request for proposalunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · the project will be...

23
REQUEST FOR QUALIFICATION RFQ16-1605 SUBJECT: DESIGN BUILD CONTRACTOR WOOD INNOVATION RESEARCH LABORATORY PRINCE GEORGE DATE OF ISSUE: November 10, 2016 TO RESPOND BY December 1, 2016 @ 1400 Hours (2:00 PM Pacific Time) RESPOND TO: Leslie Burke Purchasing Agent University of Northern British Columbia 3333 University Way Prince George, BC V2N 4Z9 Email: [email protected]

Upload: others

Post on 18-Aug-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

REQUEST FOR QUALIFICATION

RFQ16-1605

SUBJECT:

DESIGN BUILD CONTRACTOR

WOOD INNOVATION RESEARCH LABORATORY PRINCE GEORGE

DATE OF ISSUE: November 10, 2016

TO RESPOND BY December 1, 2016 @ 1400 Hours (2:00 PM Pacific Time)

RESPOND TO: Leslie Burke Purchasing Agent University of Northern British Columbia 3333 University Way Prince George, BC V2N 4Z9 Email: [email protected]

Page 2: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

ii

RECEIPT CONFIRMATION FORM

REQUEST FOR QUALIFICATION RFQ16-1605

DESIGN BUILD CONTRACTOR WOOD INNOVATION RESEARCH LABORATORY

PRINCE GEORGE

Please complete this form and email to: Contract & Supply Chain Management Department University of Northern British Columbia 3333 University Way Prince George, BC V2N 4Z9 Attn: Leslie Burke Email: [email protected] Failure to return this form may result in no further communication regarding this Request for Response. COMPANY NAME:

ADDRESS:

CITY: PROV: POSTAL CODE:

CONTACT PERSON:

CONTACT TELEPHONE: EMAIL: I have received a copy of the above noted Request for Qualification. ______ Yes, I will be responding to this Request. ______ No, I will not be responding.

Page 3: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

iii

TABLE OF CONTENTS

REQUEST FOR QUALIFICATION RFQ16-1605

DESIGN BUILD CONTRACTOR WOOD INNOVATION RESEARCH LABORATORY

PRINCE GEORGE PURPOSE ....................................................................................................................................... 1 DEFINITIONS ................................................................................................................................. 1 1 INFORMATION AND INSTRUCTIONS .................................................................................. 2 1.1 BACKGROUND INFORMATION ......................................................................................... 2 1.1.2 METHOD OF CONSTRUCTION ..................................................................................... 2 1.1.3 CURRENT STATUS ........................................................................................................ 3 1.1.4 BUDGET ........................................................................................................................... 3 1.2 ROLES AND RESPONSIBILITIES ...................................................................................... 3 1.2.1 PROJECT TEAM .............................................................................................................. 3 1.2.2 OWNER’S TECHNICAL CONSULTANT TEAM .............................................................. 3 1.2.3 DESIGN-BUILD CONTRACTOR ..................................................................................... 4 1.2.4 COMMISSIONING TEAM ................................................................................................ 4 1.2.5 RESTRICTED PARTIES .................................................................................................. 4 1.3 ISSUING OFFICE ................................................................................................................ 4 1.4 KEY DATES ......................................................................................................................... 5 1.5 CLOSING DATE AND TIME ................................................................................................ 5 1.6 RESPONSE SUBMISSION AND FORMAT ........................................................................ 5 1.7 RESPONSE COSTS ............................................................................................................ 6 1.8 INQUIRIES AND CHANGES ............................................................................................... 6 1.9 BASIS OF SELECTION ....................................................................................................... 7 1.10 DESIGN BUILD CONTRACT RISK ALLOCATION ............................................................. 8 1.11 CONTRACTUAL OBLIGATION ........................................................................................... 8 1.12 CONFIDENTIALITY ............................................................................................................. 9 1.13 FORCE MAJEURE .............................................................................................................. 9 1.14 CONFLICT OF INTEREST .................................................................................................. 9 1.15 COLLUSION ........................................................................................................................ 9 1.16 JOINT VENTURE ................................................................................................................ 9 1.17 LIST OF RESPONDENTS NOT BINDING ........................................................................ 10 1.18 FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT ....................... 10 1.19 NO OBLIGATION TO PROCEED ..................................................................................... 10 2 MANDATORY PROVISIONS ............................................................................................... 10 2.1 INDEMNITY........................................................................................................................ 10 2.2 PROJECT INSURANCE AND BONDING REQUIREMENTS ........................................... 10 2.3 OWNERSHIP ..................................................................................................................... 11 SCHEDULE I SUBMISSION CHECKLIST SCHEDULE II CERTIFICATION DOCUMENT SCHUDULE III CONFLICT OF INTEREST CERTIFICATION APPENDIX A SCOPE OF WORK APPENDIX B RESPONSE EVALUATION

Page 4: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

1

UNIVERSITY OF NORTHERN BRITISH COLUMBIA

REQUEST FOR QUALIFICATION RFQ16-1605

DESIGN BUILD CONTRACTOR

PURPOSE

UNBC is seeking to short list qualified Design Build Contractor teams with the necessary expertise, capacity and resources. Shortlisted Respondents will be invited to submit a technical and financial Proposal for the design, construction, and commissioning of the new Wood Innovation Research Laboratory project (WIRL). Should any legislation and/or budgetary direction by the Ministry of Advanced Education or the UNBC Board of Governors or other duly constituted governmental authority adversely affect the intent of this RFQ or any part thereof then this RFQ may, at the option of the University, be at an end and void. Through this combined Request for Qualification/ Request for Proposal (RFQ/RFP) process, the University seeks to select a Design Build Contractor. RFQ Responses and subsequent RFP Proposals will be evaluated by an evaluation committee selected by UNBC. This process is not intended as a pre-qualification of subcontractors or suppliers that may be retained by the Design Build Contractor. This Request for Qualification includes the instructions for submitting Responses to the Request for Qualifications, and details the process and criteria by which the shortlisted Respondents will be selected. The University reserves the right to cancel, suspend or modify this RFQ process at any time.

