44
REQUEST FOR PROPOSAL Design of Airport Way Improvements at Kelowna International Airport T17 - 042 Date of Issue: March 29, 2017 Closing Location: Mail or courier: City of Kelowna Office of the City Clerk 1435 Water Street Kelowna, BC V1Y 1J4 Closing Date and Time: Four (4) complete copies of each proposal must be received prior to 3:00:00 pm Local Time April 20, 2017 Purchasing Branch 1435 Water Street Kelowna, BC V1Y 1J4 TEL 250 469-8530 FAX 250 862-3392 [email protected] It is the sole responsibility of the Proponent to check for any updated information and addenda issued before the closing date. The City of Kelowna shall not be held responsible for our competitive bid documents that are located on any other website. kelowna.ca

REQUEST FOR PROPOSAL - competitionline · 2019-04-04 · REQUEST FOR PROPOSAL Design of Airport Way Improvements at Kelowna International Airport T17 - 042 Date of Issue: March 29,

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

REQUEST FOR PROPOSAL

Design of Airport Way Improvements at Kelowna International Airport T17 - 042

Date of Issue: March 29, 2017

Closing Location: Mail or courier:

City of Kelowna Office of the City Clerk 1435 Water Street Kelowna, BC V1Y 1J4

Closing Date and Time: Four (4) complete copies of each proposal must be received prior to 3:00:00 pm Local Time April 20, 2017

Purchasing Branch

1435 Water Street Kelowna, BC V1Y 1J4 TEL 250 469-8530 FAX 250 862-3392 [email protected]

It is the sole responsibility of the Proponent to check for any updated information and addenda issued before the closing date. The City of Kelowna shall not be held responsible for our competitive bid documents that are located on any other website.

kelowna.ca

TABLE OF CONTENTS

1.0 PURPOSE ..................................................................................................................... 3

2.0 BACKGROUND ............................................................................................................. 3 2.1 PROJECT DESCRIPTION ....................................................................................... 4

3.0 SCOPE OF WORK .......................................................................................................... 5 3.1 GENERAL ........................................................................................................ 6

3.2 PRELIMINARY DESIGN ........................................................................................ 6

3.3 DETAILED DESIGN ............................................................................................. 7

3.4 PROVISIONAL WORK .......................................................................................... 7

3.5 ESTIMATED TIME FRAMES ................................................................................... 9

3.6 COMMITMENT BY THE CITY ................................................................................. 9

4.0 REQUEST FOR PROPOSAL TERMS ................................................................................ 10 4.1 DEFINITIONS ................................................................................................... 10

4.2 DATE AND TIME FOR RECEIPT OF PROPOSALS ...................................................... 10

4.3 ENQUIRIES ..................................................................................................... 10

4.4 CONTACTS DURING THE RFP PROCESS ................................................................ 11

4.5 ADDENDA AND SUBSEQUENT INFORMATION ...................................................... 11

4.6 ELIGIBILITY ..................................................................................................... 11

4.7 SCHEDULE ...................................................................................................... 11

4.8 ENDORSEMENT ............................................................................................... 11

4.9 DISCLOSURES – CONTRACT ............................................................................... 12

4.10 CERTIFICATION DOCUMENT .............................................................................. 12

4.11 CONFLICT OF INTEREST .................................................................................... 12

4.12 NOT A TENDER CALL ........................................................................................ 12

4.13 NO OBLIGATION TO PROCEED ........................................................................... 13

4.14 CITY’S DECISION-MAKING POWER ...................................................................... 13

4.15 IRREVOCABILITY OF PROPOSALS ....................................................................... 13

4.16 AMENDMENTS OF PROPOSALS .......................................................................... 13

4.17 PROPONENTS’ EXPENSES ................................................................................. 14

4.18 LIMITATION OF DAMAGES ................................................................................. 14

4.19 PROPOSAL VALIDITY ........................................................................................ 14

4.20 FORM OF AGREEMENT ...................................................................................... 14

4.21 MODIFICATION OF TERMS ................................................................................. 14

4.22 LAWS OF BRITISH COLUMBIA ............................................................................. 14

4.23 LIABILITY FOR ERRORS ..................................................................................... 14

4.24 SUB CONTRACTING .......................................................................................... 14

4.25 BUSINESS LICENSE .......................................................................................... 15

4.26 CONFIDENTIALITY ........................................................................................... 15

4.27 CITY EMPLOYEES ............................................................................................. 15

4.28 CRIMINAL RECORDS REVIEW – (NOT APPLICABLE) ................................................. 15

4.29 CONSULTANT’S EMPLOYEES ............................................................................. 15

4.30 INSURANCE .................................................................................................... 15

4.31 FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT ............................ 16

4.32 FUNDING ...................................................................................................... 16

5.0 PROPOSAL EVALUATION............................................................................................ 16 5.1 PROPONENT’S RESPONSIBILITY ........................................................................ 16

5.2 EVALUATION CRITERIA ..................................................................................... 17

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 2 of 20

5.3 MANDATORY CRITERIA ..................................................................................... 17

5.4 SCORED EVALUATION CRITERIA ......................................................................... 17

6.0 PROJECT FEES ............................................................................................................ 19 6.1 NEGOTIATION DELAY ....................................................................................... 19

6.2 DEBRIEFING .................................................................................................... 19

6.3 PROPOSAL SUBMISSION ................................................................................... 19

6.4 PROPOSAL RESPONSE FORMAT ......................................................................... 19

APPENDIX A – CERTIFICATION DOCUMENT APPENDIX B – CONFLICT OF INTEREST CERTIFICATION APPENDIX C – INSURANCE REQUIREMENTS

APPENDIX C-1 CERTIFICATE OF INSURANCE APPENDIX D - PRICING APPENDIX E – CONSULTING SERVICES CONTRACT APPENDIX F – CONTRACT EXCEPTIONS (IF ANY) APPENDIX G - SK1 HIGHWAY 97 AIRPORT WAY

Page 3 of 20

TERMS OF REFERENCE

1.0 PURPOSE

The City of Kelowna (City), wishes to engage a qualified firm or team of engineers and specialists to provide a Detailed Design of Airport Way Improvements at Kelowna International Airport (YLW).

The scope of work for this RFP includes development of Preliminary and Detailed Design only. However, Proponents shall include a Provisional Fee as part of this RFP submission for contract administration services for tender, construction and post construction services in 2018. Pending future Kelowna Council endorsement of capital funds for the construction of Airport Way Improvements, the City may choose to extend the contract with the successful Proponent to provide these additional services during construction in 2018.

2.0 BACKGROUND

The City of Kelowna, which owns and operates the Kelowna International Airport, recently received approval from Kelowna City Council for the Airport Master Plan 2045 https://ylw.kelowna.ca/business/airport-master-plan-2045 . The new Airport Master Plan 2045 supports YLW’s vision to become the best mid-sized airport in North America and is a critical airport planning document that will help guide YLW’s development to the year 2045. It will also provide guidance to the aviation and land use planning component of the City’s 2030 Official Community Plan. Appendix K, Kelowna International Airport Landside Redevelopment Plan, of the Airport Master Plan 2045, provides analysis and recommendations for traffic access, circulation and parking within YLW.

Access to the YLW is primarily via Airport Way that connects to Highway 97. The Airport Way/Highway 97 intersection is controlled by traffic lights with egress from YLW via one left-hand turn lane with non-dedicated signalization from Airport Way westbound to Highway 97 southbound, and with a second lane providing east west access to the Pier Mac development site west of the Airport and to Highway 97 northbound. Airport Way also connects to Old Vernon Road, bordering the northern edge of the Airport site, which provides an alternate secondary routing into the Airport. This uncontrolled intersection provides good access to Highway 97 northbound, however, access to Highway 97 southbound is unsafe due to crossing of two lanes of high speed traffic. The latter is a designated ‘Road’ under jurisdiction of the BC Ministry of Transportation and Infrastructure (BC MoT&I).

The Highway 97/Airport Way intersection is a critical access point to the Kelowna International Airport site. During daily peak periods, congestion regularly occurs at this intersection, resulting in unacceptable delays in departing the airport. As air traffic grows and additional roadway and commercial development occurs at the Airport, congestion and delays can be expected to grow. A key consideration for future planning is the traffic volume turning from Airport Way onto Highway 97 and vice-versa. Based on traffic counts taken in 2014, on average 350 vehicles used the intersection to access or leave YLW to/from Highway 97 during the morning peak hour, and an average of 450 vehicles used the intersection during the afternoon peak hour. The predominant flow of vehicular traffic is to and from Kelowna. Peak traffic volumes using the intersection for Airport access and egress in 2014 are shown in Figure 59.

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 4 of 20

The existing single turn lanes between Airport Way and Highway 97 provide a theoretical capacity of approximately 300 vehicles per hour. Based on current average usage of the southbound turning lane of 260 vehicles per hour, the existing configuration is approaching capacity limits during afternoon peaks. Given these traffic volumes, a reconfiguration of this intersection is required over the short-term period to ensure that appropriate levels of service continue to be provided, and that traffic delays to and from the Airport are minimized.

The Province, in conjunction with the City of Kelowna, is anticipated to start construction of the John Hindle Drive extension in the near future, which will include the elimination of the current Highway 97/University Way signalized intersection. This will provide an efficient alternate access from the City of Kelowna through UBCO via Innovation Drive to the Airport Way/Highway 97 intersection.

