an Agreement, discuss or negotiate changes to the scope of the RFP with any one or more of the Proponents without having any duty or obligation to advise the other Proponents or to allow the other Proponents to vary their Proposals as a result of such discussions or negotiations. 4. The City may elect to short-list Proponents and evaluate Proposals in stages. Short-listed Proponents may be asked to provide additional information or details for clarification, including by attending interviews, making presentations, supplying samples, performing demonstrations, furnishing technical data or proposing amendments to the Form of Agreement. The City will be at liberty to negotiate in parallel with one or more short-listed Proponents, or in sequence, or in any combination, and may at any time terminate any or all negotiations. 5. The City may also require that any proposed subcontractors undergo evaluation by the City. 6. For the avoidance of doubt, notwithstanding any other provision in the RFP, the City has in its sole discretion, the unfettered right to: (a) accept any Proposal; (b) reject any Proposal; (c) reject all Proposals; (d) accept a Proposal which is not the lowest-price proposal; (e) accept a Proposal that deviates from the requirements or the conditions specified in the RFP; (f) reject a Proposal even if it is the only Proposal received by the City; (g) accept all or any part of a Proposal; (h) split the scope of work between one or more Proponents; and (i) enter into one or more agreements respecting the subject matter of the RFP with any entity or entities at any time. Without limiting the foregoing, the City may reject any Proposal by a Proponent that has a conflict of interest, has engaged in collusion with another Proponent or has otherwise attempted to influence the outcome of the RFP other than through the submission of its Proposal. 7. The City currently intends that Proposals will be evaluated by the City in relation to their overall value, which will be assessed in the City’s sole and absolute discretion. In assessing value, the City expects to consider the factors described in Section A.6. and Section B.4. above, among others. 5.0 CERTAIN APPLICABLE LEGISLATION 1. Proponents should note that the City of Vancouver is subject to the Freedom of Information and Protection of Privacy Act (British Columbia), which imposes significant obligations on the City’s consultants or contractors to protect all personal information acquired from the City in the course of providing any service to the City. 2. Proponents should note that the Income Tax Act (Canada) requires that certain payments to non-residents be subject to tax withholding. Proponents are responsible for informing themselves regarding the requirements of the Income Tax Act (Canada), including the requirements to qualify for any available exemptions from withholding. 6.0 CITY POLICIES 1. The City’s Procurement Policy, Ethical Purchasing Policy and related Supplier Code of Conduct align the City’s approach to procurement with its corporate social, environmental and economic sustainability values and goals. They evidence the City’s commitment to maximize benefits to the environment and the community through product and service selection, and to ensure safe and healthy workplaces, where human and civil rights are respected. Each Proponent is expected to adhere to the supplier performance standards set forth in the Supplier Code of Conduct. The Ethical Purchasing Policy shall be referred to in the evaluation of Proposals, to the extent applicable. 2. The City’s Alcohol, Controlled Drugs and Medications Policy applies to all contractors doing work on behalf of the City. The policy is intended to set expectations regarding the use of alcohol, medication and controlled drugs that may render an employee unfit for work, impair performance or cause risk of harm to health and safety. The successful Proponent will be required to ensure compliance with the policy by its employees when doing work for the City. 7.0 FAIR WAGE 1. The City requires all firms that are contracted by the City to provide services on City-owned and leased properties to pay employees who perform those services on City property a Fair Wage as determined by the City in accordance with its Fair Wage policy, available at www.vancouver.ca/fairwage 2. The Fair Wage includes the value of any non-mandatory benefits such as paid sick leave, employer-paid Medical Services Plan premiums and extended health benefits. The City’s current Fair Wage rate is published at www.vancouver.ca/fairwage, and any updates are provided on that website. 