76
1 1 Part - Partie 1 of - de 2 See Part 2 for Clauses and Conditions Voir Partie 2 pour Clauses et Conditions Title - Sujet Construction Advisor, Block 2 Solicitation No. - N° de l'invitation EP771-200629/A Client Reference No. - N° de référence du client 20200629 PW-$PPS-021-27634 Solicitation Closes - L'invitation prend fin 02:00 PM at - à on - le 2020-03-31 F.O.B. - F.A.B. Plant-Usine: Destination: Other-Autre: Address Enquiries to: - Adresser toutes questions à: Bennett, Adrian Telephone No. - N° de téléphone (613) 990-3849 ( ) FAX No. - N° de FAX ( ) - Block 2 Ottawa, Ontario File No. - N° de dossier 021pps.EP771-200629 Eastern Daylight Saving Time EDT Time Zone Fuseau horaire Destination - of Goods, Services, and Construction: Destination - des biens, services et construction: REQUEST FOR PROPOSAL DEMANDE DE PROPOSITION Bid Receiving - PWGSC / Réception des soumissions - TPSGC 11 Laurier/11,rue Laurier Place du Portage, Phase III Core 0B2 / Noyau 0B2 Gatineau, Québec K1A 0S5 Bid Fax: (819) 997-9776 RETOURNER LES SOUMISSIONS À: RETURN BIDS TO: CCC No./N° CCC - FMS No./N° VME Proposal To: Public Works and Government Services Canada Comments - Commentaires Vendor/Firm Name and Address Issuing Office - Bureau de distribution Parliamentary Precinct Division/Acquisitions de la Cité parliamentaire 222 Queen Street / 222, rue Queen Ottawa Ontario K1A 0S5 Proposition aux: Travaux Publics et Services Gouvernementaux Canada Nous offrons par la présente de vendre à Sa Majesté la Reine du chef du Canada, aux conditions énoncées ou incluses par référence dans la présente et aux annexes ci-jointes, les biens, services et construction énumérés ici sur toute feuille ci-annexée, au(x) prix indiqué(s). We hereby offer to sell to Her Majesty the Queen in right of Canada, in accordance with the terms and conditions set out herein, referred to herein or attached hereto, the goods, services, and construction listed herein and on any attached sheets at the price(s) set out therefor. Raison sociale et adresse du fournisseur/de l'entrepreneur GETS Reference No. - N° de référence de SEAG Buyer Id - Id de l'acheteur 021pps Date 2020-02-15 Delivery Offered - Livraison proposée Delivery Required - Livraison exigée Vendor/Firm Name and Address Signature Date Name and title of person authorized to sign on behalf of Vendor/Firm (type or print) Nom et titre de la personne autorisée à signer au nom du fournisseur/ de l'entrepreneur (taper ou écrire en caractères d'imprimerie) Instructions: Voir aux présentes Instructions: See Herein Raison sociale et adresse du fournisseur/de l'entrepreneur Telephone No. - N° de téléphone Facsimile No. - N° de télécopieur Page 1 of - de 1

RFP - B2 CMa EN

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: RFP - B2 CMa EN

1 1

Part - Partie 1 of - de 2See Part 2 for Clauses and Conditions

Voir Partie 2 pour Clauses et ConditionsTitle - SujetConstruction Advisor, Block 2Solicitation No. - N° de l'invitationEP771-200629/AClient Reference No. - N° de référence du client20200629

PW-$PPS-021-27634

Solicitation Closes - L'invitation prend fin02:00 PMat - à

on - le 2020-03-31F.O.B. - F.A.B.Plant-Usine: Destination: Other-Autre: Address Enquiries to: - Adresser toutes questions à:Bennett, AdrianTelephone No. - N° de téléphone(613) 990-3849 ( )

FAX No. - N° de FAX( ) -

Block 2Ottawa, Ontario

File No. - N° de dossier021pps.EP771-200629

Eastern Daylight SavingTime EDT

Time Zone Fuseau horaire

Destination - of Goods, Services, and Construction:Destination - des biens, services et construction:

REQUEST FOR PROPOSALDEMANDE DE PROPOSITION

Bid Receiving - PWGSC / Réception des soumissions - TPSGC11 Laurier/11,rue LaurierPlace du Portage, Phase IIICore 0B2 / Noyau 0B2Gatineau, Québec K1A 0S5Bid Fax: (819) 997-9776

RETOURNER LES SOUMISSIONS À:RETURN BIDS TO:

CCC No./N° CCC - FMS No./N° VME

Proposal To: Public Works and Government Services Canada

Comments - Commentaires

Vendor/Firm Name and Address

Issuing Office - Bureau de distributionParliamentary Precinct Division/Acquisitions de la Cité parliamentaire222 Queen Street / 222, rue QueenOttawaOntarioK1A 0S5

Proposition aux: Travaux Publics et Services Gouvernementaux CanadaNous offrons par la présente de vendre à Sa Majesté laReine du chef du Canada, aux conditions énoncées ouincluses par référence dans la présente et aux annexesci-jointes, les biens, services et construction énumérésici sur toute feuille ci-annexée, au(x) prix indiqué(s).

We hereby offer to sell to Her Majesty the Queen in rightof Canada, in accordance with the terms and conditionsset out herein, referred to herein or attached hereto, thegoods, services, and construction listed herein and on anyattached sheets at the price(s) set out therefor.

Raison sociale et adresse dufournisseur/de l'entrepreneur

GETS Reference No. - N° de référence de SEAG

Buyer Id - Id de l'acheteur021pps

Date 2020-02-15

Delivery Offered - Livraison proposéeDelivery Required - Livraison exigée

Vendor/Firm Name and Address

Signature Date

Name and title of person authorized to sign on behalf of Vendor/Firm(type or print)Nom et titre de la personne autorisée à signer au nom du fournisseur/de l'entrepreneur (taper ou écrire en caractères d'imprimerie)

Instructions: Voir aux présentes

Instructions: See Herein

Raison sociale et adresse du fournisseur/de l'entrepreneur

Telephone No. - N° de téléphoneFacsimile No. - N° de télécopieur

Page 1 of - de 1

Page 2: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 2 of - de 76

REQUEST FOR PROPOSAL

THIS DOCUMENT CONTAINS A SECURITY REQUIREMENT

Table of Contents PART 1 – GENERAL INFORMATION ............................................................................................ 4

1.1 Introduction ......................................................................................................................... 4 1.2 Summary ............................................................................................................................ 4 1.3 Debriefings ......................................................................................................................... 5 1.4 Phased Bid Compliance Process ....................................................................................... 5

PART 2 – BIDDER INSTRUCTIONS .............................................................................................. 5 2.1 Standard Instructions, Clauses and Conditions ................................................................. 5 2.2 Submission of Bids ............................................................................................................. 6 2.3 Enquiries – Bid Solicitation ................................................................................................. 6 2.4 Applicable Laws .................................................................................................................. 6 2.5 Improvement of Requirement During Solicitation Period ................................................... 6

PART 3 – BID PREPARATION INSTRUCTIONS .......................................................................... 7 3.1 Bid Preparation Instructions ............................................................................................... 7

PART 4 – EVALUATION PROCEDURES AND BASIS OF SELECTION ................................... 10 4.1 Evaluation Procedures ..................................................................................................... 10 4.2 Basis of Selection ............................................................................................................. 14

PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION ............................................. 16 5.1 Certifications Required with the Bid ................................................................................. 16 5.2 Certifications Precedent to Contract Award and Additional Information .......................... 16

PART 6 – SECURITY, FINANCIAL AND OTHER REQUIREMENTS ......................................... 17 6.1 Security Requirement ....................................................................................................... 17 6.2 Financial Capability .......................................................................................................... 17 6.3 Insurance Requirements .................................................................................................. 17

PART 7 – RESULTING CONTRACT CLAUSES ......................................................................... 18 7.1 Statement of Work ............................................................................................................ 18 7.2 Standard Clauses and Conditions .................................................................................... 20 7.3 Security Requirement ....................................................................................................... 20 7.4 Term of Contract ............................................................................................................... 22 7.5 Authorities ......................................................................................................................... 22 7.6 Payment ........................................................................................................................... 23 7.7 Electronic Payment of Invoices – Contract....................................................................... 26 7.8 Certifications and additional information .......................................................................... 26 7.9 Applicable Laws ................................................................................................................ 26 7.10 Priority of Documents ....................................................................................................... 26 7.11 Insurance – Specific Requirements .................................................................................. 27

ANNEX A, STATEMENT OF WORK ........................................................................................... 28

ANNEX B, BASIS OF PAYMENT ................................................................................................ 43

ANNEX C, SECURITY REQUIREMENTS CHECK LIST ............................................................ 46

ANNEX D, INSURANCE REQUIREMENTS ................................................................................ 52

ANNEX E, TASK AUTHORIZATION FORM ............................................................................... 54

ANNEX F, INDIGENOUS BENEFITS PLAN REPORTING FORM ............................................. 56

APPENDIX 1, CERTIFICATIONS FORM .................................................................................... 57

Page 3: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 3 of - de 76

REQUEST FOR PROPOSAL

APPENDIX 2, ELECTRONIC PAYMENT INSTRUMENTS ......................................................... 62

APPENDIX 3, PRICE PROPOSAL FORM .................................................................................. 63

APPENDIX 4, TECHNICAL EVALUATION ................................................................................. 65

APPENDIX 5, SECURITY INFORMATION FORM ...................................................................... 75

Page 4: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 4 of - de 76

REQUEST FOR PROPOSAL

PART 1 – GENERAL INFORMATION

1.1 Introduction

The bid solicitation is divided into seven parts plus appendices and annexes, as follows:

Part 1 General Information: provides a general description of the requirement; Part 2 Bidder Instructions: provides the instructions, clauses and conditions applicable to the bid

solicitation; Part 3 Bid Preparation Instructions: provides Bidders with instructions on how to prepare their bid; Part 4 Evaluation Procedures and Basis of Selection: indicates how the evaluation will be conducted,

the evaluation criteria that must be addressed in the bid, and the basis of selection; Part 5 Certifications and Additional Information: includes the certifications and additional information

to be provided; Part 6 Security, Financial and Other Requirements: includes specific requirements that must be

addressed by Bidders; and Part 7 Resulting Contract Clauses: includes the clauses and conditions that will apply to any resulting

contract.

The Annexes include the Statement of Work, Basis of Payment, Security Requirements Check List, Insurance Requirements, Task Authorization Form, and Indigenous Benefits Plan Reporting Form.

The appendices include the Certifications Form, Electronic Payment Instruments, Price Proposal Form, Technical Evaluation, and Security Information Form.

1.2 Summary

1.2.1 The Science and Parliamentary Infrastructure Branch (SPIB) of Public Works and Government Services Canada (PWGSC) has a requirement for construction advisory services. The successful Contractor will assist PWGSC in planning the construction, support PWGSC in the technical assessment of design proposals, and potentially support PWGSC in the implementation of the Block 2.

1.2.2 This Request for Proposal is intended to result in the award of up to one (1) contract for two (2) years, plus three (3) two (2)-year irrevocable options allowing Canada to extend the term of the contract.

1.2.3 There is a security requirement associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Canadian Industrial Security Directorate (CISD), Industrial and Security Program of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.

1.2.4 This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Aboriginal peoples or for set-asides for small and minority businesses.

1.2.5 Further to Article 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this procurement.

1.2.6 This procurement is not being set aside as a part of the Procurement Strategy for Aboriginal Business (PSAB).

Page 5: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 5 of - de 76

REQUEST FOR PROPOSAL

1.2.7 This bid solicitation is to establish a contract with task authorizations for the delivery of the requirement detailed in the bid solicitation to the Identified Users across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement, outside the resulting contact.

1.2.8 The Federal Contractors Program (FCP) for employment equity applies to this procurement; refer to Part 5 – Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the Federal Contractors Program for Employment Equity - Certification section of the Appendix 1 titled Certifications Form.

1.2.9 This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation to transmit their bid electronically. Bidders must refer to Part 2 entitled Bidder Instructions, and Part 3 entitled Bid Preparation Instructions, of the bid solicitation, for further information.

1.3 Debriefings

Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

1.4 Phased Bid Compliance Process

The Phased Bid Compliance Process applies to this requirement.

PART 2 – BIDDER INSTRUCTIONS

2.1 Standard Instructions, Clauses and Conditions

All instructions, clauses and conditions identified in the bid solicitation by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and- guidelines/standard-acquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada.

Bidders who submit a bid agree to be bound by the instructions, clauses and conditions of the bid solicitation and accept the clauses and conditions of the resulting contract.

The 2003 (2019-03-04) Standard Instructions - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the bid solicitation.

Subsection 5.4 of 2003, Standard Instructions - Goods or Services - Competitive Requirements, is amended as follows:

Delete: 60 days Insert: 180 days

Page 6: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 6 of - de 76

REQUEST FOR PROPOSAL

2.2 Submission of Bids

Bids must be submitted only to Public Works and Government Services Canada (PWGSC) Bid Receiving Unit by the date, time and place indicated in the bid solicitation.