Significant development is currently underway adjacent to the Airport site on the former Pier Mac site west of Highway 97. The development currently includes a hotel and small retail pad. It will be expanded into a retail/office park in the near future. The Developer of this has committed to the installation of dedicated turn signals for Airport Way westbound to Highway 97 southbound and Airport Way eastbound to Highway 97 northbound, with anticipated construction in 2017.

As an initial short term enhancement to provide sufficient southbound capacity until approximately 2025, dual left-hand southbound turning lanes with dedicated turn signals from Airport Way westbound and eastbound to Highway 97 to increase capacity of the intersection is required until a more extensive solution may be put in place. The current Airport Way intersection at the Okanagan Rail Trail (discontinued CN railway line) corridor is the confluence of vehicle traffic accessing/leaving the airport and internal circulation for public, commercial and tenant traffic as well as pedestrian traffic. Phase 1 of the Airport Plaza is nearing construction completion with a scheduled opening in 2017. Access to Airport Plaza and additional commercial development along Airport Way, including expansion of the Kelowna Flightcraft facility in summer 2017 and short term development of five (5) additional sites, will significantly increase traffic congestion at this intersection. Continued commercial development along Airport Way is planned to enable the attraction of new light industrial and commercial businesses.

Sketch SK-1, Hwy97_Airport Way IC, is to be used as a reference document to indicate requirement for dual turn lanes from WB Airport Way to SB Highway 97 to provide an acceptable level of service for the short term, (attached as Appendix G).

Kelowna International Airport Landside Development Plan by AirBiz, dated August 30, 2016 should be used as a reference document for general layouts for roadway system, parking lots, terminal curbside and the number of parking stalls needed for development to the year 2025. This plan is available in Appendix K of the Airport Master Plan 2045 and can be found on the YLW website at https://ylw.kelowna.ca/business/airport-master-plan-2045

2.1 PROJECT DESCRIPTION

The following works shall be undertaken initially by the Consultant within the scope of the project fixed fee submitted:

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 5 of 20

.1 OVERVIEW

The project will be to reconfigure the Highway 97/Airport Way intersection as required to ensure appropriate levels of service are provided and to minimize traffic delays. This initial phase includes the implementation of dual left-hand turning lanes with dedicated turning signals from Airport Way to Highway 97 southbound, appropriate widening of Airport Way and reconfiguration of Airport Way intersection at the Okanagan Rail Trail corridor.

.2 PROJECT ELEMENTS

Specifically, the elements of work include the preliminary and detailed design of:

Dedicated dual left turn lanes from Airport Way onto Hwy 97 southbound;

Widening of Airport Way from Highway 97/Airport Way intersection to Airport Wayintersection at Okanagan Rail Trail corridor, including retaining walls as required andsidewalk on north side of Airport Way;

Improvements to Airport Way intersection at Okanagan Rail Trail corridor;

New illuminated Kelowna Airport sign and way finding signage;

Street lighting; and

Natural landscaping.

.3 PROJECT OBJECTIVES

Achieve the Project Elements identified in Section 2.1.2.

a) Conform to the design intent and principles provided in Airport Master Plan 2045,Kelowna International Airport Landside Development Plan and Sketch SK-1,Hwy97_Airport Way IC.

b) Collaborate with key stakeholders (YLW, BC MoT&I, Pier Mac) to provide anappropriate design that includes traffic accommodation strategies that ensure thataccess on Airport Way to/from YLW is maintained at all times to minimize impact onthe travelling public and YLW operations.

c) Prepare a construction phasing plan and a traffic management plan for inclusion in atender document package.

d) Comply with all applicable regulations, bylaws and utility requirements and obtain allnecessary permits and approvals.

e) Provide capital cost estimates in Master Municipal Construction Documents (MMCD)unit price format, suitable for reliable capital budgeting and for construction tendering.

f) Provide preliminary and a detail design package and quality control suitable fortendering and construction of the project.

3.0 SCOPE OF WORK

The following professional services shall be undertaken by the Consultant within the scope of the project fixed fee submitted:

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 6 of 20

3.1 GENERAL

Set-up, chair and minute project initiation meeting(s) and follow-up meetings to review thedesign process with YLW, City staff and stakeholders as warranted.

The Consultant will review and provide recommendations on concepts provided in KelownaInternational Airport Landside Development Plan by AirBiz, dated August 30, 2016 andadjacent works associated with Airport Plaza project.

The City will review the design submissions within one week and provide comments back tothe Consultant. The Consultant should plan to meet with the City after each submission andprepare meeting minutes to accurately reflect the discussion of these meetings.

Maintain an Issues Log throughout the design process and provide updates as warranted andafter each submission review.

The Consultant will be required to identify potential risks and provide mitigation strategiesto protect the City.

The Consultant will be required to liaise with key stakeholders, including the Ministry ofTransportation and Infrastructure, Pier Mac developers and YLW.

3.2 PRELIMINARY DESIGN

Obtain all record drawing, service connection data and private utility information (BC1Call)for the corridor. The Consultant shall conduct a detailed field reconnaissance and recorddata with all visible surface features, including manhole inverts, water valve depths andelectrical box features. If additional survey is required, it will be completed by City staff orpaid as extra work as approved.

Develop concepts to 30% civil design, to confirm scope, alignment, profile etc., includinginitial recommendation for potential retaining walls.

City review and approval of 30% design.

The Preliminary Design Package is expected to include plans, sections, illustrations andreports that describe the following:

a) Topographic and features survey of the site, as well as understanding of type and locateof underground utilities, suitable and accurate for preliminary design and detail design;

b) Utility plan and utility service connections required for park development;

c) Roadway cross sections;

d) Grading, drainage and stormwater management;

e) Geotechnical testing, sampling and recommendations re development of the site ingeneral and for those features or areas of the site that warrant it;

f) Assessment and recommendations for stabilization and erosion protection of retainingwall;

g) Landscaping concept and palette of materials; and

h) Signage and way-finding.

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 7 of 20

3.3 DETAILED DESIGN

Review and confirm the project schedule, submission schedule and deliverables. Thefollowing submissions are anticipated (two full size drawing sets and pdf set):

a) 60% design, including civil, landscape and electrical design;

b) 90% design, including civil, landscape and electrical design; and

c) 100% design, including specifications and third party utility designs.

A Professional Engineer (P.Eng) with substantial traffic engineering experience will berequired to formulate a Traffic Management Plan (TMP), as well as the permanent signingand pavement marking plans, as per the Canadian Manual on Uniform Traffic ControlDevices (MUTCD) & other applicable traffic standards. The TMP shall include recommendedconstruction staging, detour routes, lane and road closures, notification signage and/orother traffic and pedestrian control/safety devices required during construction.

Perform detail design for traffic accommodation, roadway, intersections, structuralretaining walls, street/pathway lighting, information & traffic signs, pavement design,pavement markings, sidewalks, storm drainage, natural landscaping, and all related works.

Road design shall include plan/profiles for Airport Way, typical cross sections, 10m intervalcross sections, and curb returns. A 0.05m interval contour plan for the road surface areaand/or spot elevations will be required for drainage verification.

Confirm that all aspects of the design are in accordance with the current edition of thefollowing standards where applicable, unless otherwise approved:

a) City of Kelowna Subdivision & Development Bylaw No. 7900 and Amendments;

b) Transportation Association of Canada (T.A.C) Manual of Geometric Design Standards;

c) MMCD Specifications and Standard Detail Drawings (Platinum Version);

d) City Supplementary Specifications to the MMCD;

e) City of Kelowna Traffic Bylaw No. 8120; and

f) Any other standards that may be warranted to ensure the safety and integrity of theproject.

Confirm the design criteria based on American National Standards Institute, conductillumination modeling and prepare a detailed lighting design for the entire project limits.Confirm the type of fixtures and design requirements with City staff prior tocommencement. Note that LED fixtures will be installed for this project.

Update the detailed design of the Airport Way traffic signal upgrades if required to suit thelatest civil design, coordinate design reviews and obtain all Ministry of Transportation andCity approvals and permits.

Provide a cLevel 4 construction cost estimate

3.4 PROVISIONAL WORK

Pending future Council endorsement of capital funds for the construction of Airport Way Improvements, the City at its sole discretion may choose to extend the contract with the successful Proponent to provide contract administration services for tender, construction and post construction in 2018.

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 8 of 20

The following scope of additional professional services by the Consultant shall be included as a Provisional Fee as part of this RFP submission.

.1 TENDER

Tender services may be required as part of this project, subject to Council approval of sufficient capital funding for construction of the works. The City of Kelowna Purchasing Branch will be responsible for tendering the project and award of the construction contract. The Consultant shall work cooperatively with the Purchasing Branch and provide the following services to the City during the tender period and up to the award and construction contract distribution:

.1 Meet with City staff, as required, to review interim issues that may arise during the preparation of the tender documents.

.2 Prepare tender documents to City standard for MMCD projects.

.3 Provide Project specific Supplementary General Conditions.

.4 Review City of Kelowna’s front end documents and identify any potential problematic terms and conditions.

.5 Provide all tender documents to the City Purchasing Branch in Microsoft Word format at least five (5) days prior to the anticipated issue date.

.6 The Consultant will work cooperatively with the Purchasing Branch and adhere to all the City’s tendering policies and guidelines as directed by the Purchasing Manager or designate.

.7 Provide support services to the City during the tender period such as consultation services for onsite meeting (including meeting minutes) with prospective bidders, answering of queries, preparation of addenda and interpretation of the technical provisions of the tender documents in consultation with the City, and all other services normally expected of the Consultant to the point of the receipt of tenders. Any addenda or question an answer documents will be provided to the Consultant on the current City template. It is understood that all communication with bidders during the open tender period will be done as per the Instructions to Tenderers.