DEFINITIONS

Throughout this Request for Qualifications, the following definitions are used:

“BC Bid” Means the electronic tendering service maintained by the Province of BC;

“BC Bid Website” means the website maintained by BC Bid at www.bcbid.ca, or any replacement

website;

“University” or “UNBC” means the University of Northern British Columbia;

“Contract” means a written contract executed by the University and the DBC as a result of the RFQ/RFP process;

“Contract Documents” means the Contract and its related documents including the DSR, accepted

progress drawings, changes, etc.;

“Contractor” or “Design Build Contractor” or “DBC” means the short listed Respondent who is selected through the RFQ/RFP process to be the Preferred Proponent who then enters into a Contract with the University;

“OSR” or “Owner’s Statement of Requirements” is the document outlining the technical performance

and prescriptive requirements of the project, along with the facility programme, indicative design, and room data sheets;

“must” or “mandatory” means a requirement that must be met in order for a Response to receive

consideration;

“Owner’s Advisors” means any Consultants retained by the Owner to provide input and expertise directly to the Owner and include (but is not limited to) the Project Manager, the Owners Technical Consultant Team, the Quantity Surveyor, Legal Advisor, etc.;

Page 5: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

2

“Passive Haus” means the design and construction standards required by the Passive House Institute as certified by a Passive Haus Consultant who is certified by the Institute.

“Preferred Proponent” means the Respondent selected through the RFQ/RFP process to enter into

negotiations with the University to secure a Contract;

“Proposal” means a response submitted in reply to the subsequent RFP;

“Project” or “WIRL” means the Wood Innovation Research Laboratory;

“Qualified Respondent” means a Respondent possessing the qualifications described in this RFQ;

“Respondent” means an individual or a company that submits, or intends to submit, a Response to this RFQ;

“Response” means a statement of qualifications submitted in reply to this RFQ;

“RFP” means a Request for Proposal for provision of design, construction, and commissioning of the

Project;

“RFQ” means the process described in this Request for Qualifications; and “should” or “desirable” means a requirement having a significant degree of importance to the

objectives of this RFQ. 1 INFORMATION AND INSTRUCTIONS

1.1 BACKGROUND INFORMATION

UNBC is planning to construct a state of the art research facility to enable innovative research in wood science and engineering. The proposed WIRL facility will be used primarily by the Integrated Wood Design Program to build and test large scale integrated wood structures using engineered wood products such as Cross-Laminated Timber (CLT), Glued Laminated Timber (Glulam) and Laminated Veneer Lumber. Most of the required furniture, fixtures and equipment (FF&E) required to equip and operate WIRL will come from current wood structures lab housed within WIDC.

WIRL will be an approximately 1,000 m2 over height single storey building with a mezzanine, large open spans and high head bays. The mezzanine space will house laboratories, offices, building support rooms, and a seminar room. A portion of the building will consist of a strong floor and a strong wall to support testing equipment and a five (5) tonne crane. It is essentially an industrial building; however, it will be a mass timber structure and built to Passive Haus design standards in keeping with its functional use and the sustainability strategies of UNBC. Obligations of UNBC in connection with this RFQ, subsequent RFP, and the Contract contemplated by this RFQ/RFP process are subject to the appropriation by UNBC of required funding. If any funding is not forthcoming or available, then UNBC reserves the right to cancel this RFQ, subsequent RFP, or any portion of the scope of services or any obligation, without liability, expense or penalty to UNBC.

Respondents are advised that approval of the UNBC Steering Committee, or such officers or officers of the University as the University may from time to time designate, will take into account the then-current status of the funding for the project.

1.1.2 METHOD OF CONSTRUCTION The University intends to implement the Project by means of the Design-Build procurement methodology adopting Passive Haus design and construction standards.

Page 6: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

3

A Request for Qualifications will short list up to three (3) Respondents who are adjudged to be interested in and capable of delivering the project. The Request for Proposals, form of Contract, and Owner’s Statement of Requirements will be issued to the shortlisted Respondents. Unsuccessful shortlisted Respondents with compliant submissions determined by UNBC in its sole discretion to be substantially compliant with the RFP requirements will be granted an honorarium of up to $25,000. The payment of any honorarium by UNBC shall be entirely discretionary as determined by UNBC and no unsuccessful Respondents are entitled to any claim against UNBC for any expenses, costs or damages or the honorarium.

The form of Contract will be a CCDC-14, 2013 Design-Build contract as modified by Supplementary General Conditions as required by UNBC.

1.1.3 CURRENT STATUS

The Project Team is currently completing the Indicative Design and the Owner’s Statement of Requirements.