Note: For bidders choosing to submit using epost Connect for bids closing at the Bid Receiving Unit in the National Capital Region (NCR) the email address is:

tpsgc.dgareceptiondessoumissions-abbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca

Note: Bids will not be accepted if emailed directly to this email address. This email address is to be used to open an epost Connect conversation, as detailed in Standard Instructions 2003, or to send bids through an epost Connect message if the bidder is using its own licensing agreement for epost Connect.

Due to the nature of the bid solicitation, bids transmitted by facsimile to PWGSC will not be accepted.

2.3 Enquiries – Bid Solicitation

All enquiries must be submitted in writing to the Contracting Authority no later than seven (7) calendar days before the bid closing date. Enquiries received after that time may not be answered.

Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates. Care should be taken by Bidders to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as “proprietary” will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the question(s) or may request that the Bidder do so, so that the proprietary nature of the question(s) is eliminated and the enquiry can be answered to all bidders. Enquiries not submitted in a form that can be distributed to all bidders may not be answered by Canada.

2.4 Applicable Laws

Any resulting contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario.

Bidders may, at their discretion, substitute the applicable laws of a Canadian province or territory of their choice without affecting the validity of their bid, by deleting the name of the Canadian province or territory specified and inserting the name of the Canadian province or territory of their choice. If no change is made, it acknowledges that the applicable laws specified are acceptable to the bidders.

2.5 Improvement of Requirement During Solicitation Period

Should Bidders consider that the Statement of Work contained in the bid solicitation could be improved technically or technologically, Bidders are invited to make suggestions, in writing, to the Contracting Authority named in the bid solicitation. Bidders must clearly outline the suggested improvement as well as the reason for the suggestion. Suggestions that do not restrict the level of competition nor favour a particular bidder will be given consideration provided they are submitted to the Contracting Authority at least seven (7) days before the bid closing date. Canada will have the right to accept or reject any or all suggestions.

Page 7: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 7 of - de 76

REQUEST FOR PROPOSAL

PART 3 – BID PREPARATION INSTRUCTIONS

3.1 Bid Preparation Instructions

If the Bidder chooses to submit its bid electronically, Canada requests that the Bidder submits its bid in accordance with section 08 of the 2003 standard instructions. The epost Connect system has a limit of 1GB per single message posted and a limit of 20GB per conversation.

The bid must be gathered per section and separated as follows:

Section I: Technical Bid Section II: Financial Bid Section III: Indigenous Benefits Plan Section IV: Certifications Section V: Additional Information

If the Bidder chooses to submit its bid in hard copies, Canada requests that the Bidder submits its bid in separately bound sections as follows:

Section I: Technical Bid (4 hard copies and 1 soft copy on USB key) Section II: Financial Bid (1 hard copy and 1 soft copy on USB key) Section III: Indigenous Benefits Plan (1 hard copy and 1 soft copy on USB key) Section IV: Certifications (1 hard copy and 1 soft copy on USB key) Section V: Additional Information (1 hard copy and 1 soft copy on USB key)

If there is a discrepancy between the wording of the soft copy on electronic media and the hard copy, the wording of the hard copy will have priority over the wording of the soft copy.

If the Bidder is simultaneously providing copies of its bid using multiple acceptable delivery methods, and if there is a discrepancy between the wording of any of these copies and the electronic copy provided through epost Connect service, the wording of the electronic copy provided through epost Connect service will have priority over the wording of the other copies.

Due to the nature of the bid solicitation, bids transmitted by facsimile will not be accepted.

Prices must not appear in the Section I: Technical Bid. Canada requests that bidders follow the format instructions described below in the preparation of their bid:

(a) use 8.5 x 11 inch (216 mm x 279 mm) paper; and (b) use a numbering system that corresponds to the bid solicitation.

In April 2006, Canada issued a policy directing federal departments and agencies to take the necessary steps to incorporate environmental considerations into the procurement process Policy on Green Procurement (https://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=32573). To assist Canada in reaching its objectives, bidders should:

To assist Canada in reaching its objectives, bidders should:

1. use paper containing fiber certified as originating from a sustainably-managed forest and containing minimum 30% recycled content; and

2. use an environmentally-preferable format including black and white printing instead of color printing, printing double sided/duplex, using staples or clips instead of cerlox, duo tangs or binders.

Page 8: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 8 of - de 76

REQUEST FOR PROPOSAL

Section I: Technical Bid

In their technical bid, bidders should demonstrate their understanding of the requirements contained in the bid solicitation and explain how they will meet these requirements. Bidders should demonstrate their capability in a thorough, concise and clear manner for carrying out the work.

The technical bid should address clearly and in sufficient depth the points that are subject to the evaluation criteria against which the bid will be evaluated. Simply repeating the statement contained in the bid solicitation is not sufficient. In order to facilitate the evaluation of the bid, Canada requests that bidders address and present topics in the order of the evaluation criteria under the same headings. To avoid duplication, bidders may refer to different sections of their bids by identifying the specific paragraph and page number where the subject topic has already been addressed.

See Appendix 4, Technical Evaluation for details.

Section II: Financial Bid

3.1.1 Bidders must submit their financial bid in accordance with the Price Proposal Form in Appendix 3.

3.1.2 Electronic Payment of Invoices – Bid

If you are willing to accept payment of invoices by Electronic Payment Instruments, complete Appendix 2 Electronic Payment Instruments, to identify which ones are accepted.

If Appendix 2 Electronic Payment Instruments is not completed, it will be considered as if Electronic Payment Instruments are not being accepted for payment of invoices.

Acceptance of Electronic Payment Instruments will not be considered as an evaluation criterion.

Section III: Indigenous Benefits Plan (IBP)

The IBP is intended to develop long-term capacity and sustainable and meaningful socio-economic benefits for Indigenous professionals and businesses under this project. The IBP covers direct and non-direct benefits. Direct benefits refers to Indigenous employment, including opportunities as the Prime Bidder, one of its Sub-Consultants, or employees and/or personnel within the Bidders’ team members. Non-direct benefits refer to Indigenous employment via labor that is not directly related to the performance of services. Meaningful engagement with Indigenous peoples is a priority for Canada.

See Appendix 4, Technical Evaluation for Indigenous Benefits Plan Evaluation details.

Indigenous Business definition: For the purpose of this IBP, an Indigenous business can be:

A band as defined by the Indian Act; A sole proprietorship; A limited company; A co-operative; A partnership; A not-for-profit organization in which Indigenous persons have at least 51 percent ownership and

control; or A joint venture consisting of two or more Indigenous businesses or an Indigenous business and a

non-Indigenous business(es), provided that the Indigenous business(es) has at least 51 percent

Page 9: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 9 of - de 76

REQUEST FOR PROPOSAL

ownership and control of the joint venture. When an Indigenous business has six or more full-time employees at the date of submitting the bid, at least thirty-three percent of them must be Indigenous persons, and this ratio must be maintained throughout the duration of the contract. The bidder must certify in its submitted bid that it is an Indigenous business or a joint venture constituted as described above.

Indigenous Person definition: An Indigenous person is an Indian, Metis or Inuit who is ordinarily resident in Canada. Evidence of being an Indigenous person will consist of such proof as:

Indian registration in Canada; Membership in an affiliate of the Metis National Council or the Congress of Indigenous Peoples, or

other recognized Indigenous organizations in Canada; Acceptance as an Indigenous person by an established Indigenous community in Canada, or Enrolment or entitlement to be enrolled pursuant to a comprehensive land claim agreement, or

membership or entitlement to membership in a group with an accepted comprehensive claim.

3.1.3 Exchange Rate Fluctuation

C3011T (2013-11-06), Exchange Rate Fluctuation

Section IV: Certifications

Bidders must submit the certifications and additional information required under Part 5 and Appendix 1, Certifications Form.

Section V: Additional Information

In Section V of their bid, Bidders should provide: 1. Appendix 5, Security Information Form 2. Letter from Insurance broker/company as per Section 6.3 Insurance Requirements

Page 10: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 10 of - de 76

REQUEST FOR PROPOSAL

PART 4 – EVALUATION PROCEDURES AND BASIS OF SELECTION

4.1 Evaluation Procedures

Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical, Indigenous Benefits and financial evaluation criteria.

An evaluation team composed of representatives of Canada will evaluate the bids.

Canada will use the Phased Bid Compliance Process (PBCP) described below.

4.1.1 Phased Bid Compliance Process

4.1.1.1 General

(a) Canada is conducting the PBCP described below for this requirement.

(b) Notwithstanding any review by Canada at Phase I or II of the PBCP, Bidders are and will remain solely responsible for the accuracy, consistency and completeness of their Bids and Canada does not undertake, by reason of this review, any obligations or responsibility for identifying any or all errors or omissions in Bids or in responses by a Bidder to any communication from Canada.

THE BIDDER ACKNOWLEDGES THAT THE REVIEWS IN PHASE I AND II OF THIS PBCP ARE PRELIMINARY AND DO NOT PRECLUDE A FINDING IN PHASE III THAT THE BID IS NON-RESPONSIVE, EVEN FOR MANDATORY REQUIREMENTS WHICH WERE SUBJECT TO REVIEW IN PHASE I OR II AND NOTWITHSTANDING THAT THE BID HAD BEEN FOUND RESPONSIVE IN SUCH EARLIER PHASE. CANADA MAY DEEM A BID TO BE NON-RESPONSIVE TO A MANDATORY REQUIREMENT AT ANY PHASE.

THE BIDDER ALSO ACKNOWLEDGES THAT ITS RESPONSE TO A NOTICE OR A COMPLIANCE ASSESSMENT REPORT (CAR) (EACH DEFINED BELOW) IN PHASE I OR II MAY NOT BE SUCCESSFUL IN RENDERING ITS BID RESPONSIVE TO THE MANDATORY REQUIREMENTS THAT ARE THE SUBJECT OF THE NOTICE OR CAR, AND MAY RENDER ITS BID NON-RESPONSIVE TO OTHER MANDATORY REQUIREMENTS.

(c) Canada may, in its discretion, request and accept at any time from a Bidder and consider as part of the Bid, any information to correct errors or deficiencies in the Bid that are clerical or administrative, such as, without limitation, failure to sign the Bid or any part or to checkmark a box in a form, or other failure of format or form or failure to acknowledge; failure to provide a procurement business number or contact information such as names, addresses and telephone numbers; inadvertent errors in numbers or calculations that do not change the amount the Bidder has specified as the price or of any component thereof that is subject to evaluation. This shall not limit Canada’s right to request or accept any information after the bid solicitation closing in circumstances where the bid solicitation expressly provides for this right. The Bidder will have the time period specified in writing by Canada to provide the necessary documentation. Failure to meet this deadline will result in the Bid being declared non-responsive.

(d) The PBCP does not limit Canada’s rights under Standard Acquisition Clauses and Conditions (SACC) 2003 (2019-03-04) Standard Instructions – Goods or Services – Competitive Requirements nor Canada’s right to request or accept any information during the solicitation period or after bid solicitation closing in circumstances where the bid solicitation expressly provides for this right, or in the circumstances described in subsection (c).

Page 11: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 11 of - de 76

REQUEST FOR PROPOSAL

(e) Canada will send any Notice or CAR by any method Canada chooses, in its absolute discretion. The Bidder must submit its response by the method stipulated in the Notice or CAR. Responses are deemed to be received by Canada at the date and time they are delivered to Canada by the method and at the address specified in the Notice or CAR. An email response permitted by the Notice or CAR is deemed received by Canada on the date and time it is received in Canada’s email inbox at Canada’s email address specified in the Notice or CAR. A Notice or CAR sent by Canada to the Bidder at any address provided by the Bidder in or pursuant to the Bid is deemed received by the Bidder on the date it is sent by Canada. Canada is not responsible for late receipt by Canada of a response, however caused.

4.1.1.2 Phase I: Financial Bid

(a) After the closing date and time of this bid solicitation, Canada will examine the Bid to determine whether it includes a Financial Bid and whether any Financial Bid includes all information required by the solicitation. Canada’s review in Phase I will be limited to identifying whether any information that is required under the bid solicitation to be included in the Financial Bid is missing from the Financial Bid. This review will not assess whether the Financial Bid meets any standard or is responsive to all solicitation requirements.

(b) Canada’s review in Phase I will be performed by officials of the Department of Public Works and Government Services.

(c) If Canada determines, in its absolute discretion that there is no Financial Bid or that the Financial Bid is missing all of the information required by the bid solicitation to be included in the Financial Bid, then the Bid will be considered non-responsive and will be given no further consideration.

(d) For Bids other than those described in c), Canada will send a written notice to the Bidder (“Notice”) identifying where the Financial Bid is missing information. A Bidder, whose Financial Bid has been found responsive to the requirements that are reviewed at Phase I, will not receive a Notice. Such Bidders shall not be entitled to submit any additional information in respect of their Financial Bid.

(e) The Bidders who have been sent a Notice shall have the time period specified in the Notice (the “Remedy Period”) to remedy the matters identified in the Notice by providing to Canada, in writing, additional information or clarification in response to the Notice. Responses received after the end of the Remedy Period will not be considered by Canada, except in circumstances and on terms expressly provided for in the Notice.