.8 Prepare summary tables of all Tenderer’s unit prices based on the Schedule of Quantities along with the Consultants estimate for same and submit to the City within three (3) working days of the receipt of tender submissions.

.9 Review tenders and make recommendations to City on tender acceptance and award.

.10 The City of Kelowna will be responsible for the Contract preparation, distribution and execution.

.11 Prepare Issued for Construction drawings and forward copies to Contractor.

.2 CONSTRUCTION

Non-resident construction services may be required as part of this project, subject to Council approval of sufficient capital funding for construction of the works. Provide Contract Administration services, acceptable to the City, per MMCD. Provide support services to the City during the construction period such as but not limited to:

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 9 of 20

.1 Consultation services for onsite meetings (including meeting minutes) with Contractors

.2 Construction inspections/field reviews

.3 Certificates of progress

.4 Change orders & change directives

.5 Answering of queries

.6 Shop drawing reviews

.7 Letters of Assurance

.8 Deficiency assessments

.3 POST CONSTRUCTION

Post-construction services may be required as part of this assignment, subject to Council approval of sufficient capital funding for construction of the works. Post-construction services include the following:

.1 Post-Construction Services begin at Total Performance and shall include all final quantity and payment documentation, Total Performance Payment Certificate, lien holdback release and all other wrap-up Contract Administration duties.

.2 Prepare and submit to the City, within forty (40) calendar days from the date of Total Performance, one set of as-built drawings and pdf set for review. Upon receipt of review comments, promptly revise and submit one set of stamped as-built drawings and digital computer data on a CD, including AutoCAD files, pdf files, photos and all other pertinent construction records.

3.5 ESTIMATED TIME FRAMES

The following outlines the anticipated schedule for the Request for Proposal and Contract process. The timing and sequence of events resulting from this Request for Proposal may vary and shall ultimately be determined by the City of Kelowna.

Activity Anticipated Date

Detailed Design Services

RFP Close April 18, 2017

Notify selected Proponent May 9, 2017

Contract Fully Executed May 26, 2017

Design completion August 5, 2017

3.6 COMMITMENT BY THE CITY

The City will make available to the Consultant the following:

All available relevant reports and reference drawings; and

Meeting rooms

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 10 of 20

4.0 REQUEST FOR PROPOSAL TERMS

The City has formulated the terms and procedures set out in this RFP to ensure that it receives proposals through an open, competitive process, and the Proponents receive fair and equitable treatment in the solicitation, receipt and evaluation of their proposals.

The following terms will apply to this Request for Proposal and to any subsequent Contract. Submission of a proposal in response to this Request for Proposal indicates acceptance of all the following terms.

4.1 DEFINITIONS

Throughout this Request for Proposal, terminology is used as follows:

.1 “Closing Date and Time” means the deadline specified for receipt of proposals by the City;

.2 “Contract” or “Agreement” means the written Agreement resulting from this Request for Proposal executed by the City and the Contractor.

.3 “Contractor” or “Consultant” means the successful Proponent to this Request for Proposal who enters into a written Contract with the City;

.4 “must”, “mandatory” or “required” means a requirement that must be met in order for a proposal to receive consideration;

.5 “Proponent” means an individual or a company that submits, or intends to submit, a proposal in response to this “Request for Proposal”;

.6 “City” means The City of Kelowna;

.7 “should” or “desirable” means a requirement having a significant degree of importance to the objectives of the Request for Proposal.

.8 “YLW” means Kelowna International Airport.

4.2 Date and Time for Receipt of Proposals

If you are interested in performing this consulting assignment, please submit four (4) paper copies of your proposal to the:

Office of the City Clerk, 1435 Water Street, Kelowna, BC no later than: 3:00:00 pm, April 18, 2017

with the following clearly marked on the outside of the envelope: T17-042 Design of Airport Way Improvements at Kelowna International Airport

Late proposals will not be accepted and will be returned to the Proponent.

4.3 Enquiries

All enquiries related to this Request for Proposal are to be directed, in writing, to the following person. Information obtained from any other source is not official and should not be relied upon.

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 11 of 20

Enquiries and responses will be recorded and may be distributed to all Proponents at the City’s option. Any questions regarding this RFP must be submitted at least five (5) working days prior to the closing date. Any questions submitted after this date may not be answered.

Cheryl Kaplan, Buyer Email: [email protected] Fax: (250) 862-3392

4.4 Contacts during the RFP Process

Only the Purchasing Manager for the City of Kelowna (or designate) is the City’s representative authorized to communicate and otherwise deal with Proponents and all Proponents must communicate and otherwise deal with that person only. Contact with any other City representative, including Members of Council, officers or employees of the City regarding this RFP or a Proponent’s submission may result in that proposal being removed from consideration for this competition.

In the case of a Proponent having a dispute with their submission being removed under this clause, a formal appeal letter must be presented to the Purchasing Manager within five working days of notice of removal, stating clearly the reason(s) that they feel that their submission should be reinstated. Under this process the City Manager, at his sole discretion, will make the final decision

The City shall not be responsible for Proponents adjusting their proposal based on oral instructions by any member of City staff or by contracted Consultant or agent. Request for Proposal documents will only be modified by issuance of an addendum by the Purchasing Manager.

4.5 Addenda and Subsequent Information

Proponents are advised that all subsequent information regarding this RFP including any addendum will be distributed on the City’s webpage www.kelowna.ca . Notification will automatically be sent to all registered Proponents. It is each Proponent’s sole responsibility to ensure that all addenda and additional information is received. All addenda must be acknowledged in your submission on the Certification Document.

4.6 ELIGIBILITY

Submissions will not be evaluated if the Proponent’s current or past corporate or other interests may, in the City’s opinion, give rise to a conflict of interest in connection with this project.

4.7 SCHEDULE

Provide a detailed project timeline schedule, identifying specific milestone dates. Milestone dates will identify but not be limited to the collection and review of information, meetings required and completion for each of the tasks as outlined in Section 2.0. Schedule will identify a breakdown of the work corresponding to the Schedule of Tasks as outlined in Section 2.0, and will identify hours, staff and fees associated with each phase.

4.8 ENDORSEMENT

The proposal must contain the following endorsement:

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 12 of 20

“Identified project team members shall only be replaced with written approval of the City’s Project Manager”.

4.9 DISCLOSURES – CONTRACT

The Proponent shall provide a brief consolidated listing of all proposed modifications and/or deletions to the proposed Contract in Appendix F, or it will be deemed that every clause will be strictly adhered to.

Subconsultants are subject to all the Terms and Conditions specified in both the RFP and the Contract. Subconsultant proposals, submitted to the General Consultant or the City, that contain wording or an indication that their services are subject to special Terms of Engagement, will be rejected.

Exceptions to the Contract will be considered during evaluations. The City reserves the right to consider any proposed exceptions during its evaluation. Significant exceptions to the proposed Contract may adversely impact the Proponent’s evaluation score. Proponents should note that the City will not consider exceptions to the Contract that are not submitted in writing in accordance with the above requirements.

4.10 CERTIFICATION DOCUMENT

A person authorized to sign on behalf of the Proponent and to bind the Proponent to statements made in response to this Request for Proposal must sign the proposal and the Certification Document must be completed in Appendix A.

4.11 CONFLICT OF INTEREST

Any potential conflict of interest must be disclosed to the City in writing through the use of the Conflict of Interest Certification in Appendix B. Any conflict of interest identified will be considered and evaluated by the City. The City has the sole discretion to take the steps they deem necessary to resolve the conflict. If, during the term of the Contract, a conflict or risk of conflict of interest arises, the Contractor will notify the City immediately in writing of that conflict or risk and take any steps that the City reasonably requires to resolve the conflict.

4.12 NOT A TENDER CALL

This RFP is not a tender call, and the submission of any response to this RFP does not create a tender process. This RFP is not an invitation for an offer to contract, and it is not an offer to contract made by the City.

By this RFP, the City reserves to itself the absolute and unfettered discretion to invite submissions, consider and analyze submissions, select short-listed Proponents or attempt to negotiate an Agreement with the Successful Proponent as the City considers desirable.

Without limiting the generality of the foregoing, the City reserves the right to:

.1 Reject, consider or short-list any submission whether or not it contains all information required by this RFP;

.2 Require clarification where a submission is unclear prior to award;

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 13 of 20

.3 Reject any or all submissions without any obligation, or any compensation or reimbursement, to any Respondent, intended Proponent, or any other person associated with this RFP process;

.4 Disqualify or reject any submission without discussion with the submitting party;

.5 Reject any submission that the City considers is not in its best interests;

.6 Undertake the Project using the City’s own resources, or any other suitable arrangement to be determined in the future.

4.13 NO OBLIGATION TO PROCEED

Though the City fully intends at this time to proceed through the RFP in order to have the Project completed, the City is under no obligation to proceed. The receipt by the City of any information (including any submissions, ideas, plans, drawings, models or other materials communicated or exhibited by any intended Proponent, or on its behalf) shall not impose any obligations on the City. There is no guarantee by the City, its officers, employees or agents, that the process initiated by the issuance of this RFP will continue, or that this RFP process or any RFP process will result in a Contract with the City for the development of the Project.

4.14 CITY’S DECISION-MAKING POWER

The City has the power to make any decision, or to exercise any contractual right or remedy, contemplated in this RFP at its own absolute and unfettered discretion.