Concurrently, the University is awaiting approval of project funding. As such, proceeding to the Design Build Contractor Request for Proposal phase and Contract award is subject to funding approval.

The University intends to provide the Design Build Contractor with a vacant site that is currently paved. The soil and ground water are understood to have potential contamination. This is not expected to impact execution of the scope, the project schedule or budget. Geotechnical and environmental reports will be provided to shortlisted Respondents in the RFP stage. 1.1.4 BUDGET The University has established a construction budget of approximately $3.5 million for the Project generally including the Design Build Contractor’s overhead and profit, general requirements, permits, design fees, construction, and commissioning costs.

1.2 ROLES AND RESPONSIBILITIES

1.2.1 PROJECT TEAM

The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be referred to as the Owner and the Owner is represented by its Project Manager, Colliers Project Leaders Inc. UNBC has appointed staff representatives who, along with Colliers Project Leaders Inc., comprise the Owner’s Project Team (PT). The PT is responsible for the project delivery.

1.2.2 OWNER’S TECHNICAL CONSULTANT TEAM

The Owner’s Technical Consultant Team (OTC) is responsible for developing the Owner’s Statement of Requirements for the Project, which will form the basis for selecting the Design Build Contractor. The OTC will participate in the project team meetings and collect and incorporate stakeholder feedback on the indicative design and performance specifications. Kasian Architecture Interior Design and Planning Ltd. (“Kasian”) has been retained by UNBC as the OTC Prime Consultant. For the Design-Build RFQ/RFP and implementation phases, the PT and the OTC form the Compliance Team.

Page 7: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

4

1.2.3 DESIGN-BUILD CONTRACTOR

The Design-Build Contractor is responsible for the design and construction of the facility within the agreed upon construction budget, agreed upon timeline and to the level of quality specified in the Contract Documents. The Design-Build Contractor is responsible for ensuring the building is designed and performs as designed up to the end of the warranty period defined in the Contract and subject to normal maintenance and use, performs for a life expectancy as would reasonably be expected for a facility similar to the WIRL. The Design-Build Contractor will be procured through a competitive RFQ/RFP process. 1.2.4 COMMISSIONING TEAM

The Commissioning Team includes the Compliance Team, and the Design-Build Contractor, including its Consultants, its Contractors, and its Commissioning Agents (CA). The Design-Build Contractor maintains responsibility for commissioning the building systems and its ultimate performance.

1.2.5 RESTRICTED PARTIES

Restricted Parties: (a) are not eligible to advise any Respondent in the RFQ process; and (b) must not participate as an employee, advisor, consultant, or member of any Respondent. UNBC may, at its sole and absolute discretion, disqualify a Respondent who uses in any manner or who includes a Restricted Party in its Response. The onus is on the Respondent to ensure that it does not use or include any Restricted Party. UNBC has identified the following Persons or Corporations as Restricted Parties:

o Colliers Project Leaders Inc. o Kasian Architecture Interior Design and Planning Ltd o Bush, Bohlman & Patners LLP o WSP | MMM Group o L&M Engineering Ltd o BKLConsultants Ltd o GHL Consultant Ltd o Brian Ballantyne Specifications o Jones Lang LaSalle o AMEC Foster Wheeler o SSA Quantity Surveyors ltd. o McCarthy Tetrault LLP

The following Persons or Corporations have provided services to UNBC in support of the Project but are not considered Restricted Parties:

o McElhanney Consulting Services Ltd. 1.3 ISSUING OFFICE

University of Northern British Columbia Contract & Supply Chain Management department 3333 University Way Prince George, BC, V2N 4Z9 Attention: Leslie Burke, Purchasing Agent [email protected]

Page 8: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

5

1.4 KEY DATES

The Project will be delivered based on the following anticipated schedule Design Build Contractor RFQ November through December 2016 Design Build Contractor RFP December through February 2017 Substantial Completion March 31, 2018

Some of the dates may change during the RFQ process. Any date changes prior to the closing date and time of this RFQ will be issued in an addendum.

1.5 CLOSING DATE AND TIME

Responses, signed by either the Respondent or an authorized representative from the Respondent’s firm, must be received by the Issuing Office before December 1, 2016, 2:00 PM (1400 Hours) Pacific Time.

The University will not accept submissions of any Responses after the closing date and time. Any submissions received or submitted after the closing date and time shall be considered disqualified. Under no circumstances, regardless of weather conditions, transportation delays, technology issues or any other circumstances, will late submissions be accepted.

1.6 RESPONSE SUBMISSION AND FORMAT

Responses MUST be submitted using the following method:

The Respondent’s Response is to be uploaded at: https://unbc.bonfirehub.ca/opportunities/6586

It is strongly recommended that you give yourself sufficient time and at least ONE (1) hour before Closing Time to begin the uploading process and to finalize your submission. File size limit is 100MB. Multiple files can be uploaded if exceeding this limit. When using Bonfire, each item of Requested Information is instantly sealed and will only be visible by the University after the Closing Time. Uploading large documents may take significant time, depending on the size of the file(s) and your Internet connection speed. You will receive an email confirmation receipt with a unique confirmation number once you finalize your submission. Minimum system requirements: Internet Explorer 8/9/10+, Google Chrome, or Mozilla Firefox. Javascript must be enabled. If assistance is required during the upload, contact Bonfire at [email protected] for technical questions related to your submission. You can also visit the help forum at https://bonfirehub.zendesk.com/hc

Hard Copy, Faxed or E-mailed Response submissions will NOT be accepted.