(f) In its response to the Notice, the Bidder will be entitled to remedy only that part of its Financial Bid which is identified in the Notice. For instance, where the Notice states that a required line item has been left blank, only the missing information may be added to the Financial Bid, except that, in those instances where the addition of such information will necessarily result in a change to other calculations previously submitted in its Financial Bid, (for example, the calculation to determine a total price), such necessary adjustments shall be identified by the Bidder and only these adjustments shall be made. All submitted information must comply with the requirements of this solicitation.

(g) Any other changes to the Financial Bid submitted by the Bidder will be considered to be new information and will be disregarded. There will be no change permitted to any other Section of the Bidder’s Bid. Information submitted in accordance with the requirements of this solicitation in response to the Notice will replace, in full, only that part of the original Financial Bid as is permitted above, and will be used for the remainder of the bid evaluation process.

(h) Canada will determine whether the Financial Bid is responsive to the requirements reviewed at Phase I, considering such additional information or clarification as may have been provided by

Page 12: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 12 of - de 76

REQUEST FOR PROPOSAL

the Bidder in accordance with this Section. If the Financial Bid is not found responsive for the requirements reviewed at Phase I to the satisfaction of Canada, then the Bid shall be considered non-responsive and will receive no further consideration.

(i) Only Bids found responsive to the requirements reviewed in Phase I to the satisfaction of Canada, will receive a Phase II review.

4.1.1.3 Phase II: Technical Bid

(a) Canada’s review at Phase II will be limited to a review of the Technical Bid to identify any instances where the Bidder has failed to meet any Eligible Mandatory Criterion. This review will not assess whether the Technical Bid meets any standard or is responsive to all solicitation requirements. Eligible Mandatory Criteria are all mandatory technical criteria that are identified in this solicitation as being subject to the PBCP. Mandatory technical criteria that are not identified in the solicitation as being subject to the PBCP, will not be evaluated until Phase III.

(b) Canada will send a written notice to the Bidder (Compliance Assessment Report or “CAR”) identifying any Eligible Mandatory Criteria that the Bid has failed to meet. A Bidder whose Bid has been found responsive to the requirements that are reviewed at Phase II will receive a CAR that states that its Bid has been found responsive to the requirements reviewed at Phase II. Such Bidder shall not be entitled to submit any response to the CAR.

(c) A Bidder shall have the period specified in the CAR (the “Remedy Period”) to remedy the failure to meet any Eligible Mandatory Criterion identified in the CAR by providing to Canada in writing additional or different information or clarification in response to the CAR. Responses received after the end of the Remedy Period will not be considered by Canada, except in circumstances and on terms expressly provided for in the CAR.

(d) The Bidder’s response must address only the Eligible Mandatory Criteria listed in the CAR as not having been achieved, and must include only such information as is necessary to achieve such compliance. Any additional information provided by the Bidder which is not necessary to achieve such compliance will not be considered by Canada, except that, in those instances where such a response to the Eligible Mandatory Criteria specified in the CAR will necessarily result in a consequential change to other parts of the Bid, the Bidder shall identify such additional changes, provided that its response must not include any change to the Financial Bid.

(e) The Bidder’s response to the CAR should identify in each case the Eligible Mandatory Criterion in the CAR to which it is responding, including identifying in the corresponding section of the original Bid, the wording of the proposed change to that section, and the wording and location in the Bid of any other consequential changes that necessarily result from such change. In respect of any such consequential change, the Bidder must include a rationale explaining why such consequential change is a necessary result of the change proposed to meet the Eligible Mandatory Criterion. It is not up to Canada to revise the Bidder’s Bid, and failure of the Bidder to do so in accordance with this subparagraph is at the Bidder’s own risk. All submitted information must comply with the requirements of this solicitation.

(f) Any changes to the Bid submitted by the Bidder other than as permitted in this solicitation, will be considered to be new information and will be disregarded. Information submitted in accordance with the requirements of this solicitation in response to the CAR will replace, in full, only that part of the original Bid as is permitted in this Section.

(g) Additional or different information submitted during Phase II permitted by this section will be considered as included in the Bid, but will be considered by Canada in the evaluation of the Bid at Phase II only for the purpose of determining whether the Bid meets the Eligible Mandatory

Page 13: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 13 of - de 76

REQUEST FOR PROPOSAL

Criteria. It will not be used at any Phase of the evaluation to increase any score that the original Bid would achieve without the benefit of such additional or different information. For instance, an Eligible Mandatory Criterion that requires a mandatory minimum number of points to achieve compliance will be assessed at Phase II to determine whether such mandatory minimum score would be achieved with such additional or different information submitted by the Bidder in response to the CAR. If so, the Bid will be considered responsive in respect of such Eligible Mandatory Criterion, and the additional or different information submitted by the Bidder shall bind the Bidder as part of its Bid, but the Bidder’s original score, which was less than the mandatory minimum for such Eligible Mandatory Criterion, will not change, and it will be that original score that is used to calculate any score for the Bid.

(h) Canada will determine whether the Bid is responsive for the requirements reviewed at Phase II, considering such additional or different information or clarification as may have been provided by the Bidder in accordance with this Section. If the Bid is not found responsive for the requirements reviewed at Phase II to the satisfaction of Canada, then the Bid shall be considered non-responsive and will receive no further consideration.

(i) Only Bids found responsive to the requirements reviewed in Phase II to the satisfaction of Canada, will receive a Phase III evaluation.

4.1.1.4 Phase III: Final Evaluation of the Bid

(a) In Phase III, Canada will complete the evaluation of all Bids found responsive to the requirements reviewed at Phase II. Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria.

(b) A Bid is non-responsive and will receive no further consideration if it does not meet all mandatory evaluation criteria of the solicitation.

4.1.2 Technical Evaluation

Mandatory and point rated technical evaluation criteria are included in Appendix 4, Technical Evaluation.

The Phased Bid Compliance Process will apply to all mandatory technical criteria.

The Phased Bid Compliance Process will apply to the required minimum number of points for the Point Rated Technical Criteria.

4.1.2.1 Joint Venture Experience

(a) Where the Bidder is a joint venture with existing experience as that joint venture, it may submit the experience that it has obtained as that joint venture.

Example: A bidder is a joint venture consisting of members L and O. A bid solicitation requires that the bidder demonstrate experience providing maintenance and help desk services for a period of 24 months to a customer with at least 10,000 users. As a joint venture (consisting of members L and O), the bidder has previously done the work. This bidder can use this experience to meet the requirement. If member L obtained this experience while in a joint venture with a third party N, however, that experience cannot be used because the third party N is not part of the joint venture that is bidding.

(b) A joint venture bidder may rely on the experience of one of its members to meet any given technical criterion of this bid solicitation.

Example: A bidder is a joint venture consisting of members X, Y and Z. If a solicitation requires: (a) that the bidder have 3 years of experience providing maintenance service, and (b) that the

Page 14: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 14 of - de 76

REQUEST FOR PROPOSAL

bidder have 2 years of experience integrating hardware with complex networks, then each of these two requirements can be met by a different member of the joint venture. However, for a single criterion, such as the requirement for 3 years of experience providing maintenance services, the bidder cannot indicate that each of members X, Y and Z has one year of experience, totaling 3 years. Such a response would be declared non-responsive.

(c) Joint venture members cannot pool their abilities with other joint venture members to satisfy a single technical criterion of this bid solicitation. However, a joint venture member can pool its individual experience with the experience of the joint venture itself. Wherever substantiation of a criterion is required, the Bidder is requested to indicate which joint venture member satisfies the requirement. If the Bidder has not identified which joint venture member satisfies the requirement, the Contracting Authority will provide an opportunity for the Bidder to submit this information during the evaluation period. If the Bidder does not submit this information within the period set by the Contracting Authority, its bid will be declared non-responsive.

Example: A bidder is a joint venture consisting of members A and B. If a bid solicitation requires that the bidder demonstrate experience providing resources for a minimum number of 100 billable days, the bidder may demonstrate that experience by submitting either:

o Contracts all signed by A; or o Contracts all signed by B; or o Contracts all signed by A and B in joint venture, or o Contracts signed by A and contracts signed by A and B in joint venture, or o Contracts signed by B and contracts signed by A and B in joint venture that show in total

100 billable days.

(d) Any Bidder with questions regarding the way in which a joint venture bid will be evaluated should raise such questions through the Enquiries process as early as possible during the bid solicitation period.

4.1.2.2 Reference Checks:

Reference checks for the purpose of this evaluation may be used to verify and validate the bidder's response. In the event of contradiction between the information provided by the reference and the one provided by the bidder, the information provided by the reference will be retained for evaluation purposes. If the information provided by the Bidder cannot be verified or validated, the information will not be evaluated and the bid will receive a score of zero OR not met the criteria in question. Crown references will be accepted.

4.1.3 Financial Evaluation

For bid evaluation and contractor(s) selection purposes only, the evaluated price of a bid will be determined in accordance with Appendix 3, Price Proposal Form.

4.2 Basis of Selection

Highest Combined Rating of Technical Merit (70%) and Price (30%)

4.2.1 To be declared responsive, a bid must:

(a) comply with all the requirements of the bid solicitation; (b) meet all the mandatory technical evaluation criteria; and(c) obtain the required minimum of 618 points overall for the technical evaluation criteria, RT1 to

RT4, which are subject to point rating. The rating is performed on a scale of 1,030 points.

Page 15: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 15 of - de 76

REQUEST FOR PROPOSAL

4.2.2 Bids not meeting (a) or (b) or (c) will be declared non-responsive.

4.2.3 The selection will be based on the highest responsive combined rating of technical merit plus Indigenous Benefit Plan (IBP) and price. The ratio will be 70% for the technical merit and IBP combined and 30% for the price.

4.2.4 To establish the technical merit and IBP score, the overall technical score for each responsive bid will be determined as follows: (total number of points obtained in RT 1 to RT4 plus total points obtained in IBP) / maximum number of points available (1100), multiplied by the ratio of 70%.

4.2.5 To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 30%.

4.2.6 For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating.

4.2.7 Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract.

The table below illustrates an example where all three bids are responsive and the selection of the contractor is determined by a 70/30 ratio of technical merit and price, respectively. The total available points equals 135 and the lowest evaluated price is $45,000 (45).

Basis of Selection - Highest Combined Rating Technical Merit (70%) and Price (30%) Bidder 1 Bidder 2 Bidder 3

Overall Technical Score 115/135 89/135 92/135 Bid Evaluated Price $55,000.00 $50,000.00 $45,000.00

Calculations

Technical Merit Score including IBP

115/135 x 70 = 59.63

89/135 x 70 = 46.15

92/135 x 70 = 47.70

Pricing Score 45/55 x 30 = 24.54

45/50 x 30 = 27.00

45/45 x 30 = 30.00

Combined Rating 84.17 73.15 77.70 Overall Rating 1st 3rd 2nd

*Bidder 1 achieved the highest combined rating between technical merit and price. As such, it would be recommended for contract award.

Page 16: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 16 of - de 76

REQUEST FOR PROPOSAL

PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION

Bidders must provide the required certifications and additional information to be awarded a contract.

The certifications provided by bidders to Canada are subject to verification by Canada at all times. Unless specified otherwise, Canada will declare a bid non-responsive, or will declare a contractor in default if any certification made by the Bidder is found to be untrue, whether made knowingly or unknowingly, during the bid evaluation period or during the contract period.

The Contracting Authority will have the right to ask for additional information to verify the Bidder’s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Contracting Authority will render the bid non-responsive or constitute a default under the Contract.

5.1 Certifications Required with the Bid

Bidders must submit the following duly completed certifications as part of their bid.

5.1.1 Integrity Provisions - Declaration of Convicted Offences

In accordance with the Integrity Provisions of the Standard Instructions, all bidders must provide with their bid, if applicable, the Integrity declaration form available on the Forms for the Integrity Regime website (http://www.tpsgc-pwgsc.gc.ca/ci-if/declaration-eng.html), to be given further consideration in the procurement process.

5.2 Certifications Precedent to Contract Award and Additional Information

The certifications and additional information below should be submitted with the bid but may be submitted afterwards. If the required certifications and additional information are not submitted with the bid, the Contracting Authority will inform the Bidder of a time frame within which they must be submitted by the Bidder. Failure to provide the required certifications and additional information within the time frame specified will render the bid non-responsive.

5.2.1 Integrity Provisions – Required Documentation

In accordance with the section titled Information to be provided when bidding, contracting or entering into a real procurement agreement of the Ineligibility and Suspension Policy (http://www.tpsgc-pwgsc.gc.ca/ci-if/politique-policy-eng.html), the Bidder must provide the required documentation, as applicable, to be given further consideration in the procurement process.

5.2.2 Federal Contractors Program for Employment Equity - Bid Certification

By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's members if the Bidder is a Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP Limited Eligibility to Bid List” available at the bottom of the page of the Employment and Social Development Canada (ESDC) - Labour's website (https://www.canada.ca/en/employment-social-development/programs/employment-equity/federal-contractor-program.html#).

Canada will have the right to declare a bid non-responsive if the Bidder, or any member of the Bidder if the Bidder is a Joint Venture, appears on the “FCP Limited Eligibility to Bid List” at the time of contract award.

Canada will also have the right to terminate the Contract for default if a Contractor, or any member of the Contractor if the Contractor is a Joint Venture, appears on the “FCP Limited Eligibility to Bid List” during the period of the Contract.