4.15 IRREVOCABILITY OF PROPOSALS

By submission of a clear and detailed written notice, the Proponent may amend or withdraw its proposal prior to the Closing Date and Time. Upon closing time, all proposals become irrevocable. By submission of a proposal, the Proponent agrees that should its proposal be successful the Proponent will enter into a Contract with the City of Kelowna.

4.16 AMENDMENTS OF PROPOSALS

.1 A Proponent may amend or revoke a submission by giving written notice, delivered to the City Clerk’s Office by hand, mail, or email to: [email protected] at any time up until the Closing Date and Time. An amendment or revocation that is received after the Closing Date and Time shall not be considered and shall not affect a proposal as submitted.

.2 An amendment or revocation of a proposal must be signed by an authorized signatory of the Proponent.

.3 If an amendment discloses material element(s) of the proposal, the amendment must be sealed and marked in the same manner as set out under 4.3 and must be delivered by hand, mail or email. Any amendment that expressly or by inference discloses material element(s) of the proposal such that, in the opinion of the City, the confidentiality of the proposal is breached, will invalidate the entire proposal submission.

.4 If a proposal amendment or revocation is sent by email, the Proponent assumes the entire risk that equipment and staff at the City Clerk’s office will properly receive the email containing the amendment or revocation before the Closing Date and Time. The City

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 14 of 20

assumes no risk or responsibility whatsoever that any email will be received as required and shall not be liable to any Proponent if for any reason a email is not properly received.

4.17 PROPONENTS’ EXPENSES

Proponents are solely responsible for their own expenses in preparing a proposal and for subsequent negotiations with the City of Kelowna, if any. If the City of Kelowna elects to reject all proposals, the City of Kelowna will not be liable to any Proponent for any claims, whether for costs or damages incurred by the Proponent in preparing the proposal, loss of anticipated profit in connection with any final Contract, or any other matter whatsoever.

4.18 LIMITATION OF DAMAGES

Further to the preceding paragraph, the Proponent, by submitting a proposal, agrees that it will not claim damages, for whatever reason, relating to the Agreement or in respect of the competitive process, in excess of an amount equivalent to the reasonable costs incurred by the Proponent in preparing its proposal and the Proponent, by submitting a proposal, waives any claim for loss of profits if no Agreement is made with the Proponent.

4.19 PROPOSAL VALIDITY

Proposals will be open for acceptance for at least 60 days after the closing date.

4.20 FORM OF AGREEMENT

Upon the award of this assignment, the City shall prepare a form of Agreement between Client and Consultant for execution incorporating all terms and conditions.

4.21 MODIFICATION OF TERMS

The City reserves the right to modify the terms of the Request for Proposal at any time at its sole discretion.

4.22 LAWS OF BRITISH COLUMBIA

Any Agreement resulting from this Request for Proposal will be governed in accordance with the laws of the Province of British Columbia.

4.23 LIABILITY FOR ERRORS

While the City of Kelowna has used considerable efforts to ensure an accurate representation of information in this Request for Proposal, the information contained in this Request for Proposal is supplied solely as a guideline for Proponents. The information is not guaranteed or warranted to be accurate by the City of Kelowna, nor is it necessarily comprehensive or exhaustive. Nothing in this Request for Proposal is intended to relieve Proponents from forming their own opinions and conclusions with respect to the matters addressed in this Request for Proposal.

4.24 SUB CONTRACTING

This Agreement may not be assigned by the Contractor in whole or any part without prior written consent of the City. The Contractor agrees that all the terms and conditions of this Agreement will be part of any Subcontract Agreements. Nothing contained in the Contract Documents or Agreement shall create any contractual relationship between any subcontractor and the City.

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 15 of 20

Sub-contracting to any firm or individual whose current or past corporate or other interests may, in the City’s opinion, give rise to a conflict of interest in connection with this project will not be permitted. This includes, but is not limited to, any firm or individual involved in the preparation of this Request for Proposal.

4.25 BUSINESS LICENSE

The successful Proponent will be required to have a City of Kelowna business license.

4.26 CONFIDENTIALITY

All Proponents and any other person who through this RFP process gains access to confidential financial information of the City's are required to keep strictly confidential all information which in any way reveals confidential business, financial or investment details, programs, strategies or plans, learned through this RFP process. This requirement will continue with respect to such information learned by the successful Proponent, if any, over the course of any Contract for service which arises out of this RFP process or deal with the risk.

4.27 CITY EMPLOYEES

The Contractor shall ensure that neither the Contractor, nor any person employed by or associated with the Contractor in the supply of goods/equipment, performance of services or otherwise, is a regular permanent employee of the City of Kelowna and as a regular permanent employee is entitled to terms or conditions of employment or employment benefits from the City of Kelowna under any collective agreement. The City of Kelowna term or casual employees may be required to terminate their employment with the City if awarded this Contract.

4.28 CRIMINAL RECORDS REVIEW – (NOT Applicable)

4.29 CONSULTANT’S EMPLOYEES

The Consultant's Representatives shall be under the exclusive supervision of the Consultant. All responsibility and authority for hiring, training, supervision, direction, compensation, discipline, termination, and administration of the Consultant's Representatives, and any and all costs or expenses related thereto, rest exclusively with the Contractor.

4.30 INSURANCE

The Consultant shall, at the Consultant’s expense, establish and maintain professional errors and omissions insurance to the following minimum requirements:

MINIMUM INSURANCE

Consulting Services for projects Not exceeding $500,000 in value $ $500,000.00

Consulting Services for projects Between $500,000 and $1 Million in value $1,000,000.00

Consulting Services for projects exceeding $1 Million in value $2,000,000.00

The maximum deductible in all categories shall be $50,000.00

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 16 of 20

The Consultant shall provide proof to the City, and shall, upon request, provide the current policy certificate of insurance for the inspection by the City.

The Consultant accepts responsibility for the acts and omissions of all subconsultants it may engage in rendering the Service on the Project.

The Consultant’s professional errors and omissions insurance shall remain in force for the life of the Project and for twelve (12) months after substantial completion, and shall contain the following endorsement to provide the City of Kelowna with prior notice of changes and cancellations:

“The Insurer or the Insured Consultant shall provide written notice to be delivered by hand, or sent by registered mail to the City at least thirty (30) days in advance of the activation date of any proposed cancellation, change or amendment restricting coverage under this policy”.

The Consultant shall, without limiting its obligations or liabilities, procure and maintain, at its own expense and cost, the insurance policies listed in Appendix C, attached hereto and made a part of the awarded Contract. The insurance policies shall be maintained continuously from the date of commencement of the Work or Services provided under the awarded Contract until the date that the City certifies in writing completion of the Work or Services or such further period as may be specified in Appendix C.

4.31 FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT

The City of Kelowna is subject to the British Columbia Freedom of Information and Protection of Privacy Act. Subject to Sections 12 through 22 inclusive of the Act, any reports and or documents produced on behalf of the City are subject to public review under the Act. For additional information, please go to: http://www.cio.gov.bc.ca/cio/priv_leg/foippa/contracting/ppsindex.page

4.32 FUNDING

The Agreement and the financial obligations of the City pursuant to that Agreement are subject to: there being sufficient moneys available in an appropriation, as defined in the Financial Administration Act, to enable the City in any fiscal year or part thereof when the payment of money by the City to the Contractor falls due under the Agreement entered into pursuant to this Request for Proposal to make that payment.

5.0 PROPOSAL EVALUATION

The City will be evaluating each Proponents’ entire response; however, the initial award of this RFP will be limited to the Preliminary Design and Detail Design portions. Award of the remaining scopes of work shall be subject to Kelowna City Council’s approval of sufficient capital funding for the works and will be at the City’s sole discretion.

5.1 PROPONENT’S RESPONSIBILITY

Proposals will be evaluated against a number of project specific criteria and factors. It is the responsibility of the Proponent to ensure that their proposal clearly demonstrates how these evaluation criteria and factors will be addressed in their performance of the work.

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 17 of 20

5.2 EVALUATION CRITERIA

The following criteria, shown in order of importance, form the basis upon which evaluation of proposals will be made.

5.3 MANDATORY CRITERIA

The following are mandatory requirements. Proposals not clearly demonstrating that they meet all mandatory criteria will receive no further consideration during the evaluation process. Mandatory Criteria:

a) Submission must be received at the closing location by the specified Closing Date and Time.b) Completed Certification Document (Appendix A)

5.4 SCORED EVALUATION CRITERIA

Proposals meeting all the mandatory requirements will be further assessed against the following criteria.

The relative weighting for each criterion is also given.

Criteria Weight (%)

Firm’s/Team’s Relevant Experience & Historical Performance*

10

Project Team 20

Methodology 25

Availability and Commitment 20

Fee 25

TOTAL 100

By responding to this RFP, Proponents will be deemed to have agreed that the decision of the Evaluation Team will be final and binding.

The following factors will be used in the evaluation of each Proponent’s project team:

.1 FIRM’S/TEAM’S RELEVANT EXPERIENCE & HISTORICAL PERFORMANCE

Provide Firm’s/Team’s expertise and experience with similar projects in workingcollaboratively with stakeholders for planning and detailed design of urban roadwaysand intersections.

Demonstrate how effective design management techniques and controls were used bythe firm/team to complete projects within budget and on time.

Demonstrate and show examples of similar projects where innovation and/or costsavings have been achieved for the client.