The main part of the document should only include the information specified in the Request for Qualification. Any additional information should be included as appendices. The document should be no more than 25 pages, excluding appendices, title pages, identification/application pages (Schedule, Appendices and firm’s portfolio).

The University accepts no responsibility for non-receipt and/or delays in receipt caused by transmission and reception problems, equipment failure, or any other similar cause.

Amendments to a Response, if any, must be done in Bonfire. Amendments must be received prior to the Closing Date and Time to be considered. UNBC assumes no responsibilities and the Respondent assumes ALL risks for revisions. The resubmitted original Response or revised Response must be received by the office of the Contract & Supply Chain Management department prior to the RFQ closing time December 1, 2016 at 2:00 PM PT.

Page 9: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

6

Respondents may not make modifications to their Responses after the closing date and time except as may be allowed by the University. Responses may be withdrawn through Bonfire, provided such withdrawal is done prior to the Response closing date and time.

Responses will be opened after the Closing Time at the office of the Contract & Supply Chain Management department, University of Northern British Columbia, Room 1085, 3333 University Way, Prince George, BC V2N 4Z9. The opening of Responses will be a closed meeting. UNBC may release a list of Respondents. The RFQ Reponses will not be released nor any evaluation details other than the shortlist.

The University may reproduce any of the Respondent’s Response and supporting documents for internal use or for any other purpose required by law.

The University will not be obligated in any way by any Respondent’s Response.

This RFQ or any portion thereof, is the property of the University and may not be used or copied for any purpose other than the submission of a Response.

1.7 RESPONSE COSTS

The Respondent has the sole responsibility for any costs associated with preparing and submitting its Response to this RFQ.

In no event will the University be responsible for the costs of preparation or submission of any Response.

1.8 INQUIRIES AND CHANGES

Any inquiries regarding the selection process and the terms of the Request for Qualifications MUST be emailed by the end of November 21, 2016 to: [email protected] Subject: RFQ16-1605 WIRL RFQ Design Build Contractor

The University accepts no responsibility for non-receipt and/or delays in receipt caused by late delivery due to reception problems, equipment failure, or any other similar causes.

All questions and the answers from the University will be issued in written form and issued as an addendum. Any Addenda shall be considered as part of the Response Documents. Any Addenda shall be considered as part of the Response Documents. All Addendums will be posted on the UNBC Contract & Supply Chain Management (Purchasing) website listed as “Active Tenders & RFP’s”. In the event the University’s server is not available, or for any other situation the University deems reasonable, then the addendums will be emailed to all parties registered as having returned the Receipt Confirmation form and/or submitted an inquiry on time.

Any Respondent who does not submit the RECEIPT CONFIRMATION may not be notified of any amendments or addenda.

It is the responsibility of each Respondent to inquire about and clarify any requirements of this Request for Qualifications which are not understood.

UNBC shall not be responsible for, and the Respondent shall not rely upon, any instructions or information given to any Respondent other than in writing in accordance with the requirements of the Request for Qualification.

The RFQ is not to be discussed with any other UNBC employee, representative, student, contractor or agent except at the direction of the UNBC Purchasing Agent. Failure to do so could result in the rejection of the Respondent’s Response.

Page 10: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

7

Respondents must satisfy themselves in all respects as to the risks and obligations to be undertaken by them.

If a Respondent discovers any inconsistency, discrepancy, ambiguity, errors, or omissions in this RFQ, it must notify the University immediately at [email protected].

The University may, at any time, make and stipulate changes to this Request for Qualification.

The University may provide additional information, clarification or modification by written addenda. All addenda shall be incorporated into and become part of the Request for Qualification. The University shall not be bound by oral or other informal explanations or clarifications not contained in written addenda.

1.9 BASIS OF SELECTION

RFQ Responses will be evaluated by an evaluation committee selected by UNBC. It is the intent of the University to shortlist a maximum of three (3) Respondents that meet the requirements of this RFQ and provides the best overall value to the University. The University may or may not, conduct discussions, request further information or clarifications, either in succession or concurrently, with selected Respondent(s) on the content of their Response without becoming obligated to clarify or seek further information from any or all other Respondents. However, Respondents are cautioned that any request for clarifications will not be an opportunity either to correct errors or to change their Responses in any substantive manner. The University will not be limited as to its criteria for evaluation of Responses. The University may take into account criteria and considerations as they relate to this contract and are deemed to be of value.

These may include but are not limited to:

a. Any features or advantages which are unique to the Respondent’s Response.

b. The Respondent’s relevant experience, qualifications and success in providing services of

the type similar to this project. Experience with other university and public sector organizations.

c. The quality of the Response, specifically: Responses shall be prepared in a straight forward manner, and shall describe the Respondent’s offering(s) in a format that is reasonably consistent, comprehensible, and appropriate to the purpose.

d. The Respondent’s references and examples of previous relevant comparable work.

e. Evidence of good organization, management, environmental and social responsibility.

f. Any aspect of the criteria outlined in Appendix B.