Page 17: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 17 of - de 76

REQUEST FOR PROPOSAL

The Bidder must provide the Contracting Authority with a completed Federal Contractors Program for Employment Equity certification before contract award, see Appendix 1, Certifications Form. If the Bidder is a Joint Venture, the Bidder must provide the Contracting Authority before contract award with a completed Federal Contractors Program for Employment Equity certification for each member of the Joint Venture.

5.2.3 Additional Certifications Precedent to Contract Award

The Bidder should complete and submit Appendix 1 with the bid, but it may be submitted afterwards as follows: if Appendix 1 is not completed and submitted with the bid, the Contracting Authority will inform the Bidder of a time frame within which to provide the information. Failure to comply with the request of the Contracting Authority and to provide the certifications within the time frame provided will render the bid non-responsive.

PART 6 – SECURITY, FINANCIAL AND OTHER REQUIREMENTS

6.1 Security Requirement

6.1.1 Before award of a contract, the following conditions must be met:

(a) the Bidder must hold a valid organization security clearance as indicated in Part 7 – Resulting Contract Clauses;

(b) the Bidder's proposed individuals requiring access to classified or protected information, assets or sensitive work site(s) must meet the security requirement as indicated in Part 7 – Resulting Contract Clauses;

(c) the Bidder must provide the name of all individuals who will require access to classified or protected information, assets or sensitive work sites.

6.1.2 Bidders are reminded to obtain the required security clearance promptly. Any delay in the award of a contract to allow the successful bidder to obtain the required clearance will be at the entire discretion of the Contracting Authority.

6.1.3 For additional information on security requirements, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.

6.1.4 If the information is not provided in or with the bid, the Contracting Authority will so inform the Bidder and provide the Bidder with a time frame within which to meet the requirement. Failure to comply with the request of the Contracting Authority and meet the requirement within that time period will render the bid non-responsive.

6.2 Financial Capability

SACC Manual clause A9033T (2012-07-16), Financial Capability

6.3 Insurance Requirements

The Bidder must provide a letter from an insurance broker or an insurance company licensed to operate in Canada stating that the Bidder, if awarded a contract as a result of the bid solicitation, can be insured in accordance with the Insurance Requirements specified in Annex D.

If the information is not provided in the bid, the Contracting Authority will so inform the Bidder and provide the Bidder with a time frame within which to meet the requirement. Failure to comply with the request of the Contracting Authority and meet the requirement within that time period will render the bid non-responsive.

Page 18: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 18 of - de 76

REQUEST FOR PROPOSAL

PART 7 – RESULTING CONTRACT CLAUSES

The following clauses and conditions apply to and form part of any contract resulting from the bid solicitation.

7.1 Statement of Work

The Contractor must perform the Work in accordance with the Statement of Work in Annex A.

7.1.1 Task Authorization

7.1.1.1 The Work or a portion of the Work to be performed under the Contract will be on an "as and when requested basis" using a Task Authorization (TA). The Work described in the TA must be in accordance with the scope of the Contract.

7.1.1.2 Task Authorization Process

(1) The Project Authority will provide the Contractor with a description of the task using the "Task Authorization" form specified in Annex E.

(2) The Task Authorization (TA) will contain the details of the activities to be performed, a description of the deliverables, and a schedule indicating completion dates for the major activities or submission dates for the deliverables. The TA will also include the applicable basis (bases) and methods of payment as specified in the Contract.

(3) The Contractor must provide the Project Authority, within 10 calendar days of its receipt, the proposed total estimated cost for performing the task and a breakdown of that cost, established in accordance with the Basis of Payment specified in the Contract.

(4) The Contractor must not commence work until a TA authorized by the Project Authority and/or Contracting Authority, as applicable, has been received by the Contractor. The Contractor acknowledges that any work performed before a TA has been received will be done at the Contractor's own risk.

7.1.1.3 Task Authorization Limit

The Project Authority may authorize individual task authorizations up to a limit of $100,000.00, applicable Taxes included, inclusive of any revisions. Any task authorization to be issued in excess of that limit must be authorized by the Contracting Authority before issuance.

7.1.1.4 Minimum Work Guarantee - All the Work - Authorized TAs

(1) In this clause,

"Maximum Contract Value" means the sum specified in Contract clause 7.6.2 “Limitation of Expenditure - Cumulative Total of all authorized TAs”; and

"Minimum Contract Value" means a fixed amount of $75,000.00.

(2) Canada's obligation under the Contract is to request Work in the amount of the Minimum Contract Value or, at Canada's option, to pay the Contractor at the end of the Contract in accordance with Part 3. In consideration of such obligation, the Contractor agrees to stand in readiness throughout the Contract period to perform the Work. Canada's maximum liability for

Page 19: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 19 of - de 76

REQUEST FOR PROPOSAL

Work requested in authorized TAs, performed by the Contractor and accepted by Canada must not exceed the Maximum Contract Value, unless an increase is authorized in writing by the Contracting Authority.

(3) In the event that Canada does not request Work in the amount of the Minimum Contract Value during the period of the Contract, Canada must pay the Contractor the difference between the Minimum Contract Value and the cost of the Work requested in authorized TAs, performed by the Contractor and accepted by Canada.

(4) Canada will have no obligation to the Contractor under this clause if Canada terminates the Contract in whole or in part for default.

7.1.1.5 Periodic Usage Reports - Contracts with TAs

(1) The Contractor must compile and maintain records on its provision of services to the federal government under authorized Task Authorizations issued under the Contract.

(2) The Contractor must provide this data in accordance with the reporting requirements detailed below. If some data is not available, the reason must be indicated. If services are not provided during a given period, the Contractor must still provide a "nil" report.

(3) The data must be submitted on a semi-annual basis to the Contracting Authority.

The semi-annual periods are defined as follows: 1st half: [to be inserted at contract award, to reflect award date plus 6 months]; 2nd half: [to be inserted at contract award, to reflect award date plus 1 year].

The data must be submitted to the Contracting Authority no later than 15 calendar days after the end of the reporting period.

(4) Reporting Requirement - Details

A detailed and current record of all authorized tasks must be kept for each contract with a task authorization process. This record must contain:

For each authorized task: i. the authorized task number or task revision number(s); ii. a title or a brief description of each authorized task; iii. the total estimated cost specified in the authorized Task Authorization (TA)

of each task, exclusive of Applicable Taxes; iv. the total amount, exclusive of Applicable Taxes, expended to date against

each authorized task; v. the start and completion date for each authorized task; vi. the active status of each authorized task, as applicable; andvii. the Indigenous Benefits completed and the active status of planned

Indigenous Benefits.

For all authorized tasks: i. the amount (exclusive of Applicable Taxes) specified in the contract (as

last amended, as applicable) as Canada's total liability to the contractor for all authorized TAs;

ii. the total amount, exclusive of Applicable Taxes, expended to date against all authorized TAs; and

Page 20: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 20 of - de 76

REQUEST FOR PROPOSAL

iii. the Indigenous Benefits completed and the active status of planned Indigenous Benefits. Benefits must be substantiated, Annex F, Indigenous Benefits Plan Reporting Form may be used.

7.2 Standard Clauses and Conditions

All clauses and conditions identified in the Contract by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and-guidelines /standard- acquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada.

7.2.1 General Conditions

2035 (2018-06-21), General Conditions - Higher Complexity - Services, apply to and form part of the Contract.

7.2.2 Specific Persons

The Contractor must provide the services of the following person(s) to perform the Work as stated in the Contract: [names of persons to be inserted at contract award, to reflect bid].

7.3 Security Requirement

The following security requirement (SRCL) and related clauses provided by the Contract Security Program apply and form part of the Contract.

7.3.1 Security Requirements for Canadian Supplier

(1) The Contractor must, at all times during the performance of the Contract, hold a valid Facility Security Clearance at the level of SECRET, issued by the Contract Security Program (CSP) of the Industrial Security Sector (ISS), Public Works and Government Services (PWGSC).

(2) The Contractor personnel requiring access to CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of SECRET, and all others must have a valid RELIABILITY STATUS or SITE ACCESS clearance, as required, granted or approved by the CSP/ISS/PWGSC.

(3) The Contractor MUST NOT remove any CLASSIFIED information or assets from the identified work site(s), and the Contractor must ensure that its personnel are made aware of and comply with this restriction.

(4) Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP/ISS/PWGSC.

(5) The Contractor must comply with the provisions of the:

(a) Security Requirements Check List and security guide, attached at Annex C; (b) Industrial Security Manual (Latest Edition).

7.3.2 Security Requirements for International Supplier

The Contractor and/or any and all subcontractors must be from a country with which Canada has an international bilateral industrial security instrument or will have such an instrument with Canada by the end of the bidding period. The Contract Security Program (CSP) has international bilateral industrial

Page 21: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 21 of - de 76

REQUEST FOR PROPOSAL

security instruments with the countries listed on the following PWGSC website: http://www.tpsgc-pwgsc.gc.ca/esc-src/international-eng.html.

(1) The Foreign recipient Contractor / Subcontractor shall, at all times during the performance of the Contract / Subcontract, hold a valid Facility Security Clearance (FSC), issued by the NSA/DSA of the supplier’s country, at the equivalent level of SECRET in accordance with the national policies of the supplier’s country.

(2) All FOREIGN and CANADA CLASSIFIED/PROTECTED information/assets accessed by the Foreign recipient Contractor / Subcontractor shall NOT be safeguarded at the Foreign recipient's sites.

(3) FOREIGN and CANADA CLASSIFIED/PROTECTED information/assets shall be released only to Foreign recipient Contractor / Subcontractor personnel, who have a need-to-know for the performance of the Contract / Subcontract and who have a Personnel Security Clearance at the level of SECRET, granted by their respective National Security Authority (NSA) or Designated Security Authority (DSA) of the supplier’s country in accordance with national policies of the supplier’s country.

(4) FOREIGN and CANADA CLASSIFIED/PROTECTED information/assets provided or generated pursuant to this Contract / Subcontract shall not be further provided to a third party Foreign recipient Subcontractor unless:

(a) written assurance is obtained from the third-party Foreign recipient’s National Security Authority (NSA) or Designated Security Authority (DSA) to the effect that the third-party Foreign recipient Subcontractor has been approved for access to FOREIGN and CANADA CLASSIFIED /PROTECTED information/assets by the third-party Foreign recipient’s NSA/DSA; and

(b) written consent is obtained from the NSA/DSA of the supplier’s country, if the third-party Foreign recipient Subcontractor is located in a third country.

(5) Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of their respective National Security Authority (NSA) or Designated Security Authority (DSA), in accordance with the national policies of the supplier’s country.

(6) The Foreign recipient Contractor / Subcontractor shall not use the FOREIGN and CANADA CLASSIFIED/PROTECTED information/assets for any purpose other than for the performance of the Contract / Subcontract without the prior written approval of the Government of Canada. This approval must be obtained from the Canadian DSA.

(7) The Foreign recipient Contractor / Subcontractor visiting Canadian Government or industrial facilities, under this contract, will submit a Request for Visit form to Canada's Designated Security Authority (DSA) through their respective National Security Authority (NSA) or Designated Security Authority (DSA).

(8) The Foreign recipient Contractor / Subcontractor shall immediately report to the Canadian DSA all cases in which it is known or there is reason to suspect that FOREIGN and CANADA CLASSIFIED/PROTECTED information/assets pursuant to this Contract / Subcontract has been compromised.

(9) The Foreign recipient Contractor / Subcontractor shall immediately report to its respective National Security Authority (NSA) or Designated Security Authority (DSA) all cases in which it is known or there is reason to suspect that FOREIGN and CANADA CLASSIFIED/PROTECTED

Page 22: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 22 of - de 76

REQUEST FOR PROPOSAL

information/assets accessed by the Foreign recipient Contractor / Subcontractor, pursuant this Contract / Subcontract, have been lost or disclosed to unauthorized persons.

(10) The Foreign recipient Contractor / Subcontractor shall not disclose FOREIGN and CANADA CLASSIFIED/PROTECTED information/assets to a third party government, person, firm or representative thereof, without the prior written consent of the Government of Canada. Such consent shall be sought through the recipient's National Security Authority/ Designated Security Authority (NSA/DSA) / Canadian DSA.

(11) The Foreign recipient Contractor / Subcontractor shall comply with the provisions of the International bilateral industrial security instrument between the supplier’s country and Canada, in relation to equivalencies.

(12) The Foreign recipient Contractor / Subcontractor must comply with the provisions of the Security Requirements Check List attached at Annex C.

(13) In the event that a Foreign recipient Contractor / Subcontractor is chosen as a supplier for this Contract, subsequent Country-Specific Foreign security requirement clauses shall be generated and promulgated by the Canadian DSA, and provided to the Government of Canada Contracting Authority, to ensure compliance with the security provisions, as defined by the Canadian DSA, in relation to equivalencies.

7.4 Term of Contract

7.4.1 Period of the Contract

The period of the Contract is from date of Contract to [Date to be inserted at contract award, two years later to the day], inclusive.

7.4.2 Option to Extend the Contract

The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to three (3) additional two-year periods under the same conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment.

Canada may exercise this option at any time by sending a written notice to the Contractor at least 30 calendar days before the expiry date of the Contract. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment.