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 18 of 20

.2 PROJECT TEAM

The submission should demonstrate that the team and its members have all the necessary skills and abilities to undertake the work that will be required. Key areas that will be evaluated include, but may not be limited to:

Project organization and reporting structure;

Roles and responsibilities of all key personnel of firm/team for this assignment,including project manager, engineers and specialists. If due to unforeseencircumstances, the designated project manager was replaced, please indicate who thealternate project manager would be and his/her credentials for the assignment;

Expertise and experience of the proposed key personnel, including their specific roleand responsibility on previous projects;

Demonstrate and provide examples of prior working relationships among teammembers to deliver successful projects; and

Experience in defining sequencing of work to optimize traffic accommodation duringconstruction to ensure that access to/from key transportation facilities are maintainedat all times.

.3 METHODOLOGY

Provide a detailed work plan and methodology clearly describing all tasks proposed tofulfill the objectives. Include in this plan an indication of when meetings will be requiredwith City staff and the timing of submission to the City. Use a period of one (1) week asan estimate for the City’s review period of any submissions provided.

Proponent’s understanding and assessment of the assignment.

Proponent’s approach to addressing all the requirements of the assignment.

Allocation of appropriate personnel and time to tasks.

Ability to meet the project schedule realistically.

Identification of opportunities to incorporate value-added services to the assignmentthat were not included in the terms of reference.

Identification of potential project risks and proposed mitigation measures within thescope of work.

Provide specific examples of how you will apply your team’s lessons learned from pastprojects to this assignment.

.4 AVAILABILITY AND COMMITMENT

The submission should provide appropriate information to demonstrate the proposed Project Team’s existing commitments and their availability for completing the project tasks in accordance with the schedule provided.

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 19 of 20

6.0 PROJECT FEES

FEES AND EXPENSES

Pricing as per Appendix D. The Proponent shall provide a "task-fee" schedule showing total costs for each individual task. A milestone submittal or event will indicate completion of each task.

6.1 NEGOTIATION DELAY

If a written Agreement cannot be negotiated within thirty days of notification of the successful Proponent, the City may, at its sole discretion at any time thereafter, terminate negotiations with that Proponent and either negotiate an Agreement with the next qualified Proponent or choose to terminate the Request for Proposal process and not enter into an Agreement with any of the Proponents.

6.2 DEBRIEFING

Unsuccessful Proponents may request a debriefing meeting with the City.

6.3 PROPOSAL SUBMISSION

The Proponent’s response shall be limited to a maximum of 20 narrative pages. The pages are to be 8 ½” x 11”, single sided and in a standard font. Use appendices for supporting documentation and details.

Submissions should include, but not be limited to: First/team’s relevant experience & historical performance; project team; methodology; availability and committment; pertinent experience in completion of similar projects; names and qualifications of subconsultants and individuals to be assigned to the project; examples of related projects completed; current work commitments; fee structure, disbursements/ charges (please review and complete Appendix D for the allowable per diem rates for Meals and Incidentals and other disbursements), schedule and total projected fixed fee.

6.4 PROPOSAL RESPONSE FORMAT

In order to receive full consideration during evaluation, proposals should include the following: Title Page, showing Request for Proposal number, Proponent’s name and address, Proponent’s WorkSafe BC Number, Proponent’s GST Number, Proponent’s telephone number, and a contact person.

.1 Table of contents including page numbers.

.2 Completed Appendix A – Certification Document

.3 Completed Appendix B – Conflict of Interest Certification

.4 Body of the submission

.5 Completed Appendix D – Pricing

.6 Completed Appendix F – Contract Exceptions (if applicable)

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Page 20 of 20

.7 Any appendices required to provide additional information in support of your proposal.

All pages should be consecutively numbered.

Proposals must address the RFP content requirements as outlined herein, must be well ordered, detailed and comprehensive. Clarity of Language, adherence to suggested structuring, and adequate accessible documentation is essential to the City’s ability to conduct a thorough evaluation. The City is interested in proposals that demonstrate efficiency and value for money. General marketing and promotional material will not be reviewed or considered.

APPENDIX A – CERTIFICATION DOCUMENT

Certification:

We have carefully read and examined the RFP document and have conducted such other investigations as were prudent and reasonable in preparing this response.

We certify that the statements made in this response are true and complete. These statements and prices in our Proposal represent our response to the City of Kelowna. We agree to be bound by statements and representations made in this response and to any Agreement resulting from this response.

We hereby agree that this RFP response may only be withdrawn by written notice delivered to the office of the City Clerk prior to the time set for the opening of proposals. We agree that the RFP response attached hereto shall be irrevocable by us for a period of sixty (60) days after the date of the opening of the RFP.

Print Company Name and Address:

______________________________________________________________________________________________

______________________________________________________________________________________________

______________________________________________________________________________________________

______________________________________________________________________________________________

______________________________________________________________________________________________

Print Name and Title of Authorized Signing Officers:

______________________________________________________________________________________________

______________________________________________________________________________________________

Signature of Authorized Signing Officer: ___________________________________________________________

Telephone Number: _____________________ Fax Number: ___________________

E-mail address: _________________________________________________________

Acknowledgement of Addenda

We acknowledge receipt of the following addenda which become part of this RFP:

ADDENDUM # _____________

ADDENDUM # _____________

Signed this _______ day of __________________, 20___.

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

APPENDIX B – CONFLICT OF INTEREST CERTIFICATION The City of Kelowna requires all Proponents 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 RFP, other than has been made available to or disclosed to all bidders as part of the RFP process.

2. the prices(s) and amount of this bid have been arrived at independently and without consultation, communication or Agreement with any other Contractor, Proponent, or potential Proponent.

3. 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 bid.

4. 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.

5. that none of our officers, directors or any person employed by or associated with our company in the performance of services or otherwise, is an employee of, or has an employment relationship of any kind with the City of Kelowna or is in any way entitled to terms or conditions of employment or employment benefits of any kind whatsoever from the City of Kelowna under any collective agreement or otherwise including but not limited to private programs or coverages and statutory programs and coverages, whether under the Employment Standards Act of British Columbia (as amended from time to time), the Workers Compensation Act of British Columbia (as amended from time to time), the Employment Insurance Act of Canada (as amended from time to time), health plan contributions, or otherwise. We understand that the City will investigate any disclosure under this section and determine whether the conflict is material. The determination of materiality will be determined by the Director of Corporate Services or designate.

6. we understand and acknowledge that this certification is material and important, and will be relied on by THE CITY OF KELOWNA in awarding the Contract(s) for which this document is submitted. We understand that any misstatement in this certification is and shall be treated as fraudulent concealment from THE CITY OF KELOWNA of the true facts relating to the submission of Proposals 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 __________________, 20__ 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 __________________, 20__

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

APPENDIX C – INSURANCE REQUIREMENTS

1. Consultant to Provide

The Consultant shall procure and maintain, at its own expense and cost, the insurance policies listed in section 2, with limits no less than those shown in the respective items, unless in connection with the performance of some particular part of the Work or Services, the City advises in writing that it has determined that the exposure to liability justifies less limits. The insurance policy or policies shall be maintained continuously from commencement of the Work or Services until total completion of the Work or Services or such longer period as may be specified by the City.

2. Insurance

As a minimum, the Consultant shall, without limiting its obligations or liabilities under any other Contract with the City, procure and maintain, at its own expense and cost, the following insurance policies:

.1 Workers’ Compensation insurance covering all employees of Consultant engaged in the Work or Services in accordance with the statutory requirements of the province or territory having jurisdiction over such employees.

.2 Comprehensive General Liability Insurance

a) providing for an inclusive limit of not less than $2,000,000 for each occurrence or accident;

b) providing for all sums which the Consultant shall become legally obligated to pay for damages because of bodily injury (including death at any time resulting there from) sustained by any person or persons or because of damage to or destruction of property caused by an occurrence or accident arising out of or related to the Work or Services or any operations carried on in connection with this Contract;

c) including coverage for Products/Completed Operations, Blanket Contractual, Contractor’s Protective, Personal Injury, Contingent Employer’s Liability, Broad Form Property Damage, and Non-Owned Automobile Liability.

d) including a Cross Liability clause providing that the inclusion of more than one Insured shall not in any way affect the rights of any other Insured hereunder, in respect to any claim, demand, suit or judgment made against any other Insured.

.3 Automobile Liability Insurance covering all motor vehicles, owned, operated and used or to be used by the Consultant directly or indirectly in the performance of the Work or Services. The Limit of Liability shall not be less than $2,000,000 inclusive, for loss or damage including personal injuries and death resulting from any one accident or occurrence.

3. The City Named as Additional Insured

The policies required by sections 2.2 and 2.3 above shall provide that the City is named as an Additional Insured thereunder and that said policies are primary without any right of contribution from any insurance otherwise maintained by the City.

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

4. Consultant’s Subconsultants

The Consultant shall require each of its subconsultants to provide comparable insurance to that set forth under section 2.

5. Certificates of Insurance

The Consultant agrees to submit Certificates of Insurance, in the form of Appendix C-1, attached hereto and made a part hereof, for itself and for all of its subconsultants to the Risk Management Department of the City prior to commencing the Work or providing the Services. Such Certificates shall provide that 30 days’ written notice shall be given to the Risk Management Department of the City, prior to any material changes or cancellations of any such policy or policies.

6. Additional Insurance

The Consultant may take out such additional insurance, as it may consider necessary and desirable. All such additional insurance shall be at no expense to the City. The Consultant shall ensure that all of its subconsultants are informed of and comply with the City’s requirements set out in this Appendix C.