Page 11: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

8

1.10 DESIGN BUILD CONTRACT RISK ALLOCATION The following table summarizes the anticipated allocation of Project Risk between the University and the Successful RFP Proponent, which may be further clarified at the RFP stage:

Risks / Ownership UNBC Contractor

Site and Land Availability of the site for construction Environmental contamination of site risk

(before construction)

Site geotechnical conditions (a pre-RFP condition report will be provided by UNBC)

Demolition, site clearing and diversion/ relocation of all utilities

Obtaining marshalling and lay-down areas Project Design Sufficiency and interpretation of supplied data Geotechnical investigation Detailed Design Design error Compliance with all applicable laws, codes and regulations Utilities and associated conflicts Changed conditions Patent infringement Project Administration Construction permits Insurance/Surety Quality Management / Quality Assurance / Safety Public communications Ability to achieve Project parameters Site / Construction Environmental contamination of site during construction Procurement and construction Construction Inspections / Quality control / Safety Workers’ Compensation Board issues Building and Building Systems Commissioning Operational Commissioning and Staff Training

1.11 CONTRACTUAL OBLIGATION

Some of the Mandatory Contractual Provisions (Mandatory Provisions) that will be included in a subsequent contract issued as a result of the RFQ/RFP process are provided in Section 2.0 for Respondents information. Responses are automatically deemed to include the Respondent’s agreement to those Mandatory Provisions presented in this RFQ. Other Mandatory Provisions will be issued in the RFP to shortlisted Respondents. The Respondent may not modify any Mandatory Provisions.

Page 12: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

9

1.12 CONFIDENTIALITY

In accordance with the Freedom of Information and Protection of Privacy Act, the DBC will treat as confidential and will not, without the prior written consent of the University, publish, release or disclose or permit to be published, released or disclosed, the Material or any information supplied to, obtained by, or which comes to the knowledge of the DBC as a result of this RFQ except insofar as such publication, release or disclosure is necessary to for the Respondent to compile their response to this RFQ.

1.13 FORCE MAJEURE

The University shall not be liable for any damage, breach of contract, or breach of covenant contained in this RFQ, due to causes beyond the control of the University, and in particular, (but not so as to restrict the generality of the foregoing) it shall not be liable for damages or breach caused by act of God, acts of military or civil authorities, war, riot or civil disobedience, fire, explosion, strikes, lock outs or other labour unrest, including picketing.

It is further expressly agreed by the parties that should legislation and/or budgetary direction by the Ministry of Advanced Education or Ministry of Finance or other duly constituted governmental authority adversely affect either party to this RFQ so as to unacceptably limit or frustrate the intent of this RFQ, or any part thereof then this RFQ may, at the option of the University, be at an end and void.

In any event, should the University be of the opinion that this RFQ cannot continue due to circumstances beyond its control and jurisdiction, it shall thereupon be, at the option of the University, terminated and at an end and no action of any sort shall be taken against the University as a result thereof. The University shall not, in any event, under any circumstances whatever, be liable for consequential damage or special damages, or any costs, damages or expenses arising directly or indirectly by reason of any of the matters described in this section 1.13.

1.14 CONFLICT OF INTEREST

By submitting a Response, the Respondent warrants that, to the best of its knowledge and belief, neither it nor any of its directors or officers, or any employee with authority to bind the Respondent under the RFQ, has any financial or personal relationship or affiliation with any officer or employee of the University or their immediate families that might in any way unduly influence the University, its officers and employees and impair the integrity of the RFQ process. Should the Respondent, or any of its directors, officers or employees with authority to bind the Respondent under the RFQ become aware at any time of such conflict of interest, the Respondent must immediately advise the University about such conflict's extent and nature.

1.15 COLLUSION

Respondents shall not engage in collusion of any kind; in particular, Respondents shall prepare their Responses without any knowledge of, comparison of figures with, or arrangement with any other Respondent submitting a Response to this RFQ.

1.16 JOINT VENTURE

Joint Venture, consortium or partnership Responses (i.e. submissions from Respondents comprised of more than one firm or member) are permitted however, only one of the Respondent team members must be designated as the lead who, if successful, will participate in the RFP process and may be selected to enter into a single contract with the University and all members of the joint venture, consortium or partnership will be jointly and severally responsible for performing the obligations of the Respondent.

Page 13: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

10

1.17 LIST OF RESPONDENTS NOT BINDING

A Respondent may withdraw its name from the short list by notifying the University in writing. 1.18 FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT

Responses and other records in the custody of or under the control of the University may be subject to the Freedom of Information and Protection of Privacy Act.

1.19 NO OBLIGATION TO PROCEED

The receipt by the University of any information (including any submissions, ideas, plans, drawings, models or other materials communicated or exhibited by any intended Respondent, or on its behalf) shall not impose any obligations on the University. There is no guarantee by the University, its officers, employees or agents, that the process initiated by the issuance of this RFQ will continue, or that this RFQ process or any RFP process will result in a contract with the University.

2 MANDATORY PROVISIONS

The following are intended to be included in the contract resulting from the RFQ/RFP process substantially in the form noted and as finally required by UNBC:

2.1 INDEMNITY

The DBC hereby agrees to indemnify and save harmless the Institution, its successors, assigns and authorized representatives and each of them from and against losses, claims, damages, actions and causes of action (collectively referred to as “Claims”) that the Institution may sustain, incur, suffer or be put to at any time either before or after the expiration or termination of this Agreement, that arise out of errors, omissions or negligent acts of the DBC or their subcontractors, servants, agents or employees under this Agreement, excepting always that this indemnity does not apply to the extent, if any, to which the Claims are caused by errors, omissions or the negligent acts of the Institution, its other contractors, assigns and authorized representatives or any other person.