3. Proponents should refer to the Form of Agreement for the specific requirements related to the Fair Wage, which include: 1. paying the Fair Wage to all employees who perform services pursuant to the Agreement on City property during the term of the Agreement; and 2. ensuring that all subcontractors pay the Fair Wage to their employees who perform services on City property during the term of the Agreement. 4. Failure to comply with the Fair Wage requirement will entitle the City to terminate the Agreement. 8.0 SCOPE OF WORK https://policy.vancouver.ca/ADMIN008.pdf https://policy.vancouver.ca/AF01401.pdf https://policy.vancouver.ca/AF01401P1.pdf https://policy.vancouver.ca/ADMIN011.pdf http://www.vancouver.ca/fairwage http://www.vancouver.ca/fairwage 1. The Scope of Work is current as of the date of open date of this RFP indicated in the Summary but may change or be refined in the course of the evaluation of Proposals or otherwise. 9.0 FORM OF AGREEMENT 1. The Form of Agreement sets out the City’s proposed commercial terms for the Agreement. The City prefers that the commercial terms for the Agreement not vary from the commercial terms set out in the Form of Agreement. However, if any such terms are unacceptable to a Proponent, then the Proponent may include proposed amendments to the Form of Agreement with its Proposal in the manner indicated in the applicable Questionnaire. If a Proponent elects to include a proposed amendment, then the Proponent should indicate the rationale for the proposed amendment, the applicable change to the language of the Form of Agreement, and the benefit to the City (such as amount of cost-savings), if any, applicable to the proposed amendment. A Proponent will be deemed to fully accept all the commercial terms for the Agreement as set out in the Form of Agreement, except as may be expressly indicated otherwise in its Proposal. 10.0 INSURANCE 1. A Certificate of Insurance is to be duly completed and signed by the Proponent’s insurance agent or broker as evidence of its existing insurance, along with a letter from its insurance broker or agent indicating whether or not (and, if not, then to what extent) it will be able to comply with the insurance requirements set out in the Form of Agreement, should the Proponent be selected as a successful Proponent. (Any successful Proponent will also be required to provide proof of the satisfaction of all insurance requirements prior to or concurrently with the City entering into any Agreement.) Required to View Event Prerequisites Required to Enter Bid 15 April 2024 1. Acceptance of the Legal Terms and Conditions is required prior to proposal submission. 15 April 202415 April 202415 April 202415 April 202415 April 202415 April 202415 April 2024 Buyer Attachments 1. PS20240716 - APPENDIX 1 – LEGAL TERMS AND CONDITIONS OF RFP.pdf 2. PS20240716 - Scope of Work - Consulting Services - Davie Street Sidewalk Widening.docx 3. PS20240716 - COMMERCIAL PROPOSAL (Pricing Table) - Rev 1.xlsx 4. PS20240716 - 2D Design - 2022-117-E-GP-01-na - 2024-03-12.pdf 5. PS20240716 - Approved Design Drawings - Geometric & Paint & Survey (CAD) Folder.ZIP 6. PS20240716 - Reference Documents Folder.zip 7. PS20240716 - FOA - Professional Services - Sample.doc 8. Addendum No 1 - RFP PS20240716 Eng Detailed Design - Davie St Phase 1.pdf 9. Addendum No 2 - RFP PS20240716 Eng Detailed Design - Davie St Phase 1.pdf 15 April 202415 April 202415 April 202415 April 202415 April 202415 April 2024 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjEzMjA2LTE1ODc0Mzc3ODFQUzIwMjQwNzE2IC0gQVBQRU5ESVggMSDigJMgTEVHQUwgVEVSTVMgQU5EIENPTkRJVElPTlMgT0YgUkZQLnBkZg%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjEzMjA2LTE1ODc0MzgyNDBQUzIwMjQwNzE2IC0gU2NvcGUgb2YgV29yayAtIENvbnN1bHRpbmcgU2VydmljZXMgLSBEYXZpZSBTdHJlZXQgU2lkZXdhbGsgV2lkZW5pbmcuZG9jeA%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjEzMjA2LTE2MDAzMTg5NjJQUzIwMjQwNzE2IC0gQ09NTUVSQ0lBTCBQUk9QT1NBTCAoUHJpY2luZyBUYWJsZSkgLSBSZXYgMS54bHN4&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjEzMjA2LTE1ODc0Mzk5MzRQUzIwMjQwNzE2IC0gMkQgRGVzaWduIC0gMjAyMi0xMTctRS1HUC0wMS1uYSAtIDIwMjQtMDMtMTIucGRm&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjEzMjA2LTE1ODc0NDEwNjRQUzIwMjQwNzE2IC0gQXBwcm92ZWQgRGVzaWduIERyYXdpbmdzIC0gR2VvbWV0cmljICYgUGFpbnQgJiBTdXJ2ZXkgKENBRCkgRm9sZGVyLlpJUA%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjEzMjA2LTE1ODc0NDA4OTBQUzIwMjQwNzE2IC0gUmVmZXJlbmNlIERvY3VtZW50cyBGb2xkZXIuemlw&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjEzMjA2LTE1ODc0NDI4MDBQUzIwMjQwNzE2IC0gRk9BIC0gUHJvZmVzc2lvbmFsIFNlcnZpY2VzIC0gU2FtcGxlLmRvYw%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjEzMjA2LTE1OTY2Mzg4MzVBZGRlbmR1bSBObyAxIC0gUkZQIFBTMjAyNDA3MTYgIEVuZyBEZXRhaWxlZCBEZXNpZ24gLSBEYXZpZSBTdCBQaGFzZSAxLnBkZg%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids01.jaggaer.