7. Insurance Companies

All insurance, which the Consultant is required to obtain with respect to this Contract, shall be with insurance companies registered in and licensed to underwrite such insurance in the province of British Columbia.

8. Failure to Provide

If the Consultant fails to do all or anything which is required of it with regard to insurance, the City may do all that is necessary to effect and maintain such insurance, and any monies expended by the City shall be repayable by and recovered from the Consultant. The Consultant expressly authorizes the City to deduct from any monies owing the Consultant, any monies owing by the Consultant to the City.

9. Nonpayment of Losses

The failure or refusal to pay losses by any insurance company providing insurance on behalf of the Consultant or any subconsultant shall not be held to waive or release the Consultant or subconsultant from any of the provisions of the Insurance Requirements or this Contract, with respect to the liability of the Consultant otherwise. Any insurance deductible maintained by the Consultant or any subconsultant under any of the insurance policies is solely for their account and any such amount incurred by the City will be recovered from the Consultant as stated in section 9.

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

APPENDIX C-1 CERTIFICATE OF INSURANCE

This Certificate is issued to: The City of Kelowna 1435 Water Street Kelowna, BC V1Y 1J4

Insured Name:

Address:

Broker Name:

Address:

Location and nature of operation or Contract to which this Certificate applies:

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

Policy Dates

Type of Insurance Company & Policy

Number Effective Expiry Limits of Liability/Amounts

Section 1 Comprehensive General Liability including:

Products/Completed Operations;

Blanket Contractual;

Contractor’s Protective;

Personal Injury;

Contingent Employer’s Liability;

Broad Form Property Damage;

Non-Owned Automobile;

Cross Liability Clause.

Bodily Injury and Property Damage $ 2,000,000 Inclusive $ __________ Aggregate $ __________ Deductible

Section 2 Automobile Liability

Bodily Injury and Property Damage $ 2,000,000 Inclusive

Section 3 Professional Errors & Omissions

$2,000,000

It is understood and agreed that the policy/policies noted above shall contain amendments to reflect the following: 1. Any Deductible or Reimbursement Clause contained in the policy shall not apply to the City of

Kelowna and shall be the sole responsibility of the Insured named above. 2. The City of Kelowna is named as an Additional Insured. (Section 1 only) ___________________________ __________________ ________________________ Print Name Title Company (Insurer or Broker) ___________________________ _________________________ Signature of Authorized Signatory Date

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

APPENDIX D – PRICING

Page 1 of 3

The following must be included in the task-fee schedule:

1. Hourly rates for all personnel who will be utilized on the assignment.

2. A task-man-hour schedule showing hours to be worked for each team member during each phase of the project.

3. Total cost of the project including any disbursements, Sub Consultants, etc.

4. Indicate GST on a separate line.

5. The hourly rates will be applicable to additional consulting services that may arise. The hourly rates quoted shall be fixed for the duration of the project up to and including final inspection following the maintenance period.

6. Proponents acknowledge that, if it is a non-resident company, payments to the Proponent, as a non-resident, may be subject to withholding taxes under the Income Tax Act (Canada). Further, unless the Proponent, as a non-resident, provides the City with an official letter from Canadian Customs and Revenue Agency waiving the withholding requirements, the City will withhold the taxes it determines are required under the Income Tax Act (Canada).

7. Proponents should include all reimbursable expenses. Please see following table for maximum allowable meal and incidental expenses.

8. Preliminary Design Services shall be based on a lump sum fee.

9. Detail Design Services shall be based on a lump sum fee.

Provisional Fees are to be submitted for the following items in lines 10 through 14 inclusive:

10. Tender Services shall be based on a lump sum fee.

11. Construction services shall be based on hourly rates. For comparison purposes, construction administration services shall be based on a 12-week construction period (from start-up meeting to Substantial Performance) and site inspection services shall be based on a 6-hour work day over a 5-day work week over a 12-week construction period, for one site inspector. Actual charge out rates shall be based on these two rates and paid on the basis of the actual number of hours worked. Provide a list of supplemental inspectors with their associated levels (i.e. senior, junior …) and hourly charge-out rates in table format. Additional resident inspection service personnel billing if required will be based on the rates quoted in the table.

12. Non-resident engineering construction services shall be based on an hourly fee for the construction period.

13. Post-construction services shall be based on a lump sum fee.

14. The Fees shall include time for conducting inspections and preparing deficiency lists at Substantial and Total Performance as well as the inspection and the associated follow-up at the time of the one-year warranty inspection.

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

APPENDIX D – MEAL AND INCIDENTAL EXPENSES Page 2 of 3

(based on the Treasury Board of Canada Secretariat National Joint Council, Travel Directive, Appendix C- Allowances – Modules 1, 2 and 3)

1.1 Private non-commercial accommodation 1.2 Meals 1.3 Incidental expenses

Canada & USA

1.1 Private non-commercial accommodation allowance

1.2 Meal allowances

breakfast - 100% breakfast - 75% (31st day onward)

15.35 11.50

lunch - 100% lunch - 75% (31st day onward)

14.60 10.95

dinner - 100% dinner - 75% (31st day onward)

40.30 30.25

Meal allowance total – 100% Meal allowance total – 75% (31st day onward)

70.25 52.70

1.3 Incidental allowance – 100% Incidental allowance – 75% (31st day onward)

17.30 13.00

Daily Total Meals and incidentals – 100%

87.55 65.70

Note: the above are maximum rates. These expenses, if any, must be included in the Pricing Summary submitted by Proponents.

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

APPENDIX D – PRICING SUMMARY Page 3 of 3

Proponent’s Submissions should include a pricing summary similar to the example below.

Activity Name of Team

Members Hourly

Rate

Number of Hours Required

Hourly Rate X

Number of Hours

Reimbursable Expenses Up

to an Estimated maximum

Total Daily Rate & Reimbursable Expenses Up to

an Estimated Maximum

Preliminary & Detailed Design Phases

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Proponent’s Total Estimated Price for Design

Phases

$ $ $

Provisional Fees for Construction Phase

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Proponent’s Total Estimated Provisional Price for Construction Phase

$ $ $

NET TOTAL:

GST

$ $

GRAND TOTAL COST:

$

Company Name:

Name:

Title:

Telephone Number

Cell Number:

Fax Number:

Date:

Signature:

Email Address:

APPENDIX E – CONSULTING SERVICES AGREEMENT File: T17-042

CITY OF KELOWNA

CONSULTING SERVICES AGREEMENT

This Agreement dated for reference this _____ day of ___________________, 2017. By and Between: CITY OF KELOWNA, a Municipal Corporation, 1435 Water Street Kelowna, BC V1Y 1J4 (hereinafter referred to as the "City") And: Consultant Name Consultant Address (hereinafter referred to as the "Consultant") Witnesses: That the City and the Consultant in consideration of their mutual rights and obligations to one another as hereinafter set forth, DO AGREE AS FOLLOWS: 1.0 SERVICES TO BE PERFORMED

Under this Agreement, the Consultant shall supply all professional expertise necessary for the proper performance of the Service, and do and fulfill everything required by this Agreement for the following project:

T17-042 Design of Airport Way Improvements at Kelowna International Airport

(hereinafter referred to as the "Project").

The work shall be performed in accordance with the Consultant's Proposals dated, Xxxxxx XX, 201X , a copy of which is attached as Appendix B; and the City Terms of Reference dated Xxxxx XX, 201X, a copy of which is attached as Appendix C; both of which constitute a part of this Agreement.

The terms in this Consulting Services Agreement shall take precedence over any contrary statements or terms contained in the Terms of Reference (Appendix C) or the Consultant’s Proposal (Appendix B).

The work shall be performed in accordance with this Agreement and the fee schedule included as part of Appendix B, all of which constitute a part of this Agreement.

(the “ Fee Schedule”)

The term of this Agreement shall be from Xxxxxx XX, 201X to Xxxxxxx XX, 201X

OR

The term of this Agreement shall be from the date on the Notice to Proceed to Project completion.” (the “Term”)

2.0 SCHEDULE

2.1 The Consultant shall use its best efforts to perform the Services in accordance with the Project timeline schedule in Appendix B.

2.2 The City may reasonably adjust any schedule or specified timing during the course of the

Project after consulting with and obtaining the approval of the Consultant.

3.0 CONSULTANTS DUTIES

3.1 In performing the Services identified under this Agreement, the Consultant shall, at all times, act in the best interests of the City and exercise that degree of professional care, skill and diligence required according to generally accepted professional consulting standards

3.2 The City will provide upon request from the Consultant, any information or data that is pertinent

to and identified in, the Terms of Reference which are attached to this Agreement and made a part hereof.

4.0 PAYMENT

4.1 Subject to 4.2, the Project fixed fees shall be paid as identified in the City Terms of Reference, and as supplied with the Consultant's proposal, as each of the tasks are completed. The City shall have no obligation to pay any fees or costs to the Consultant for services or materials/equipment beyond the Project Fixed Fee for any reason whatsoever, other than as may be agreed in writing by the City and the Consultant.

4.2 The Consultant shall make application to the City for payment, together with supporting

documents, when required by this Agreement, on or before the last day of each month for approval and due processing. Payment shall be for that proportion of the various parts of the Services completed against the files and any identified reimbursable disbursements incurred during the preceding month. The sum shall become due and payable thirty (30) days after the date the invoice is received by the City. Should the City be unable to verify any invoice within the said period, payment by the City may either be withheld or may be made and treated as an advance pending verification of the invoice. Where required by the City, the Consultant shall provide substantiation to the City in order to verify any invoice. Where only a part of an invoice can be verified by the City, the City may, at its discretion, choose to pay that part only, pending proper verification of the remainder of the invoice by the Consultant.