7.5 Authorities

7.5.1 Contracting Authority

The Contracting Authority for the Contract is:

Adrian Bennett or authorized delegate Supply Team Leader Public Works and Government Services Canada Real Property Contracting Directorate Telephone: 819-990-3849 E-mail address: [email protected]

Page 23: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 23 of - de 76

REQUEST FOR PROPOSAL

The Contracting Authority is responsible for the management of the Contract and any changes to the Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from anybody other than the Contracting Authority.

7.5.2 Project Authority

The Project Authority for the Contract is:

[To inserted at contract award]

The Project Authority is the representative of the department or agency for whom the Work is being carried out under the Contract and is responsible for all matters concerning the technical content of the Work under the Contract. Technical matters may be discussed with the Project Authority; however, the Project Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of the Work can only be made through a contract amendment issued by the Contracting Authority.

7.5.3 Contractor's Representative

The Contractor's Representative for the Contract is:

[To be inserted at time of contract award.]

7.6 Payment

7.6.1 Basis of Payment

TA subject to a Limitation of Expenditure

The Contractor will be paid for the Work specified in the authorized task authorization, in accordance with the Annex “B” Basis of payment and subject to 7.6.5 Monthly Payment and 7.6.9 Holdback Release Conditions – Indigenous Benefits Plan.

Canada's liability to the Contractor under the authorized task authorization must not exceed the limitation of expenditure specified in the authorized task authorization. Custom duties are included and Applicable Taxes are extra.

No increase in the liability of Canada or in the price of the Work specified in the authorized task authorization resulting from any design changes, modifications or interpretations of the Work will be authorized or paid to the Contractor unless these design changes, modifications or interpretations have been authorized, in writing, by the Contracting Authority before their incorporation into the Work.

7.6.2 Limitation of Expenditure - Cumulative Total of all Authorized TAs

7.6.2.1 Canada's total liability to the Contractor under the Contract for all authorized TAs, inclusive of any revisions, must not exceed the sum of $[To be inserted at Contract Award, based on the Appendix 3, Price Proposal Form]. Customs duties are included and the Applicable Taxes are extra.

7.6.2.2 No increase in the total liability of Canada will be authorized or paid to the Contractor unless an increase has been approved, in writing, by the Contracting Authority.

Page 24: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 24 of - de 76

REQUEST FOR PROPOSAL

7.6.2.3 The Contractor must notify the Contracting Authority, in writing, as to the adequacy of this sum:

a) when it is 75 percent committed, or b) four (4) months before the Contract expiry date, or c) as soon as the Contractor considers that the sum is inadequate for the

completion of the Work required and requested in all authorized TAs, inclusive of any revisions, whichever comes first.

7.6.2.4 If the notification is for inadequate contract funds, the Contractor must provide to the Contracting Authority a written estimate for the additional funds required. Provision of such information by the Contractor does not increase Canada's liability.

7.6.3 Optional Limitation of Expenditure – Cumulative Total of All Task Authorizations

The Contractor grants to Canada the irrevocable option to increase Canada's total liability to the Contractor under the Contract for all authorized Task Authorizations (TAs), up to three (3) times by [$ To be inserted at contract award, to reflect values in the Appendix 3, Price Proposal Form], taxes included, inclusive of any revisions of the TAs under the same conditions and at the prices and/or rates stated in the Contract. The options may only be exercised by the Contracting Authority and will be evidenced, for administrative purposes only, through a contract amendment.

Canada may exercise this option at any time by sending a written notice to the Contractor at least 30 calendar days before the expiry date of the Contract. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment.

7.6.4 Canada’s Obligation – Portion of the Services – Task Authorizations

Canada's obligation with respect to the portion of the Services under the Contract that is performed through task authorizations is limited to the total amount of the actual tasks performed by the Consultant.

7.6.5 Monthly Payment

Canada will pay the Contractor on a monthly basis an amount that is equal to 95 percent of the work performed during the month covered by the invoice in accordance with the payment provisions of the Contract if:

a) an accurate and complete invoice and any other documents required by the Contract have been submitted in accordance with the invoicing instructions provided in the Contract;

b) all such documents have been verified by Canada;

c) the amount claimed is in accordance with the basis of payment;

d) the Work performed has been accepted by Canada.

The balance of the amount payable is a performance hold back for the Indigenous Benefits Plan and will be paid in accordance with section 7.6.9, Performance Holdback Release Conditions – Indigenous Benefits Plan.

Page 25: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 25 of - de 76

REQUEST FOR PROPOSAL

7.6.6 Invoicing

7.6.6.1. The Contractor must submit invoices in accordance with the section entitled "Invoice Submission" of the general conditions. Invoices cannot be submitted until all work identified in the invoice is completed.

Each invoice must be supported by: a) a copy of time sheets to support the time claimed; b) a copy of the release document and any other documents as specified in the Contract; c) a copy of the invoices, receipts, vouchers for all direct expenses, and all travel and living

expenses; d) a copy of the monthly progress report.

7.6.6.2. Invoices must be distributed as follows:

a) The original and one (1) copy must be forwarded to the following address for certification and payment. SPIB INVOICES (PWGSC) [email protected]

b) The Project Authority must be copied on the invoice emailed to SPIB INVOICES.

7.6.7 SACC Manual Clauses

The following clauses apply to and form part of the Contract:

A9117C (2007-11-30), T1204 – Direct Request by Customer Department C2000C (2007-11-30), Taxes – Foreign-based Contractor C2605C (2008-05-12), Canadian Customs Duties and Sales Tax – Foreign-based Contractor C0705C (2010-01-11), Discretionary Audit C0711C (2008-05-12) – Time Verification

7.6.8 Proactive Disclosure of Contracts with Former Public Servants

By providing information on its status, with respect to being a former public servant in receipt of a Public Service Superannuation Act (PSSA) pension, the Contractor has agreed that this information will be reported on departmental websites as part of the published proactive disclosure reports, in accordance with Contracting Policy Notice: 2012-2 of the Treasury Board Secretariat of Canada.

7.6.9 Performance Holdback Release Conditions - Indigenous Benefits Plan

1. If the Contractor substantiates, to Canada’s in its semi-annual Periodic Usage Report that it meets the IBP guarantees certified in its bid, the Contractor will be paid the amount held back from the Work accepted by Canada.

2. If the Contractor, in its semi-annual Periodic Usage Report, fails to fulfill, their guarantee of the IBP, up to the entire balance of the amount held back may continue to be held back until such time as there is a future Periodic Usage Report, or, if there are no future Periodic Usage Reports, may be deducted from the final payment.

3. Should Canada continue to hold back or deduct a final payment amount as described in subsection 2, partial holdback release amounts will be determined based on the holdback amount, minus the difference between the assessed value of the guarantee and the value of the fulfilled portion of the guarantee, to a maximum of the holdback amount.

Page 26: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 26 of - de 76

REQUEST FOR PROPOSAL

4. Canada will have the right to hold back, drawback, deduct or set off from and against the amounts of any monies owing at any time by Canada to the Contractor, any holdback owing and unpaid under this section.

5. Nothing in this section must be interpreted as limiting the rights and remedies which Canada may otherwise have under the Contract.

7.6.10 Supplemental Indigenous Benefits Plan

Canada may require additional Indigenous Benefits be included in addition to those proposed in the Contractor’s Indigenous Benefits Plan (IBP) (if submitted). Canada may provide financial incentives during the performance of the Contract to the Contractor to deliver supplemental IBP commitments. Commitments made in the Contractor’s existing proposed IBP will not be affected.

7.7 Electronic Payment of Invoices – Contract

[To be inserted at contract award based on response to Appendix 2, Electronic Payment Instruments]

7.8 Certifications and additional information

7.8.1 Compliance

Unless specified otherwise, the continuous compliance with the certifications provided by the Contractor in its bid or precedent to contract award, and the ongoing cooperation in providing additional information are conditions of the Contract and failure to comply will constitute the Contractor in default. Certifications are subject to verification by Canada during the entire period of the Contract.

7.8.2 Federal Contractors Program for Employment Equity - Default by the Contractor

The Contractor understands and agrees that, when an Agreement to Implement Employment Equity (AIEE) exists between the Contractor and Employment and Social Development Canada (ESDC)-Labour, the AIEE must remain valid during the entire period of the Contract. If the AIEE becomes invalid, the name of the Contractor will be added to the "FCP Limited Eligibility to Bid" list. The imposition of such a sanction by ESDC will constitute the Contractor in default as per the terms of the Contract.

7.9 Applicable Laws

The Contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario.

7.10 Priority of Documents

If there is a discrepancy between the wording of any documents that appear on the list, the wording of the document that first appears on the list has priority over the wording of any document that subsequently appears on the list.

(a) the Articles of Agreement; (b) the General Conditions 2035 (2018-06-21); (c) Annex A, Statement of Work; (d) Annex B, Basis of Payment; (e) Annex C, Security Requirements Check List; (f) Annex D, Insurance Requirements; (g) the signed Task Authorizations (including all of its annexes and revisions, if any); and

Page 27: RFP - B2 CMa EN

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

Page 27 of - de 76

REQUEST FOR PROPOSAL

(h) the Contractor's bid dated [date to be inserted at contract award]. 7.11 Insurance – Specific Requirements

The Contractor must comply with the insurance requirements specified in Annex D. The Contractor must maintain the required insurance coverage for the duration of the Contract. Compliance with the insurance requirements does not release the Contractor from or reduce its liability under the Contract. The Contractor is responsible for deciding if additional insurance coverage is necessary to fulfill its obligation under the Contract and to ensure compliance with any applicable law. Any additional insurance coverage is at the Contractor's expense, and for its own benefit and protection.

The Contractor must forward to the Contracting Authority within ten (10) days after the date of award of the Contract, a Certificate of Insurance evidencing the insurance coverage and confirming that the insurance policy complying with the requirements is in force. For Canadian-based Contractors, coverage must be placed with an Insurer licensed to carry out business in Canada, however, for Foreign-based Contractors, coverage must be placed with an Insurer with an A.M. Best Rating no less than “A-”. The Contractor must, if requested by the Contracting Authority, forward to Canada a certified true copy of all applicable insurance policies.

Page 28: RFP - B2 CMa EN

Page 28 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX A, STATEMENT OF WORK

ANNEX A, STATEMENT OF WORK

1.0 TITLE

Construction Advisory (CA) Services.

2.0 OBJECTIVE

The Program, Portfolio and Client Relationship Management (PPCRM) sector within the Science and Parliamentary Infrastructure Branch (SPIB) of Public Works and Government Services Canada (PWGSC) requires a third-party specialist firm to provide Construction Advisory (CA) services.

The resulting contract will provide PWGSC a planning bridge until the Block 2 redevelopment project (Block 2) is approved and funded for implementation. If authorized in the TA issued by PWGSC, CA services may continue for the duration of the Block 2 project.

3.0 CONTEXT

The Parliamentary Precinct is one of the most significant historic sites in Canada. As custodian, the SPIB has developed a comprehensive Long Term Vision and Plan (LTVP) to guide the rehabilitation of its assets. In addition to the rehabilitation of historic buildings in the Parliamentary Precinct, the LTVP addresses the long-term accommodation requirements of Canada’s Parliament and the provision of a safe, secure and welcoming environment for parliamentarians, staff and visitors.

The Parliamentary Precinct real property portfolio includes the prominent tripartite parliament buildings (East Block, Centre Block and West Block), the Confederation and Justice Buildings and three blocks south of Wellington Street, to Sparks Street, between Bank Street and Confederation Square, commonly referred to as Blocks 1, 2 and 3.

PWGSC has made significant progress over the past 10 years in the Parliamentary Precinct with delivery of key rehabilitation projects, notably the West Block, Visitor Welcome Centre and Senate of Canada Building, formerly known as the Government Conference Centre. The rehabilitation of Centre Block has started and PWGSC is working towards addressing the needs and development opportunities in Blocks 1, 2 and 3.

Information about Canada’s Parliamentary Precinct and the rehabilitation of parliamentary buildings can be found on PWGSC’s website, https://www.tpsgc-pwgsc.gc.ca/citeparlementaire-parliamentaryprecinct/index-eng.html .

3.1 100 WELLINGTON

On June 21, 2017 the Prime Minister announced 100 Wellington would be redeveloped as a space for Indigenous Peoples.

While the exact vision and programmatic requirements for this component of the Block 2 redevelopment are not fully known at this time, the direction is that the Indigenous Peoples’ Space will include an area encompassing the former US embassy (100 Wellington Street) and the CIBC building on Sparks Street. This footprint effectively creates two independent areas, East and West, for redevelopment of Block 2.

The Indigenous Peoples’ Space has high symbolic and cultural values that express a commitment to achieving reconciliation with Indigenous peoples and the manifestation of a renewed nation-to-nation relationship. This space is also meant to reflect the needs and aspirations of Indigenous peoples while honouring and reflecting the unique special relationship with Canada.

Page 29: RFP - B2 CMa EN

Page 29 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX A, STATEMENT OF WORK

4.0 BACKGROUND

Block 2 is prominently situated on Wellington Street directly south of the Centre Block on Parliament Hill, and offers a high profile setting and exceptional opportunities for development.