2.2 PROJECT INSURANCE AND BONDING REQUIREMENTS

The Project insurance and bonding requirements will be outlined in detail in the Request for Proposal document. In general, UNBC will require the following:

.1 Insurance generally in line with the CCDC 14, 2013, the Provincial Construction Insurance

program (http://www.fin.gov.bc.ca/PT/rmb/construction.shtml), and UCIPP requirements with modifications, including: a. General liability insurance b. Automobile liability insurance c. Broad form property and contractor’s equipment insurance d. All risks insurance e. Boiler and machinery insurance f. Professional liability insurance. g. The Provincial Construction Insurance program

.2 UNBC will require the following bonding:

a. 50% performance bond b. 50% labour and materials bond

Page 14: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

11

2.3 OWNERSHIP The Material received or provided by the University to the DBC as a result of this Agreement and any

equipment, machinery or other property provided by the University to the DBC as a result of this Agreement will:

a. be the exclusive property of the University; and b. forthwith be delivered by the DBC to the University on the University giving written

notice to the DBC requesting delivery of the same, or at the end date of this agreement.

c. The DBC will treat as confidential and will not, without the prior written consent of the University, publish, release, disclose, or permit to be published, released, or disclosed, any materials or information supplied by the University.

All word marks, trademarks, logos and identifications for UNBC are controlled and protected by the University. Use of these is restricted to the University unless written permission is obtained in advance. The University retains the rights and ownership in and to all Material produced as a result of this Contract. Copyright in the Material belongs exclusively to the University in perpetuity. The University will not be bound to use any of the material produced as part of the Contract

2.4 GOVERNING LAW Any contract resulting from this request for proposal shall be governed by and interpreted in accordance with the laws of the Province of British Columbia. 2.5 ASSIGNMENT Any agreement made as a result of the RFQ/RFP may not be assigned or transferred by either party to such agreement without the prior written approval of the University.

Page 15: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

12

SCHEDULE I

SUBMISSION CHECKLIST

REQUEST FOR QUALIFICATION RFQ16-1605

DESIGN BUILD CONTRACTOR

Failure to submit any of the following through Bonfire may result in the Response being disqualified. 1. SCHEDULE II Certification Document 2. SCHEDULE III Conflict of Interest Certification 3. Response to this Request for Qualification

ENSURE SUBMISSION MUST BE SIGNED. FAILURE TO SIGN THE RESPONSE WILL RESULT IN AUTOMATIC REJECTION OF THE

SUBMISSION. When uploading through Bonfire, please provide for each Schedule, only the subject matter requested. For example, do no upload the whole submission to each section.

Page 16: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

13

SCHEDULE II

CERTIFICATION DOCUMENT

REQUEST FOR QUALIFICATION RFQ16-1605

DESIGN BUILD CONTRACTOR

This RFQ response form must be completed by each Respondent and forwarded to The University of Northern British Columbia. All requirements outlined in the Request for Qualifications with their submission and any other documentation requested by the University, and any important information developed by the Respondent as part of its presentation, must accompany this form.

Certification I/We, ____________________________, having examined the Request for Qualification and all other information and documents included in the Request for Qualifications, do hereby offer and agree to provide services as described. Legal/Registered Company Name: _______________________________________________________

Address: ___________________________________________________________________

Name and Title of Authorized Signing Officer(s): ________________________________________

Signature of Authorized Signing Officer(s): ________________________________________

Telephone Number: ________________

Fax Number: ________________

E-mail address: __________________________________ 1. Receipt of the following addenda is acknowledged:

Addendum No._______________ Date: __________________ Addendum No._______________ Date: __________________ Addendum No._______________ Date: __________________

2. The University reserves the right to waive irregularities and informalities, to reject Responses from

Respondents found not to be responsive according to the terms of the invitation, and the right to reject all Responses.

Signed this _______ day of __________________, 2016.

Page 17: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

14

SCHEDULE III

CONFLICT OF INTEREST CERTIFICATION

REQUEST FOR QUALIFICATION

RFQ16-1605 DESIGN BUILD CONTRACTOR

UNBC requires all Respondents to certify either statement A or statement B below: A) We certify that:

1. our affiliates, subsidiaries, officers, directors, and employees have not received any additional information, documents, drawings or specifications with respect to this RFQ, other than has been made available to or disclosed to all bidders as part of the RFQ/RFP process.

2. the submission is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or non-competitive Response.

3. that none of our affiliates, subsidiaries, officers, directors and employees are currently under investigation by any

government agency involving conspiracy or collusion with respect to bidding on any public contract.

4. we understand and acknowledge that this certification is material and important, and will be relied on for which this document is submitted. We understand that any misstatement in this certification is and shall be treated as fraudulent concealment from UNBC of the true facts relating to the submission of Responses for this contract.