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMjEzMjA2LTE2MDAzMjg2NjRBZGRlbmR1bSBObyAyIC0gUkZQIFBTMjAyNDA3MTYgIEVuZyBEZXRhaWxlZCBEZXNpZ24gLSBEYXZpZSBTdCBQaGFzZSAxLnBkZg%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 Questions Required Questions Group 1.1: TECHNICAL PROPOSAL Instructions: 1.1.1 Provide a brief EXECITIVE SUMMARY of your Proposal and company background. 1.1.2 1.1.2PROJECT UNDERSTANDING AND CHALLENGES: Provide a descriptive methodology that the Proponent would take in performing and managing the Services and accomplishing the objectives within the City's schedule and referred Scope of Work. Detail the sequential process including a description of clear steps and approach by which the Proponent proposes to meet the milestones and project deliverables. The Proponent's work plan should make reference to the City's Requirements to indicate all the requirements will be met. 1.1.3 1.1.3CONSULTANTS & KEY PERSONNELS PROFILE AND ORG. CHART: The Proponent must demonstrate that the: Lead & deputy engineer have at least 10 & 7 years’ experience, respectively, in civil design and construction. Landscape architect must be a registered member of the British Columbia Society of Landscape Architects, and possess at least 7 years of experience. Identify and provide professional biographical information for the key personnel that would perform the Proponent’s work, outlining their intended roles in performing the Scope of Work, and their percentage of time expected on the project. Attach CVs and a complete organization chart, identifying all roles and areas of responsibility. 1.1.4 1.1.4SCHEDULE & TIME FOR COMPLETION: The Proponent must submit a detailed project schedule that outlines the proposed work program along with key milestones and deliverables in reference to Scope of Work and in alignment with the major tasks (deliverables categories) mentioned in the Commercial Proposal template. If the timeline target mentioned in the RFP are challenging or not achievable, the Proponent must clearly state this in the submission (Proposal) and provide an alternate. The Proponent’s work plan should make reference to the Scope of Work as appropriate. The Proponent must attach the Project Schedule (timeline chart). 1.1.5 1.1.5PROPONENT'S PAST EXPERIENCES AND REFERENCES: Proponent should demonstrate a minimum of 10 years of relevant civil design, transportation design, traffic engineering, electrical design, stormwater management design and construction-related experience. Describe three (3) specific examples of recent work that are similar in size and scope, completed by the Proponent. Ensure one of these examples references electrical design conducted on behalf of the City of Vancouver. In each case, the Proponent should identify: (a) Project description and client name; (b) Scope of Services provided and total fee; (c) Project actual start and completion dates; and (d) Names of key personnel involved in the Project to perform the Services. Contact reference information, phone number and email address of an individual from each client who can provide details and feedback regarding the services performed by the Proponent. The City of Vancouver may contact these references. 1.1.6 1.1.6INNOVATION & VALUE CREATION: Notwithstanding any other provision hereof, the City welcomes Proposals respecting innovative or novel approaches to the City’s objectives and requirements and may consider value-creating Proposals that derogate from the Scope of Work. Provide details on any proposed innovative approaches to meeting the City’s requirements. Group 1.2: COMMERCIAL PROPOSAL (Pricing Table) Instructions: 1.2.1 Complete the attached Financial Proposal (Pricing Table) with all requested pricing information. Group 2.1: Instructions: 2.1.1 The Proponent hereby confirms that its Proposal is based on the payment of wages to employees of the Proponent and Subcontractors that comply with the City’s Fair Wage Policy as per Descriptions - Section B.7. Group 3.1: Instructions: 3.1.1 Specific to this procurement, please describe which First Nation(s) / Development Corp. you may be partnering with for this scope? Please provide partnership details and listing of any Indigenous Business involvement (subcontractors, suppliers etc.) along with economic reconciliation & participation plan (i.e. who will benefit, recruitment, employment etc.) 3.1.2 Please describe any policies/programs or how you advance employee equity, diversity and inclusion for under-represented populations (such as Women, Indigenous People, People with Disabilities etc.) 15 April 202415 April 202415 April 202415 April 202415 April 2024 Group 4.1: Client Reference Instructions: 4.1.1 Client Name 4.1.2 Address (City and Country) 4.1.3 Contact Name 4.1.4 Title of Contact 4.1.5 Telephone No. 4.1.6 E-mail