There are eleven buildings on the Block 2 site, ranging from three stories to twelve stories. Their architecture is diverse and includes styles from the late nineteen century to early twentieth century, reflecting the period of their construction and the more recent additions and alterations. This variety reflects the historical evolution and activities associated with Block 2.

The great majority of the buildings are designated ‘Recognized’ federal heritage buildings due to their historical and architectural significance – 100 Wellington and the Bank of Nova Scotia building are designated ‘Classified’. Some of the buildings are currently fully occupied by federal departments, such as the Victoria, Valour, Bank of Nova Scotia and the Fisher buildings, while other buildings are underutilized. The image below illustrates the FHBRO heritage designation of the buildings on the block.

The current condition of many Block 2 buildings is not appropriate given their central location, with many having gone beyond or reaching the end of their life cycle. Five of the eleven buildings are underutilized, and most buildings are known to require major renovations. Only two buildings are in good condition, having recently undergone major renovation. The existing ensemble can be described as diverse and architecturally heterogeneous.

4.1 Project Drivers

The 2017 LTVP update shifts from a building-by-building approach to a campus approach. This will effectively realize the goals set out by the government in 1973, when it expropriated the blocks to protect the environment of Parliament and provide land for an appropriate expansion of parliamentary and government facilities.

The goal of the Block 2 development project is to restore and modernize aging and underutilized assets on Sparks and Wellington Streets to provide accommodations for the Senate and House of Commons.

WELLINGTON STREET

SPARKS STREET

MET

CAL

FEST

REE

T

O’C

ON

NO

RST

REE

T

Victoria

Valour

Bank of Nova Scotia

Bank of Commerce Fish

er

Bate

s

Uni

on

Marshall

Canada Four

Corners

Birks

100 Wellington

Recognized heritage asset Classified heritage asset

Page 30: RFP - B2 CMa EN

Page 30 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX A, STATEMENT OF WORK

4.2 Block 2 Scope

At a high level, the redevelopment of Block 2 includes three main elements:

Element 1: Redevelop/rehabilitate six of the eleven assets (Fisher, Bate, Birks, Canada 4 Corners, Marshall, and Union buildings) on the block and develop the two vacant sites to create two new landmark buildings to the East and West of 100 Wellington;

Element 2: The creation of the Indigenous Peoples’ Space in the 100 Wellington building and the CIBC building; and

Element 3: The revitalization of the Victoria building and Valour building.

Victoria Building

Valour Building

Bank of Nova Scotia

(LoP)

100 Wellington (IPS)

CIBC (IPS)

Bate

Bui

ldin

g

Fish

er B

uild

ing

Birks Building

Marshall Building

Uni

on B

uild

ing

Canada Four Corners Building

ELEMENT 1 ELEMENT 1ELEMENT 3

ELEMENT 3

ELEMENT 2

ELEMENT 2

Legend: Element 1 Element 2 Element 3 Vacant sites

The implementation of the redevelopment, based on the design selection, may include all or only some of the described elements. The breakdown by element is not meant to indicate a sequencing, as it remains entirely possible that some portions may be brought forward, deferred or sequenced in an alternative manner including being delivered concurrently.

It is in this context SPIB will seek and rely on input and advice from the Advocate Architect and the CA to update and refine planning related to implementation of the redevelopment, including the requirements for major design and construction contracts. As such, neither the Advocate Architect nor the CA will be eligible to bid major Block 2 work. Rather, at the discretion of PWGSC, the Advocate Architect and/or CA, if authorized in the TA, may continue in an advisory role, verifying the work of the future design consultant and construction team.

Page 31: RFP - B2 CMa EN

Page 31 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX A, STATEMENT OF WORK

4.3 Sustainability Objectives

Climate change is one of the greatest challenges facing the world today. The Government of Canada is committed to be a leader in sustainable development. PWGSC has committed to reducing Green House Gas (GHG) emissions from their buildings. Many of the buildings in the Parliamentary Precinct portfolio are existing, many with heritage designations. The redevelopment of Block 2 presents an opportunity to create a high-performance complex contributing to an overall portfolio reduction of GHG emissions.

4.4 Project schedule

Key Activities Indicative Schedule

Planning and Pre-Construction Stage (develop Design Competition Brief)

May 2019 – Summer 2020

Architectural Design Competition Summer 2020 – Summer 2021

Detailed Design and Construction Fall 2021 – 2026

4.5 Advocate Architect

SPIB has retained an independent architectural and engineering services team to act as its advocate for the Block 2 project. The advocate team is NORR Architects & Engineers Limited, DIALOG Ontario Inc., in joint venture.

The future Block 2 design team will be selected through an architectural design competition. SPIB will prepare a Competition Brief to serve as the basis for the Block 2 design. Among other requirements, the Competition Brief will include:

A Functional Program: representing the functional intent and requirements for the intended redevelopment complex and based on the accommodations requirements necessary to support parliamentary functions.

Design Guidelines/Performance Specifications: a complementary document provides the technical and design intent parameters for the facility, to serve as the basis-of-design.

In addition, the Advocate Architect also prepared a:

Reference Concept: this work has provided a “proof of concept” to confirm that the functional program, design guidelines and performance specifications are achievable, realistic and aligns with parliamentary and stakeholder requirements. PWGSC will use the reference concept (“shadow design”) as an internal as a validation tool.

The CA will provide technical input to the Competition Brief documents, reviewing and validating design and construction requirements for the future design team. Moreover, the CA and Advocate Architect will provide input to and support SPIB’s refinement and coordination of the RFQ and RFP documentation associated with the design competition procedure and future construction contract.

4.6 Architectural Design Competition

PWGSC will use an architectural design competition as a step in the selection process for Block 2 architectural and engineering services. A Request for Qualification (RFQ) will precede the design competition (Request for Proposal (RFP)).

The RFQ will be open to qualified architectural entities and be multi-disciplinary in nature to include and be limited to structural, mechanical, electrical engineering. The design competition will invite up to twelve

Page 32: RFP - B2 CMa EN

Page 32 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX A, STATEMENT OF WORK

prequalified Respondents to participate in a two-phase RFP, the design competition.

RFP submissions at each phase will be reviewed by a technical committee. As a member of the technical committee, the CA will provide expertise and critical assessment of assessing each design proposal in the areas of constructability, construction efficiency, tender ability, long-term operations and maintenance, etc. The CA will work alongside other members of the technical committee which will include the Advocate Architect and other subject matter experts. The technical committee provide their review of each design proposal to an independent Jury for final assessment.

PWGSC anticipates the following approach for the design competition:

a) Phase One – The Request for Qualification (RFQ) will:

i) be open to all interested suppliers;

ii) prequalify up to twelve respondents to be invited to participate in the subsequent architectural design competition (Phase Two - Request for Proposal); and

iii) Publicly disclose the members of the designated Jury comprised of national and international experts, who will evaluate the design competition proposals;

b) Phase Two – The Request for Proposals (RFP) will:

i) Initiate the two-stage architectural design competition – Request for Proposal;

ii) In the first stage, invite all prequalified Respondents (RFP Proponents) to anonymously submit an outline design concept, which will be initially reviewed by the technical committee, and then referred for formal evaluation by the independent Jury. The Jury will short-list up to six Proponents to advance to the RFP stage two;

iii) In the second stage, the six short-listed Proponents will be invited to anonymously submit an advanced design concept which will be initially reviewed by the technical committee, and then referred for formal evaluation by the independent Jury;

Assisted and informed by the assessments and reports of the technical committee, the Jury will recommend the design competition Proponent with the winning design Proposal. Should PWGSC agree to proceed with the project, PWGSC will negotiate a mutually agreeable contract with the competition Laureate, subsequently to the competition procedure.

PWGSC has engaged the Royal Architectural Institute of Canada (RAIC) to oversee the overall competition process, with the nomination of a professional advisor to PWGSC. In addition, and through the selection/competition processes, the RAIC will validate:

Technical requirements related to the conduct of the competition;

Competition rules and the Competition Brief;

Judgement criteria; and

Honoraria structure.

The RAIC, with the assistance of PWGSC, will nominate an independent, qualified professional Jury for the competition process.

4.7 Construction Management Approach

Should PWGSC elect to proceed with project after the conclusion the design competition and the negotiated procedure with the design competition Laureate, the delivery of the project will be realized through a Construction Management (CM) approach.

PWGSC expects to issue a two-phase solicitation for CM services at some time during the design competition procedure. A resulting contract would mandate the CM to provide project control services (scope, cost, time, risk, health and safety, etc.), procurement services, and be the Constructor / Prime

Page 33: RFP - B2 CMa EN

Page 33 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX A, STATEMENT OF WORK

Contractor for all approved Block 2 construction work.

The CA will be ineligible to bid or participate in the CM solicitation. However, if authorized in the TA issued by PWGSC, the CA may provide ongoing review/assessment and verification of the Block 2 design consultant’s and the CM’s services and work, in conjunction with Advocate Architect (i.e. as SPIB’s advocate contractor).

Using the CM delivery model as the baseline to deliver the project, there is still an opportunity to improve the model through use of Integrated Project Delivery (IPD) principles, even though a pure IPD is not aligned for the delivery of Block 2. IPD has many guiding principles that can improve the delivery of traditional project delivery models. Some of the IPD principles that could apply to the CM delivery model are:

Collaborative decision making;

Co-location of team members;

Lean principles;

Early involvement of key participants;

Network sharing/electronic communication;

Building Information Modeling (BIM) employed by multiple parties; and

Shared risk/reward/saving incentives.

The CA, along with the Advocate Architect, are to advise SPIB as to which IPD principles and their form (extent of application) should be considered and coordinated in the CM’s and design consultant’s mandate.

4.8 Cost and Time Specialist

Through a separate solicitation, PWGSC will retain an independent firm to provide cost and time advisory services to SPIB for the duration of the project. The cost and time specialist will provide independent assessment of the design competition proposals as a member of the technical committee. Further, subject to PWGSC approval, provide ongoing third-party cost and time advisory services during the delivery of the project.

4.9 Project Management Support Services

PWGSC has engaged an external Project Management Support Services (PMSS) firm to provide project management and project management administration support to SPIB. PMSS resources report to the Block 2 Project Management Team and will assist in the day-to-day management of the project on behalf of SPIB. PMSS resources will operate on this project as an extension (part) of the Block 2 Project Management Team.

5.0 SPIB MANAGEMENT

The SPIB Director General for the Program, Portfolio and Client Relationship Management sector has assigned a Director to lead the Block 2 Project Management Team (PMT). The PMT includes several Senior Project Managers, Project Managers and other resources each responsible for various aspects of the Block 2 scope (Elements 1, 2 and 3) and current and future contracts.

The Block 2 Director, acting as Project Authority, will appoint a SPIB resource as the Departmental Representative (DR) for the CA’s Contract. The DR will manage the technical aspects of the CA Contract and facilitate the coordination and exchange of information between the Contractor and other consultants (i.e. Advocate Architect, Cost and Time Specialist, A&E Consultant, CM services, etc.).

Page 34: RFP - B2 CMa EN

Page 34 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX A, STATEMENT OF WORK

If for any reason the Contractor cannot obtain information or fully perform the Services required in the Contract, the Contractor must seek and obtain clarification and direction from the DR. Changes to the CA’s Contract can only be authorized, in writing, by the PWGSC Contracting Authority.

6.0 CA TEAM

The Contractor must form a CA Team comprised of qualified professional and technical expertise in addition to having the experience necessary to provide all of the services and administration as identified in the Contract, including but not limited to:

1) Comprehensive leadership, management and administration services;

2) Design (scope) analysis;

3) Construction planning and analysis;

4) Quality assurance management;

5) Risk analysis;

6) Scope change analysis;

7) Construction monitoring; and

8) Communications and reporting.

The Contractor shall designate a Technical Specialist as Team Leader to represent its resources within the CA Team throughout the term of the Contract. All of the Contractor’s resources who form part of the CA Team must report to the Team Leader. The Team Leader will be the main point of contact with the SPIB DR and must coordinate all services provided by the CA Team.

The Contractor must ensure the required expertise of the CA Team is maintained for the duration of the Contract. The Contractor must support their CA Team and be available to address any concerns identified by the SPIB DR.

6.1 CA Team Required Resources

A summary of the resources forming the CA Team for the initial contract as well as an anticipated projection of the utilization factor (Level of effort), is outlined in the following table. It is recognized that the level of effort is indicative only and will vary over time in accordance with the needs of SPIB.

The Contractor must provide a distinct resource for each resource category (i.e. no individual to be repeated from one category to another).

Required Resource Category Level Level of Effort (days/resource)

Technical Specialist (Team Leader) Senior 144

Construction Management Specialist Senior 96

Site and Logistics Specialist Senior 96

Electrical Specialist Senior 96

Mechanical Specialist Senior 96

Commissioning Specialist Senior 33.3

Page 35: RFP - B2 CMa EN

Page 35 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX A, STATEMENT OF WORK

6.2 CA Team Additional Resources

SPIB may have a requirement for additional resources from time to time. The DR will determine if and when and to what extent additional resources are required, which could include:

a) Additional resources to those identified in the initial contract will perform the same services, per resource category and level, as identified in section 7, Required CA Services. The level of effort per resource will be determined if and when additional services are needed;

b) Other resource categories, if any, will be determined by the DR and a per diem rate will be negotiated with the Contractor and will be subject to price support to the satisfaction of the Contracting Authority as per SACC Manual clause C0008T (2007-05-25) “Price Support – Non-competitive Bid”.