Print Company Name and Address: _______________________________________________________________

____________________________________________________________________________________________

Print Name and Title of Authorized Signing Officers: __________________________________________________

Signature of Authorized Signing Officer: ___________________________________________________________

Signed this _______ day of __________________, 2014

OR B) We cannot certify the statements listed above for the following reasons: ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________

Print Company Name and Address: _______________________________________________________________

____________________________________________________________________________________________

Print Name and Title of Authorized Signing Officers: __________________________________________________

Signature of Authorized Signing Officer: ___________________________________________________________

Signed this _______ day of __________________, 2016

Page 18: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

15

APPENDIX A

SCOPE OF SERVICES

REQUEST FOR QUALIFICATION RFQ16-1605

DESIGN BUILD CONTRACTOR GENERAL REQUIREMENTS

General requirements of the DBC include but are not limited to:

Design and Construct a facility to meet or exceed the Owner’s Statement of Requirements, which will be provided to the shortlisted Respondents during the Request for Proposal phase. The facility programme is expected to be approximately 1,000m2 gross area.

Design and Construct the site to meet the Owner’s Statement of Requirements, which will be provided

to the shortlisted Respondents during the Request for Proposal phase. Upgrade utility connections as identified in the Owner’s Statement of Requirements, and may include

water, wastewater, storm sewer, hydro, natural gas, telephone and data services. Secure all required permits from the City of Prince George (including Building Permit) and other

authorities having jurisdiction. Full building commissioning to ensure operational compliance. Coordinate FF&E requirements including design coordination for all FF&E; supply and installation of

Design Build Contractor supplied items; and Construction Management services for Owner supplied items.

Complete the project within the schedule and the fixed price established by the Design-Build

Contract. Provide insurance and bonding in sufficient amounts for the size and scope of the project and as

required by the RFP.

Page 19: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

16

APPENDIX B

RESPONSE EVALUATION

REQUEST FOR QUALIFICATION RFQ16-1605

DESIGN BUILD CONTRACTOR

SUBMISSION

Responses will be evaluated on the basis of information provided by the respondent at the time of submission as well as any additional information provided during subsequent meetings with the Respondent(s) (at UNBC’s option) and the previous relevant experience of the respondent(s).

Responses will be evaluated by an Evaluation Committee comprised of University employees, UNBC’s retained Project Manager, and the Owner’s Technical Consultant. The Evaluation Committee will screen each Response to ensure compliance with the requirements of this RFQ. The acceptability of any submission will be determined by the Evaluation Committee.

Respondents may, at the option and discretion of UNBC, be required to make individual

presentations. UNBC reserves the right to shortlist to a maximum of three (3) Respondents deemed most

advantageous to UNBC. UNBC further reserves the right to consider matters such as, but not limited to, quality and service reputation of the Respondent.

UNBC intends to award a Contract to the Respondents whose combined RFQ/RFP proposal offers

the best value to UNBC; however, UNBC is under no obligation to award any Contract, in whole or in part. UNBC reserves the right in its sole discretion to cancel this Request for Qualification process at any time before or after closing without providing reasons for such cancellation.

EVALUATION CRITERIA

Responses are expected to demonstrate to the Evaluation Committee that the Respondent understands of the Project; the multi-disciplined team it has assembled; its ability to identify the unique challenges of this Project; its distinctive advantages over other Respondents; and how it intends to successfully deliver the Project. Experience will be evaluated according to its relevance (municipal projects, University and or Education, and Design-Build). The following criteria form the basis upon which evaluation of submissions will be made.

Criteria Weight

Respondent Corporate Team 10

Team Experience 40

Methodology 40

Historical Performance 5

Completeness and Clarity of Submission 5

TOTAL 100

Page 20: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

17

Up to three (3) Respondents, that receive the highest total evaluation scores, will be shortlisted and invited to respond to a subsequent Request For Proposal competition should the University decide to proceed with the project. The University reserves the right to invite the next ranked Respondent to this RFQ competition should any short listed contractor decline to respond to the subsequent RFP.

EVALUATION CRITERIA: Respondent Corporate Team

(suggested length: 2-4 pages, excluding resumes) Respondents should provide information on their corporate profile and their team composition: Provide an organization chart outlining the team members and their contractual relationships.

Core team members:

For the purposes of this RFP, core team members include: Design Build Contractor Prime Consultant / Architect Passive Haus Consultant

The Design Build Contractor is generally responsible for ownership of the Contract. If another party is responsible for ownership of the Contract (such as a Financial services company in a Joint Venture), then this corporate entity shall also be considered a core team member and shall be disclosed.

For core team members, the Owner expects the Respondent to identify a minimum of four (4) key personnel for the project. Evaluation will be weighted heavily based on these key personnel. The key personnel should include the following roles and responsibilities, but actual organization, titles, and responsibility allocation remains the prerogative of the Respondent:

A Project Director who will be responsible for overall delivery of the Project on behalf of the Respondent. The Project Director will be authorized to make all financial agreements on behalf of the Respondent and shall be involved in Project from beginning to end. The Project Director need not be involved in the Project on a day to day basis. A Project Manager who will be responsible for day to day delivery of the Project. The Project Manager will be the primary contact for the Owner’s Advisor and shall be the involved in Project from beginning to end. The Project Manager will be authorized to make most financial agreements on behalf of the Respondent and have authority to instruct sub consultants and sub trades (at the Respondent’s discretion). A Design Manager, who may also be the Architect, who will be responsible for coordination of the design through design development, submission of schedules, reviews, and provision of supplemental information. The Design Manager shall be involved in the Project from beginning to end. The Design Manager will be authorized to make decisions regarding design coordination that may have limited financial impact (at the Respondent’s discretion). The Design Manager will fill the role of the Prime Consultant and shall be registered with the AIBC. It is acceptable for the Design Manager to also be the Passive Haus Consultant.