Address 4.1.7 Length of Relationship 4.1.8 A brief description of the scope or work (Consultancy Services) performed for the Client. Group 4.2: Client Reference Instructions: 4.2.1 Client Name 4.2.2 Address (City and Country) 4.2.3 Contact Name 4.2.4 Title of Contact 4.2.5 Telephone No. 4.2.6 E-mail Address 4.2.7 Length of Relationship 4.2.8 A brief description of the scope or work (Consultancy Services) performed for the Client. Group 4.3: Client Reference Instructions: 4.3.1 Client Name 4.3.2 Address (City and Country) 4.3.3 Contact Name 4.3.4 Title of Contact 4.3.5 Telephone No. 4.3.6 E-mail Address 4.3.7 Length of Relationship 4.3.8 A brief description of the scope or work (Consultancy Services) performed for the Client. Group 5.1: Instructions: 5.1.1 A Certificate of Existing Insurance is to be duly completed and signed by the Proponent’s insurance agent or broker as evidence of its existing insurance, along with a letter from its insurance broker or agent indicating whether or not (and, if not, then to what extent) it will be able to comply with the insurance requirements set out in the Form of Agreement, should the Proponent be selected as a successful Proponent. (Any successful Proponent will also be required to provide proof of the satisfaction of all insurance requirements prior to or concurrently with the City entering into any Agreement.) Group 6.1: Instructions: 6.1.1 All proposed suppliers are to complete and submit this Declaration of Supplier Code of Conduct Compliance form to certify compliance with the supplier performance standards set out in the Supplier Code of Conduct. Group 7.1: Instructions: 7.1.1 Has any personal information of your key personnel such as CV or other information regarding employment history and qualifications been included in the Proposal? 7.1.2 Complete the attached form for each key personnel for whom a CV or other information regarding employment history and qualifications has been included in the Proposal and upload. 15 April 202415 April 202415 April 202415 April 202415 April 2024 Group 8.1: Instructions: 8.1.1 Do you propose to use any subcontractors? 8.1.2 Complete the attached form and upload. Group 9.1: Instructions: 9.1.1 Do you have any proposed amendments to Form of Agreement? 9.1.2 Complete the attached form and upload. Group 10.1: Instructions: 10.1.1 Do you have any exceptions to Declaration as to no Conflict of Interest in RFP Process (Section 9.1 of Appendix 1 - Legal Terms and Conditions of RFP)? 10.1.2 Provide details of your exceptions. 10.1.3 Do you have any exceptions to Declaration as to No Conflict of Interest Respecting Proposed Supply (Section 9.2 of Appendix 1 - Legal Terms and Conditions of RFP)? 10.1.4 Provide details of your exceptions. 10.1.5 Do you have any exceptions to Declaration as to No Collusion (Section 9.3 of Appendix 1 - Legal Terms and Conditions of RFP) 10.1.6 Provide details of your exceptions. 10.1.7 Do you have any exceptions to Declarations as to No Lobbying (Section 9.4 of Appendix 1 - Legal Terms and Conditions of RFP)? 10.1.8 Provide details of your exceptions. Group 11.1: Instructions: 11.1.1 Attached proof of valid WorkSafeBC registration. Group 12.1: Instructions: 12.1.1 A Certificate of Existing Insurance is to be duly completed and signed by the Proponent’s insurance agent or broker as evidence of its existing insurance, along with a letter from its insurance broker or agent indicating whether or not (and, if not, then to what extent) it will be able to comply with the insurance requirements set out in the Form of Agreement, should the Proponent be selected as a successful Proponent. (Any successful Proponent will also be required to provide proof of the satisfaction of all insurance requirements prior to or concurrently with the City entering into any Agreement.) Group 13.1: Instructions: 13.1.1 Additional attachment 1 13.1.2 Additional attachment 2 13.1.3 Additional attachment 3 15 April 202415 April 202415 April 202415 April 202415 April 2024 Product Line Items Product Line Items There are no Items added to this event. 15 April 202415 April 202415 April 202415 April 2024 Service Line Items Service Line Items 1. # Item Name, Commodity Code, Description Allow Alternates Qty. UOM Requested Service Delivery S1 Commercial Proposal Total Value 1 LS - Lump Sum 15 April 202415 April 202415 April 2024

City of Vancouver, WA 98668Location

Address: City of Vancouver, WA 98668

Country : United StatesState : Washington

You may also like

2024-PATTON AVENUE ROADWAY IMPROVEMENTS PHASE-1

Due: 09 May, 2024 (in 11 days)Agency: Piscataway Township

North Shafter Street Improvements - Engineering Services

Due: 11 May, 2024 (in 13 days)Agency: City of Shafter

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.