7.0 REQUIRED CA SERVICES

7.1 Team Leader

The Team Leader must provide overall leadership and direction to the CA Team, assigning duties, coordinating work plans, providing quality assurance of the CA work, assessing the performance of its resources.

The Team Leader must work closely with the SPIB DR, the Project Managers, the Advocate Architect and the PMSS Team, to the approval of the DR, to ensure coordination of the CA Team’s services with the other Block 2 stakeholders. The Team Leader’s services include, but are not limited to:

a) Providing strategic analysis and expert advice for integrated services, including delivery options and procurement approaches;

b) Assisting in the prioritization and assignment of CA services;

c) Providing leadership of the CA’s multidisciplinary specialists;

d) Recommending CA resource level of effort required to deliver SPIB initiatives, developing outline work plans, monitoring progression of the work and initiating measures to respond to changing circumstances and ensuring achievement specific requirements;

e) Planning, discussing and directing the CA Team priorities;

f) Meeting with internal and external organization stakeholders to gain support and advance initiatives (e.g. opportunity evaluation);

g) Developing alternative solutions (requirements) and identifying their administrative, economic, and technical feasibility and practicality; and associated change requirements;

h) Managing the delivery of approved initiatives to identify, analyze, plan, track and control progress on an ongoing basis;

i) Making recommendations and providing advice for improvements and assisting in developing solutions and implementing recommendations;

j) Obtaining, analyzing and synthesizing information from various parties, presenting findings, status and other relevant matters, and delivering convincing and concise messages;

k) Providing advice and leadership in the development and assessment of options on project development and delivery strategies that should be explored, including the methods and mandate for proceeding;

l) Reviewing and accepting (or requesting changes to) overall planning and delivery processes, including designs and performance requirements; cost estimates; schedules; scope changes; contract requirements; and related reporting;

Page 36: RFP - B2 CMa EN

Page 36 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX A, STATEMENT OF WORK

m) Managing project changes in accordance with defined change management process; and

n) Participating in meetings with the PMT team and SPIB stakeholders.

7.2 Planning and Pre-Construction Stage

All members of the CA Team, under the direction of the Team Leader, must provide a full range of services as follows with a focus on their area of specialization.

7.2.1 Planning Services

When authorized in a TA, CA resources must provide project planning services which include but are not limited to:

a) Analyzing information and requirements provided by the DR;

b) Analyzing the design requirements, design concepts, and performance specifications, identifying gaps, and proposing refinement to ensure clarity and coordination;

c) Providing input to a whole-project work breakdown structure;

d) Preparing a construction implementation plan and schedule, including idealized construction phasing;

e) Developing the idealized sequencing of future design work and construction work packages to meet or shorten the project schedule and meet or lower the project cost;

f) Supporting value engineering and lifecycle analysis;

g) Supporting the development of a commissioning plan and performance verification requirements, and seasonal commissioning requirements;

h) Inputting into the development of “what if” scenarios;

i) Assisting in the development of the Building Information Management (BIM) requirements, including extent of sub-trade participation in BIM development;

j) Supporting the development of and providing input to performance specification requirements to bring clarity to and control the extent of delegated design to sub-trades and suppliers (e.g. define the process(es) to follow), in accordance with normal industry practice;

k) Supporting the development of performance specification requirements to define testing and inspection processes and procedures between the design consultant and the CM (i.e. who-does-what-when and to whom, who must be present and validate, etc.);

l) Reviewing and challenging the cost estimates;

m) Providing analysis of and input to the construction cash flow and timing of financial commitments for construction work packages;

n) Advising on methods for Indigenous people’s participation;

o) Providing input to define planning and scoping of minor work packages, site investigations, early works packages, and enabling work packages to accelerate the delivery of the project;

p) Supporting the development of applicable IPD principles and extent of application in the A&E Consultant and CM mandates, including extent of coordination of A&E and CM services; and

q) Providing input to the A&E Consultant and CM basis of payment, supplemental conditions, public and professional liability requirements, extent of risk transfer, and approaches for shared risk/reward/saving incentives.

Page 37: RFP - B2 CMa EN

Page 37 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX A, STATEMENT OF WORK

7.2.2 Technical Review Services: Design Competition Proposals

When authorized in a TA, all CA resources must participate in the technical review and undertake critical analysis of each of the twelve design proposals. Services per design proposal include but are not limited to:

a) Undertaking critical assessment for alignment (compliance) with design requirements, performance specifications, construction cost and schedule, etc.;

b) Identifying gaps in design proposals against specified requirements;

c) Undertaking constructability and contractibility assessment;

d) Assessing design, construction and sub-trade/supplier procurement risk; and

e) Collaborating with other members of the technical committee providing coordinated recommendations and provide a formal written response.

7.3 Project Delivery and Construction Stage

At the discretion of PWGSC, subject to PWGSC’s decision to proceed with delivery of the project, and as a result of commissioning the project design to the competition Laurate, the Contractor, under the direction of the Team Leader, may be issued a TA to provide some or all of the following design and construction advisory services, with a focus on the area of specialization per resource.

7.3.1 Design Advisory Services

When authorized in a TA, CA resources must provide design advisory services, which include but are not limited to:

a) Ongoing assessment of design and work package sequencing or refinement and individual design package completeness and coordination;

b) Assessing potential or real design opportunities to shorten the schedule and lower the cost, providing recommendations to the DR concerning the required timeline, decision making and opportunity owner;

c) Assessing potential or actual design risks and recommending to the DR mitigation strategies, timelines, decision making and risk owners;

d) Briefing the A&E Consultants and CM on their roles, responsibilities, approved IPD principles, and requirements for ongoing administration, behavior, etc.;

e) Participating in value engineering, lessons learned and project control workshops;

f) Following up with the A&E Consultant and CM to assess the implementation of workshop outcomes, providing the DR comments and recommendations as appropriate; and

g) Provide guidance and/or further recommendation on requirements for minor work packages, site investigations, early works packages, and enabling work packages.

7.3.2 Construction Advisory Services

When authorized in a TA, CA resources must provide construction advisory services, which include but are not limited to:

a) Assessing the thoroughness and effectiveness of the CM’s site quality management program;

b) Assessing the CM prequalification process(es) and results, providing the DR recommendation when limited sub-trades are available;

Page 38: RFP - B2 CMa EN

Page 38 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX A, STATEMENT OF WORK

c) Assessing potential or real construction opportunities to shorten the schedule and lower the cost, providing recommendations to the DR concerning the required timeline, decision making and opportunity owner;

d) Assessing potential or actual construction risks and recommending to the DR mitigation strategies, timelines, decision making and risk owners;

e) Briefing the A&E Consultants and CM on their roles, responsibilities, approved IPD principles, and requirements for ongoing administration, behavior, etc.;

f) Inspecting the construction in progress and reporting to the DR on compliance with the design and contract documents;

g) Evaluating CM and A&E Consultant progress for value of work completed and recommending to the DR payment of monthly progress claims;

h) Analyzing schedules including CM and A&E Consultant deliverables and assessing whether corrective action is required to meet deadlines, providing recommendations to the DR;

i) Ongoing assessment of the construction progress, with a focus on the effectiveness of the CM’s organization, control and productivity, sub-trade/supplier organization and productivity, providing recommendations to the DR for corrective action as needed;

j) Ongoing assessment reporting progress of the construction cost, with a focus on the completeness of estimates and reasonableness of proposed Division 1 expenses, providing recommendations to the DR;

k) Attending construction site meetings, providing input on interpretation of contract requirements while ensuring the A&E Consultants and CM fulfill their responsibilities under their respective agreements;

l) Investigating site conditions for requested design changes and providing the DR recommendations on the issuance of changes to the A&E Consultant and/or CM agreement;

m) Analyzing the thoroughness and timeliness of the CM’s triage and the A&E Consultant’s review/approval of submittals and Requests for Information;

n) Analysing the thoroughness of the CM’s screening and summation of sub-trade invoices and estimates for changes;

o) Providing planning support for occupancy (moves, etc.), including furniture installation, cabling, signage and other equipment procurement and installation;

p) Evaluating A&E Consultant, CM and sub-trade/supplier for disputed items resulting from different site conditions or delays by PWGSC, providing recommendations to the DR concerning settlement strategies and amounts;

q) Confirm interior and exterior building and site cleaning are properly completed;

r) At substantial performance, confirming performance verification requirements are met, participate in inspecting the work, validating outstanding or deficient work and related amounts to be withheld, providing recommendations to the DR concerning issuing the Certificate of Substantial Performance, or in the case of an individual work package (i.e. subtrade or supplier), issuing a Certification of Partial Substantial Performance;

s) Validating that a coherent and reasonable plan to correct deficiencies and complete work is in place and followed, providing recommendations to the DR concern non-compliance and necessary follow-up with the A&E Consultant and CM; and

t) Participating in lessons learned workshops and a post-construction evaluation of the project, validating scope not completed as part of the project for inclusion in other phases or remedial action by PWGSC’s Property Manager.

Page 39: RFP - B2 CMa EN

Page 39 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX A, STATEMENT OF WORK

7.3.3 Commissioning Advisory Services

When authorized in a TA, a Commissioning Specialist and other CA resources must provide commissioning advisory services, which include but are not limited to:

a) Reviewing and providing input on all commissioning documentation provided by the A&E Consultant, including the commissioning plan(s);

b) Participating in commissioning meetings as part of or separate from construction meetings;

c) Analyzing commissioning schedules and their updates, identifying gaps, coordination issues, and variances to be addressed by the CM;

d) Validating that the work of subtrades and suppliers is sufficiently complete to warrant inspection;

e) Validating that information is correct dealing with product information and labelling requirements;

f) Confirming the requirement for independent quality control testing,

g) the Design Team or the CM to confirm the adequacy of the Work or performance verification report;

h) Confirming start-up and performance verification process(es) are followed, validating compliance with defined requirements;

i) Assessing and providing the DR feedback or recommendations on the A&E Consultant’s and CM’s compliance with defined and approved testing and inspection processes and procedures (i.e. compliance with plan and or need for revision(s));

j) Confirming successful or non-compliant performance testing, before Substantial Performance, including but not limited to, a complete verification of the controls sequence of all systems in a dynamic operating state;

k) Validate that the CM’s subtrades/suppliers complete, repair, adjust or rebuild portions of the work that do not meet the verification standards, confirming that deficiencies are corrected and approved by the A&E Consultant;

l) Confirming that all testing results, certificates/documents, and manuals are provided through the CM for the A&E Consultant’s review and acceptance, preferably as commissioning progresses, including seasonal commissioning activities;

m) With the Design Team, Monitor and inspect the Project Work during its warranty period and during seasonal commissioning activities to ensure defects are corrected as defined in the commissioning plan(s);

n) Undertake all actions required to close-out Subcontracts including final warranty reviews and Subcontract close-outs; and

o) Confirm standard operating procedures (SOPs) prepared by the A&E Consultant for each building system are accurate and advise the DR and A&E Consultant of their accuracy, including required updates/changes during seasonal commissioning; and

p) Confirm the placement of SOPs in the building or posted/mounted near or adjacent to equipment as prescribed by code/regulation or as required by the SPIB Property Manager, through the DR.

8.0 WORK LOCATION

The majority of the work will be performed at the Contractors own facilities. As required, meetings with the Contractor and the CA team will be held at the SPIB offices in downtown Ottawa, Ontario.

The Contractor must ensure its resources are equipped with portable computers, related software, and with cellular phones with ongoing phone and data coverage capable of receiving, sending and viewing emails and attachments, and to provide mobile internet connection (i.e. tethering) for portable computers

Page 40: RFP - B2 CMa EN

Page 40 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX A, STATEMENT OF WORK

while at SPIB’s offices.

Travel outside of the National Capital Region is not anticipated.

9.0 CORRESPONDENCE PROTOCOL

The Contractor and its resources must work closely with the DR and SPIB Managers/Directors. Unless otherwise directed by the DR, the Contractor and its resources, are to communicate through the DR and SPIB Managers/Directors. If conflicting information is provided then the Contractor or Team Leader is to refer the conflicts to and seek clarification from the DR.

All formal Contract communication must carry the Contract name/number, SPIB project title and SPIB project number and a date in a non-ambiguous format (i.e. 01/09/18 is ambiguous and not acceptable but 2018-SEP-01 is clear and preferred).

10.0 SECURITY RELATED TO CONTRACT INFORMATION

The Contractor including its employees, subcontractors, suppliers or associates must not discuss or otherwise share information relating to SPIB work or the related programs, projects or any of the various activities, related to, but not limited to, scope, cost, schedule, building/site layout, design, security provisions, except as they relate to the direct provision of Contractor’s services for this Contract.

11.0 MEDIA

The Contractor including its employees, subcontractors, suppliers or associates must not respond to requests for portfolio, program, and project-related information, requests for interviews, or questions from the media. All media inquiries must be directed to the DR without response to those requesting information.