4.3 Account adjustments which have not been made prior to payment of an invoice, may be made

by the City at the time of a later payment. Where it has been established that the City has overpaid against an invoice, the Consultant will deduct the amount from the next invoice, or the Consultant shall pay the amount to the City within five (5) working days of the amount being identified, as required by the City.

4.4 The City may request the Consultant to submit with the final invoice, a Statutory Declaration or other proof, that there are no outstanding costs, assessments, liens or claims against the Consultant or against the City’s property arising out of or in connection with the Consultant’s Services rendered on the Project.

5.0 TERMINATION AND SUSPENSION

BY THE CITY: 5.1 Should the Consultant neglect to complete the Services properly or fail to perform any provisions

of this Agreement, the City may notify the Consultant in writing that it is in default of its contractual obligations and instruct it to correct the default or take steps to correct the default, within seven (7) working days of receiving the notice. Failure to comply with the default request extends to the City the option, without limiting any other right or remedy the City may have, of immediately terminating this Agreement. Subject to a right of set-off the City shall have for damages incurred due to such neglect or failure by the Consultant, the City shall pay the Consultant for all Services performed and all disbursements incurred pursuant to this Agreement and remaining unpaid as of the effective date of such termination.

5.2 Other than for reasons set forth in 5.1, the City may terminate this Agreement for any reason by

giving thirty (30) days prior written notice to the Consultant. Upon receipt of such written notice, the Consultant shall perform no further Services other than those reasonably necessary to close out the Project. In such event, the Consultant will be paid by the City pursuant to this Agreement, for the completed tasks which remain unpaid as of the effective date of such termination.

BY THE CONSULTANT: 5.3 Should the City fail to perform any provisions of this Agreement, the Consultant may notify the

City in writing that it is in default of its contractual obligations and instruct it to correct the default within seven (7) working days of receiving the notice. Failure to comply with the default request extends to the Consultant the option, without limiting any other right or remedy the Consultant may have, of immediately terminating this Agreement and requesting settlement for all Services performed and all disbursements incurred pursuant to this Agreement and remaining unpaid as of the effective date of such termination.

5.4 Should the Consultant's Services be suspended by the City at any time for more than thirty (30)

calendar days in any calendar year through no fault of the Consultant, then the Consultant shall have the right until such suspension is lifted by the City, to terminate this Agreement upon giving three (3) working days written notice thereof to the City. In such event, the Consultant will be paid by the City pursuant to this Agreement, for the completed tasks as per the Schedule of Tasks referred to in 4.1 that remain unpaid as of the effective date of such termination.

6.0 SUCCESSORS AND ASSIGNS

6.1 This Agreement shall enure to the benefit of and be binding upon the parties hereto and their

respective executors, administrators, successors and permitted assigns.

6.2 Neither party shall assign this Agreement or any portion thereof without the prior written consent of the other, which consent shall not be unreasonably withheld.

7.0 CHANGES IN THE WORK

7.1 The City and the Consultant may, by agreement in writing, without invalidating this Agreement,

make changes by altering, adding to or deducting from the Services. In such event, the Consultant’s Fixed Fee and Project timeline schedule shall be adjusted accordingly. Any Services rendered by the Consultant to the City beyond those Services set out in the Consultant’s Proposal and the City Terms of Reference shall be considered to be Additional Services, with the Consultant to be compensated therefore on an hourly or per diem basis to be agreed upon by the City and the Consultant in writing prior to the Consultant rendering any such Additional Services to the City. The hourly rates submitted in Appendix D.

8.0 APPLICABLE LAWS

8.1 The Consultant shall observe and abide by all applicable laws, regulations, ordinances and other

rules of the City, the Federal Government and the Province of British Columbia. Without restricting the generality of the foregoing, the Consultant shall abide by all provisions of the Workers Compensation Act of British Columbia, and upon request of the City, shall supply proof that all assessments thereunder have been paid.

8.2 This Agreement and any rights and remedies arising out of this Agreement, shall be construed in

accordance with the laws of British Columbia. 9.0 PERMITS AND LICENSES

9.1 The Consultant, their employees, agents and vehicles shall have and maintain valid permits and

licenses as required by law for the execution of services related to this agreement. 9.2 The Consultant will be required to conform to all Federal, Provincial, and City Acts and

Regulations that may apply to the operation of this contract. The Consultant is required to obtain and pay for all necessary permits, licenses, and inspection fees.

9.3 Certified copies of required permits/licenses are to be provided upon request. 10.0 INSURANCE

10.1 The Consultant shall, without limiting its obligations or liabilities under this Contract, procure

and maintain, at its own expense and cost, the insurance policies listed in Appendix A and A1, attached hereto and made a part of this Agreement. The insurance policies shall be maintained continuously from the date of commencement of the Services provided under this Agreement until the date that the City certifies in writing completion of the Services or such further period as may be specified in Appendix A.

The Consultant shall, at the Consultant's expense, establish and maintain professional errors and

omissions insurance to the following minimum requirements:

MINIMUM INSURANCE Consulting Services for projects not exceeding $500,000 in value $ 500,000.00 Consulting Services for projects between $500,000 and $1 Million in value $ 1,000,000.00 Consulting Services for projects exceeding $1 Million in value $2,000,000.00 The Maximum deductible in all categories shall be $50,000.00

The Consultant shall provide proof of coverage to the City, and shall, upon request, provide the current policy certificate of insurance for inspection by the City.

The Consultant accepts responsibility for the acts and omissions of all sub-consultants it may

engage in rendering the Service on the Project. 10.2 The Consultant's professional errors and omissions insurance shall remain in force for the life of

the Project and for twelve (12) months after substantial completion, and shall contain the following endorsement to provide the City of Kelowna with prior notice of changes and cancellations:

"The Insurer or the Insured Consultant shall provide written notice to be delivered by hand, or sent

by registered mail to the City at least thirty (30) days in advance of the activation date of any proposed cancellation or amendment restricting coverage under this policy".

11.0 WORKSAFE BC

11.1 If the Consultant or any approved sub-consultants will be physically present on City of Kelowna

property or will be attending a worksite on behalf of the City of Kelowna, they must be registered with WorkSafe BC, in which case coverage must be maintained for the duration of the Agreement. Prior to receiving any payment, the Consultant may be required to submit a WCB Clearance Letter indicating that all WorkSafe BC assessments have been paid.

9.4 The Consultant must comply with all conditions and safety regulations of the Workers

Compensation Act of British Columbia and must be in good standing which must maintained the term of the Agreement.

12.0 WAIVER

12.1 The waiver by the City of the breach of any condition, covenant or obligation under this

Agreement required to be kept, observed and performed by the Consultant, will not operate to waive or deemed to waive any subsequent breach of the same condition, covenant or obligation.

13.0 CONFIDENTIALITY, OWNERSHIP AND USE OF DOCUMENTS AND MATERIALS

13.1 The City is subject to the British Columbia Freedom of Information and Protection of Privacy Act. Subject to Sections 12 through 22 inclusive of the Act, any reports and or documents produced by or on behalf of the City are subject to public review under the Act.

13.2 The Consultant shall keep confidential for an unlimited period of time all communications, plans,

specifications, reports or other information used in connection with the Project except:

.1 those requiring disclosure by operation of law; or

.2 any disclosure authorized in writing by the City or

.3 those in the possession of or that come into the possession of the Consultant and not obtained directly or indirectly from the City; or

.4 those in the public domain through no act or omission of the Consultant.

The Consultant shall, by employing written agreements, bind all employees, sub-consultants and

agents to the obligations required by this Article.

13.3 All concepts, plans, drawings, specifications, designs, models, reports, photographs, computer software, surveys, calculations, construction and other data, documents, and processes produced by the Consultant in connection with the Services (the Instruments of Service), including all copyright and other intellectual property therein, are and shall at all times remain the property of the Consultant unless otherwise agreed in writing between the parties.

13.4 The City may copy and use any of the Instruments of Service for record and maintenance

purposes and for any future renovation, repair, modification and extension work undertaken with respect to that part of any project to which the Services relate.

13.5 The City may copy and use any Instruments of Service for any purpose similar or related to the original project without the prior written permission of the Consultant. If the Consultant has identified in writing prior to incorporating that aspect into the Project any copyrighted proprietary material as part of the Project, then the City must obtain written approval to copy or use these aspects of the Project. The Consultant shall not unreasonable withhold or deny such consent but shall be entitled to receive additional equitable remuneration in connection with its grant of consent.

13.6 The City shall have a permanent non-exclusive royalty-free license to use any Instruments of

Service which is capable of being patented or registered as a trademark for the life of the Project only. For the purposes of this paragraph, the “life of the Project” means the period during which the physical asset or assets described in the project’s Terms of Reference are designed, under construction or operational. The Consultant shall have full rights to any Instruments of Service arising from his Services which is capable of being patented or registered as a trademark and may use any such Instruments of Service on any other project.

14.0 CONFLICT OF INTEREST

14.1 During the Term, the Consultant must not engage in or provide, to any other person or company or entity, any service or thing which would be reasonably perceived to be in conflict with the interest of the City in respect of the Services. Should any real or potential conflict of interest arise during the Term, the Consultant shall declare it immediately to the City and upon receipt of notice of a conflict, the City may, at its option and despite section 5.0, immediately terminate this Contract.