A certified Passive Haus Consultant who will be responsible for ensuring the design and construction of WIRL meets Passive Haus requirements. The Passive Haus Consultant role may be combined with another role on the project.

Core team member key personnel shall not be changed by the Respondent during the RFP process or the subsequent Contract, unless written permission is obtained from the Owner at its sole discretion.

Unavailability of any of the Core team member key personnel may be cause for a shortlisted Respondent to be replaced in the RFP at the Owner’s sole discretion.

Page 21: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

18

Secondary Team members: − Respondents are not required to submit secondary team members as part of this RFQ.

Respondents may elect to do so, but the emphasis of the evaluation will be on the core team members.

− For the purposes of the RFP, secondary team members should include the following

disciplines: Electrical Structural Civil Geotechnical Code Acoustics

− The secondary team members list the minimum required disciplines to complete the

project. Secondary team members are expected to represent both the consultant and contractor aspects. Team members may cover multiple disciplines as appropriate should it be justified by their expertise (such as Electrical and Information Technology).

− Respondents may determine that additional disciplines are required to meet the requirements of the Owner’s Statement of Requirements.

For each organization identified in the Respondent team, provide the following:

− Legal/Registered Corporate name; − Address of head office, along with phone and fax number; − Address of the office from which the work will be delivered (if different than head office),

along with phone and fax number; − Years in business; − Number of employees, and distribution by categories; − Type of projects generally completed (by percentage); − Key personnel for this Project

EVALUATION CRITERIA: Team Experience (suggested length: 4-10 pages) Respondents should provide information on the relevant experience and expertise of their core team member key personnel. Information in this regard should be clear and concise and limited to the relevant experience and expertise of the Respondent’s Team members and the role of their individual key personnel. Respondents should provide:

Information demonstrating the relevant expertise and experience of individual key personnel and how that expertise relates to the success of this Project. Relevant experience should cover

Education Testing Laboratories, University Facilities, Passive Haus or equivalent Sustainability, and Design-Build.

Information outlining the key personnel’s successful involvement in previous project deliveries that required a cooperative team effort and evidence key personnel’s previous experience working together.

Qualifications should demonstrate that the Respondent’s Team key personnel have a clear record of success in undertaking multi-disciplinary facility projects including providing architectural design and engineering and have an in-depth understanding of the unique limitations, constraints and operational criteria including: operational requirements, structural testing, Passive Haus Construction, and Strong Wall and Strong Floor.

Page 22: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

19

For each key personnel provide the following:

− Corporate name of employer; − Type of projects generally completed (by percentage); − Description of background, experience, expertise, and qualifications. − Proposed duties and percentage of time that will be committed to the Project,

including both the design and construction phases. − For each of the core team key personnel list a minimum of three (3) projects completed

that are relevant to this Project and identify: Project Name Project Owner name, title, and current phone number and email address Project location Project construction value (initial and final contract values) Project schedule (start date and contracted substantial completion and actual

substantial completion dates) Project size (site and building areas) Role of the key personnel Project description including a description of the functional program areas,

construction type, and any special project considerations.

The University reserves the right to contact references provided in Responses and to use any information gathered through this process as part of its evaluation.

EVALUATION CRITERIA: Methodology

(suggested length: 4-10 pages) Respondents should demonstrate their approach to ensuring Project success, including: Creating a partnership with the University to ensure success. Team building among the internal Design Build Contractor team members, as well as the OTC. Integrated Design to meet the OSR and solicit input from the Owner and UNBC; life cycle analysis; operational analysis of the design, and Passive Haus and City and UNBC sustainability requirements. Risk identification and management. Quality control and quality management. Change management, including net zero changes, value engineering, and Schedule control, including review cycles, procurement lead times, permitting lags, weather management, and resource scheduling. Information management and communications within its team. Communications with the Owner, stakeholders, users, and the public. Construction management, including site resources, testing and inspections, deficiency management, and full building commissioning. Document control including progress construction documents; requests for information and supplemental instructions; shop drawings; operations and maintenance manuals; and as-builts and record drawings. The intent of this requirement is to demonstrate to the Evaluation Committee that the Respondent understands of the Project, its ability to identify the unique challenges of this Project, and how it intends to successfully deliver the Project. The Evaluation Committee will focus their evaluations on specific relevant examples that clearly demonstrate the implementation of the methodology. The intent is not for Respondents to provide designs or engineering information.

Page 23: REQUEST FOR PROPOSALunbc.ca/.../rfq16-1605requestforqualificationwirl.pdf · The Project will be owned, maintained, and operated by UNBC. For the purpose of this RFQ, UNBC will be

20

EVALUATION CRITERIA: Historical Performance The University reserves the right to account for any historical experiences of the University or any of the Restricted Parties in evaluating historical performance.

EVALUATION CRITERIA: Completeness and Clarity of Submission

The Evaluation Committee will evaluate the submission for: Completeness of the Response. Clarity of the language. Overall organization of the Response. Responsiveness to the requirements of the RFQ.

END OF REQUEST FOR QUALIFICATIONS