15.0 SUBCONSULTANTS

15.1 The Consultant agrees to employ those sub-consultants and to supply the Services identified in its Proposal at the time of signing of this Agreement. The Consultant agrees that it has the responsibility for the complete coordination of all professional Services rendered to the City by the Consultant or by its sub-consultants on the Project.

16.0 ARBITRATION

16.1 All matters in dispute under this Agreement which cannot be settled by the City and the

Consultant may, with the concurrence of both the City and the Consultant, be submitted to final and binding arbitration to a single arbitrator appointed jointly by them.

16.2 No person shall be nominated to act as arbitrator who is in any way financially interested in the

Project or in the affairs of either the City or the Consultant. 16.3 In the event that the City and the Consultant cannot agree to an arbitrator, such arbitrator shall

be chosen by reference to a Judge of the Supreme Court of British Columbia. 17.0 RECORDS AND AUDIT

17.1 The Consultant shall keep reasonable and proper records, accounts, statements and other

relevant documents for a period of not less than six (6) years after completion of the Project or for such extended period as may be required by law or as the City may request in writing.

17.2 The Consultant shall permit the City to inspect, audit and copy all records, accounts, statements

and other relevant documents of the Consultant relating to the Project at all reasonable business hours in the offices of the Consultant.

18.0 INDEMNIFICATION

18.1 The Consultant shall be liable for all loss, costs, damages, and expenses whatsoever incurred or

suffered by the City, its elected officials, officers, employees and agents (the Indemnitees) including but not limited to damage to or loss of property and loss of use thereof, and injury to or death of a person or persons resulting from or in connection with the negligent performance or non-performance of this Agreement, except only where such loss, costs, damages and expenses are as a result of the acts of the Indemnitees, and in such event only to the extent such claim, demand, action, proceeding or liability is attributable to decisions or acts of the

Indemnitees, as are actionable and sustainable against the Indemnitees pursuant to British Columbia law.

The Consultant shall defend, indemnify and hold harmless the Indemnitees from and against all claims, demands, actions, proceedings and liabilities whatsoever and all costs and expenses incurred in connection therewith and resulting from the negligent performance or non-performance of this contract, except where such claim, demand, action, proceeding or liability arise out of the, acts of the Indemnitees, and in such event only to the extent such claim, demand, action, proceeding or liability are attributable to decisions or acts of the Indemnitees, as are actionable and sustainable as against the Indemnitees pursuant to British Columbia law.

This section shall survive termination of this Agreement. 19.0 TIME

19.1 Time is of the essence of this Agreement. 20.0 ENTIRE AGREEMENT

20.1 This Agreement constitutes the sole and entire agreement between the City and the Consultant

relating to the Project and completely supersedes and abrogates any prior Agreements existing between the City and the Consultant whether written or oral.

21.0 RECEIPT OF AND ADDRESSES FOR NOTICE

21.1 Communications in writing between the parties shall be considered to have been received by the

addressee on the date of delivery if delivered by facsimile by hand to the individual or to a member of the company for whom they are intended, or if sent by post, telegram, facsimile or telex within five (5) working days of the date of mailing, when addressed as follows:

the City at City of Kelowna, 1435 Water Street, Kelowna, BC V1Y 1J4 Office of the City Clerk the Consultant at Consultant Name Consultant Address

_________________________________________________________________

The parties acknowledge that they have read and understand this Agreement, and agree to be bound by its terms and conditions.

The parties hereto have each executed this Agreement by their respective duly authorized officers.

CITY OF KELOWNA _________________________________ Project Manager Signature Print Name Title _______________________________________________ Date THE CONSULTANT _________________________________ Authorized Signatory Print Name Title _________________________________ Authorized Signatory Print Name Title _______________________________________________ Date

APPENDIX A – INSURANCE REQUIREMENTS

1. Consultant To Provide

The Consultant shall procure and maintain, at its own expense and cost, the insurance policies listed in section 2, with limits no less than those shown in the respective items, unless in connection with the performance of some particular part of the Work or Services, the City advises in writing that it has determined that the exposure to liability justifies less limits. The insurance policy or policies shall be maintained continuously from commencement of the Work or Services until total completion of the Work or Services or such longer period as may be specified by the City.

2. Insurance

As a minimum, the Consultant shall, without limiting its obligations or liabilities under any other contract with the City, procure and maintain, at its own expense and cost, the following insurance policies: 2.1 Workers Compensation insurance covering all employees of Consultant engaged in the

Work or Services in accordance with the statutory requirements of the province or territory having jurisdiction over such employees.

2.2 Comprehensive General Liability Insurance

(i) providing for an inclusive limit of not less than $2,000,000 for each occurrence or accident;

(ii) providing for all sums which the Consultant shall become legally obligated to pay for damages because of bodily injury (including death at any time resulting there from) sustained by any person or persons or because of damage to or destruction of property caused by an occurrence or accident arising out of or related to the Work or Services or any operations carried on in connection with this Contract;

(iii) including coverage for Products/Completed Operations, Blanket Contractual, Contractor’s Protective, Personal Injury, Contingent Employer’s Liability, Broad Form Property Damage, and Non-Owned Automobile Liability.

(iv) including a Cross Liability clause providing that the inclusion of more than one Insured shall not in any way affect the rights of any other Insured hereunder, in respect to any claim, demand, suit or judgment made against any other Insured.

2.3 Automobile Liability Insurance covering all motor vehicles, owned, operated and used or

to be used by the Consultant directly or indirectly in the performance of the Work or Services. The Limit of Liability shall not be less than $2,000,000 inclusive, for loss or damage including personal injuries and death resulting from any one accident or occurrence.

3. The City Named As Additional Insured

The policies required by sections 2.2 and 2.3 above shall provide that the City is named as an Additional Insured thereunder and that said policies are primary without any right of contribution from any insurance otherwise maintained by the City.

4. Consultant’s Sub-Consultants The Consultant shall require each of its sub-Consultants to provide comparable insurance to that set forth under section 2.

5. Certificates of Insurance

The Consultant agrees to submit Certificates of Insurance, in the form of Appendix A-1, attached hereto and made a part hereof, for itself and for all of its sub-consultants to the Risk Management Department of the City prior to commencing the Work or providing the Services. Such Certificates shall provide that 30 days’ written notice shall be given to the Risk Management Department of the City, prior to any material changes or cancellations of any such policy or policies.

6. Additional Insurance The Consultant may take out such additional insurance, as it may consider necessary and desirable. All such additional insurance shall be at no expense to the City. The Consultant shall ensure that all of its sub-Consultants are informed of and comply with the City’s requirements set out in this Appendix A.

7. Insurance Companies

All insurance, which the Consultant is required to obtain with respect to this contract, shall be with insurance companies registered in and licensed to underwrite such insurance in the province of British Columbia.

8. Failure to Provide

If the Consultant fails to do all or anything which is required of it with regard to insurance, the City may do all that is necessary to effect and maintain such insurance, and any monies expended by the City shall be repayable by and recovered from the Consultant. The Consultant expressly authorizes the City to deduct from any monies owing the Consultant, any monies owing by the Consultant to the City.

9. Nonpayment of Losses

The failure or refusal to pay losses by any insurance company providing insurance on behalf of the Consultant or any sub-Consultant shall not be held to waive or release the Consultant or sub-Consultant from any of the provisions of the Insurance Requirements or this Contract, with respect to the liability of the Consultant otherwise. Any insurance deductible maintained by the Consultant or any sub-Consultant under any of the insurance policies is solely for their account and any such amount incurred by the City will be recovered from the Consultant as stated in section.

End of Appendix A

APPENDIX A-1

Certificate of Insurance

This Certificate is issued to: The City of Kelowna 1435 Water Street Kelowna, BC V1Y 1J4

Insured Name:

Address:

Broker Name:

Address:

Location and nature of operation or contract to which this Certificate applies:

T17-042 Design of Airport Way Improvements at Kelowna International Airport

Policy Dates

Type of Insurance Company & Policy

Number Effective Expiry Limits of Liability/Amounts

Section 1 Comprehensive General Liability including:

Products/Completed Operations;

Blanket Contractual;

Consultant’s Protective;

Personal Injury;

Contingent Employer’s Liability;

Broad Form Property Damage;

Non-Owned Automobile;

Cross Liability Clause.

Bodily Injury and Property Damage $ 2,000,000 Inclusive $ __________ Aggregate $ __________ Deductible

Section 2 Automobile Liability

Bodily Injury and Property Damage $ 2,000,000 Inclusive

Section 3 Professional Errors & Omissions Projects less than $500,000

$500,000

It is understood and agreed that the policy/policies noted above shall contain amendments to reflect the following: 1. Any Deductible or Reimbursement Clause contained in the policy shall not apply to the City of

Kelowna and shall be the sole responsibility of the Insured named above. 2. The City of Kelowna is named as an Additional Insured. (Except Section 3) 3. 30 days prior written notice of material change and/or cancellation will be given to the City of

Kelowna. ___________________________ __________________ ________________________ Print Name Title Company (Insurer or Broker) ___________________________ _________________________ Signature of Authorized Signatory Date

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

APPENDIX F – CONTRACT EXCEPTIONS (IF ANY)

T17-042 Detailed Design of Airport Way Improvements at Kelowna International Airport

APPENDIX G – SK1 HIGHWAY 97 AIRPORT WAY

REALIGNED SIDEWALK

LOCATION OF ROAD WIDENING (TYP.)

RAISED MEDIAN ISLAND MODIFICATIONS

AIRPORT SIGN TO BE REPLACED OR RELOCATED