12.0 ANTICPIATED LEVEL OF EFFORT

The extent of the CA service requirements will vary in accordance with the needs of SPIB as the Block 2 project is developed, approved and delivered. It is anticipated that there may be times where an increased and/or decreased level of effort is required as a result of new or changing SPIB priorities. This may result in a change to the overall required level of effort for the CA services, reducing or increasing the level of effort of resources.

13.0 SCHEDULING WORK

To provide the Contractor and Team Leader with an outlook of the projected scope and level of effort of the CA Team, the DR will meet at the SPIB offices with the Team Leader on a monthly basis to identify and review the overall Contract status and upcoming quarterly activities and service requirements. The purpose of these meetings is to:

a) Provide the Contractor with sufficient information to forecast and organize Contractor’s commitments for the next 90-day period;

b) Identify and confirm tasks and a proposed work plan; and

c) Confirm anticipated deliverables for the next 30, 60 and 90-day period.

14.0 RESPONSE TIME

The Contractor, Team Leader, and CA resources must be available to attend meetings in Ottawa within one (1) day of notice and respond to inquiries within a half (1/2) day, or as agreed by the DR.

Page 41: RFP - B2 CMa EN

Page 41 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX A, STATEMENT OF WORK

15.0 MEETINGS

CA Team must be able to attend project and technical committee meetings as required throughout the entire duration of this Contract. Other than technical committee meetings, it is expected that the Team Leader will attend most meetings.

16.0 LANGUAGE OF WORK

The CA Team Leader must have the overall capability to provide bilingual (French and English) services, orally and in writing.

17.0 CONTRACT DELIVERABLES

Contract deliverables include summaries, reports, plans, presentations, estimates and schedules. The Contractor must provide one electronic copy in editable native format and Portable Document Format (PDF), unless otherwise agreed to by the DR. Summaries and reports will vary in size from letter to tabloid format, to suit the type and content of the information being presented. Amended or supplemental documentation such as reports and presentations will be required from time to time.

17.1 Deliverable Format

a) Reports, briefing notes, etc.: MS Word and PDF

b) Spreadsheets, budgets, etc.: MS Excel and PDF

c) Presentations: MS PowerPoint, Visio and PDF

17.2 Monthly Reports

At the start of the Contract, the Contractor must submit a sample of the monthly report structure for review and approval by the DR. CA monthly reports are to follow the requirements and characteristics below:

a) Include an executive summary of key points, suitable to be utilized as a project briefing document for SPIB senior management;

b) Consolidate information generated by the scope and activities relative to the project development or stage, which will be used as a control document to monitor future progress. Include additional materials and modifications to reflect changes in portfolio or project scope as identified and/or approved;

c) Incorporate relevant planning, development and delivery issues outlining progress to date, including relevant risks or challenges;

d) Issued on the same date each month;

e) Include a one-month and three-month ‘look ahead’ forecast of the CA resource requirements for review and approval by the DR; and

f) Revise the CA monthly report as required by the DR and resubmit for acceptance. Frequency of reporting requirements can be changed upon the request of PWGSC.

The CA Team is to follow the approved format for each monthly report. The content of the reports will vary according to the project phase and the corresponding scope and activities.

Page 42: RFP - B2 CMa EN

Page 42 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX A, STATEMENT OF WORK

17.3 Acceptance of Deliverables

SPIB reserves the right to reject the work of the CA Team if the quality and/or thoroughness of the deliverable does not meet SPIB requirements.

In performing the services, the Contractor shall provide and exercise the standard of care, skill and diligence required by customarily accepted professional practices and procedures developed by professional bodies in the performance of similar services at the time when and at the location in which the services are provided.

Page 43: RFP - B2 CMa EN

Page 43 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX B, BASIS OF PAYMENT

ANNEX B, BASIS OF PAYMENT

Contract Period

During the period of the Contract, for Work performed in accordance with the Contract, the Contractor will be paid as specified below.

1.0 Professional Fees

The Contractor will be paid all-inclusive fixed hourly rates as follows, applicable taxes are extra:

Initial Contract Period (Year 1)

Resource Category Level of Expertise

Name of proposed resources

Firm Hourly Rate (Year 1)

From Contract Award To [to be

inserted at contract award]

Technical Specialist (Team Leader)

Senior

[To be inserted at contract award, to reflect

bid]

[To be inserted at contract award, to

reflect Price Proposal Form]

Construction Management Specialist

Senior

Site and Logistics Specialist

Senior

Electrical Specialist Senior

Mechanical Specialist Senior

Commissioning Specialist Senior -

Page 44: RFP - B2 CMa EN

Page 44 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX B, BASIS OF PAYMENT

Escalation

The firm hourly rates detailed in the table above will be adjusted annually on the Contract Anniversary date, starting with Contract Year 2, by the amount established based on the percentage change in the sum of the monthly indices of the Consumer Price Index, All-items, published in Statistics Canada Table No. 18-10-0004-01, https://www150.statcan.gc.ca/t1/tbl1/en/tv.action?pid=1810000401 for the 12-month base period ending three months prior to the Contract Anniversary date from the same 12-month period of the preceding year. This will be calculated using the following formula:

Example:Assuming that the contract is signed July 1, 2014, the start of the 2rd year of the contract would be July 1, 2015 and firm hourly rates would be increased by 1.72% based on the following assumptions:

Preceding Year 12 month period = May 2013 - April 2014 Sum of Indices = 1,481.4

Current Year 12 month period = May 2014 - April 2015 Sum of Indices = 1,506.9

Escalation = (1,506.9 / 1,481.4 – 1) * 100

Escalation = 1.72%

To determine the Contract Year 3 rates in the example, the Contract Year 2 rates determined above would be adjusted using the same Statistics Canada Table and same formula with data for the two 12 month periods May 2014 - April 2015 and May 2015 - April 2016.

Escalated hourly rates will be formalized annually via contract amendment.

2.0 Cost Reimbursable Expenses

2.1 Travel and Living Expenses - National Joint Council Travel Directive

The Contractor will be reimbursed its authorized travel and living expenses reasonably and properly incurred in the performance of the Work done, delivered or performed outside the National Capital Region (NCR) defined in the National Capital Act (R.S.C., 1985, c. N-4), available on the Justice Website (http://laws-lois.justice.gc.ca/eng/acts/N-4/page-9.html#docCont), at cost, without any allowance for profit and/or administrative overhead, in accordance with the meal, and private vehicle allowances specified in Appendices B, C and D of the National Joint Council Travel Directive, and with the other provisions of the directive referring to "travellers", rather than those referring to "employees". Canada will not pay the Contractor any incidental expense allowance for authorized travel.

All travel must have the prior authorization of the Project Authority.

All payments are subject to government audit.

Estimated Cost: $ 0.00

Page 45: RFP - B2 CMa EN

Page 45 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX B, BASIS OF PAYMENT

2.2 Disbursements

1. Subject to any provisions specifically to the contrary in the General and Supplementary Conditions, the following costs shall be included in the fees required to deliver the services and shall not be reimbursed separately;

a. reproduction and delivery costs of deliverables specified in the Project Brief; b. standard office expenses such as any photocopying, computer costs, Internet, cellular

phone costs, long distance telephone and fax costs, including that between the Contractor’s main office and branch offices or between other team members offices;

c. courier and delivery charges for deliverables specified in the Statement of Work; d. presentation material; e. parking fees; f. taxi charges; g. travel time; h. travel expenses; and i. local project office.

2. Subject to any provisions specifically to the contrary in the General and Supplementary Conditions, the following disbursements reasonably incurred by the Contractor, that are related to the Services and approved by the Project Authority, shall be reimbursed to the Contractor at actual cost:

a. reproduction and delivery costs of deliverables additional to that specified in the Statement of Work;

b. transportation costs for material samples and models additional to that specified in the Statement of Work;

c. other disbursements made with the prior approval and authorization of the Project Authority.

3. Disbursements shall be Project related and shall not include expenses that are related to the normal operation of the Contractor’s business. The amounts payable, shall not exceed the amount entered in the Basis of Payment, without the prior authorization of the Project Authority.

Estimated Disbursements: $0.00

Page 46: RFP - B2 CMa EN

Page 46 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX C, SECURITY REQUIREMENTS CHECK LIST

ANNEX C, SECURITY REQUIREMENTS CHECK LIST

Page 47: RFP - B2 CMa EN

Page 47 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX C, SECURITY REQUIREMENTS CHECK LIST

Page 48: RFP - B2 CMa EN

ANNEX C

Page 48 of - de 76

Page 49: RFP - B2 CMa EN

Page 49 of - de 76

Page 50: RFP - B2 CMa EN

Page 50 of - de 76

Page 51: RFP - B2 CMa EN

Page 51 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX C, SECURITY REQUIREMENTS CHECK LIST

Block 2 Rehabilitation Project

PERSONNEL SECURITY SCREENING LEVEL CLASSIFICATION GUIDE for

Construction Advisory Services contract: EP771-20-0629 Revised November 7, 2019

SECURITY LEVEL APPLICABILITY

Personnel (i.e. resource): Reliability

Consultant or Sub-consultant: DOS1

At Contract award and for all resulting Task Authorizations (TAs):

All Bidder’s proposed resources must have and maintain a minimum security clearance of Reliability throughout the Contract.

All resources requiring access to Protected information, assets or work site(s) that are not defined as Secret or Site Access.

Personnel (i.e. resource): Site Access

Consultant or Sub-consultant: DOS

Security levels to be identified in Task Authorization Request and contingent on a Contract Amendment.

All resources not defined as Secret or Reliability and requiring unescorted access to buildings requiring Site Access security clearance.

Personnel (i.e. resource): Secret(Level II)

Consultant or Sub-consultant: FSC2 Secret with DSC3

Security levels to be identified in Task Authorization Request and contingent on a Contract Amendment.

All resources performing services or accessing Classified information related to: 1. Security design – Integrated Security Systems 2. IT Cabling and IT System Architecture 3. Blast and ballistic analysis 4. Other personnel as follows:

i. Team Leader (Technical Specialist)

All other terms and conditions remain unchanged.

1 DOS – Designated Organization Screening : Protected A, B or C information and assets 2 FSC – Facility Security Clearance : Secret or top secret information and assets 3 DSC – Document Safeguarding Capability: Authorization for organizations to store, handle and protect Protected or Classified information or assets at their work site(s)

Page 52: RFP - B2 CMa EN

Page 52 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX D, INSURANCE REQUIREMENTS

ANNEX D, INSURANCE REQUIREMENTS

COMMERCIAL GENERAL LIABILITY INSURANCE

1. The Contractor must obtain Commercial General Liability Insurance, and maintain it in force throughout the duration of the Contract, in an amount usual for a contract of this nature, but for not less than $2,000,000 per accident or occurrence and in the annual aggregate.

2. The Commercial General Liability policy must include the following:

a. Additional Insured: Canada is added as an additional insured, but only with respect to liability arising out of the Contractor's performance of the Contract. The interest of Canada should read as follows: Canada, as represented by Public Works and Government Services Canada.

b. Bodily Injury and Property Damage to third parties arising out of the operations of the Contractor.

c. Products and Completed Operations: Coverage for bodily injury or property damage arising out of goods or products manufactured, sold, handled, or distributed by the Contractor and/or arising out of operations that have been completed by the Contractor.

d. Personal Injury: While not limited to, the coverage must include Violation of Privacy, Libel and Slander, False Arrest, Detention or Imprisonment and Defamation of Character.

e. Cross Liability/Separation of Insureds: Without increasing the limit of liability, the policy must protect all insured parties to the full extent of coverage provided. Further, the policy must apply to each Insured in the same manner and to the same extent as if a separate policy had been issued to each.

f. Blanket Contractual Liability: The policy must, on a blanket basis or by specific reference to the Contract, extend to assumed liabilities with respect to contractual provisions.

g. Employees and, if applicable, Volunteers must be included as Additional Insured.

h. Employers' Liability (or confirmation that all employees are covered by Worker's compensation (WSIB) or similar program)

i. Broad Form Property Damage including Completed Operations: Expands the Property Damage coverage to include certain losses that would otherwise be excluded by the standard care, custody or control exclusion found in a standard policy.

j. Notice of Cancellation: The Contractor will provide the Contracting Authority thirty (30) days prior written notice of policy cancellation or any changes to the insurance policy.

k. If the policy is written on a claims-made basis, coverage must be in place for a period of at least 12 months after the completion or termination of the Contract.

l. Litigation Rights: Pursuant to subsection 5(d) of the Department of Justice Act, S.C. 1993, c. J-2, s.1, if a suit is instituted for or against Canada which the Insurer would, but for this clause, have the right to pursue or defend on behalf of Canada as an Additional Named Insured under the insurance policy, the Insurer must promptly contact the Attorney General of Canada to agree on the legal strategies by sending a letter, by registered mail or by courier, with an acknowledgement of receipt.

Page 53: RFP - B2 CMa EN

Page 53 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif.000

Buyer ID - Id de l'acheteur 021PPS

ANNEX D, INSURANCE REQUIREMENTS

For the province of Quebec, send to: Director Business Law Directorate, Quebec Regional Office (Ottawa), Department of Justice, 284 Wellington Street, Room SAT-6042, Ottawa, Ontario, K1A 0H8

For other provinces and territories, send to: Senior General Counsel, Civil Litigation Section, Department of Justice, 234 Wellington Street, East Tower, Ottawa, Ontario K1A 0H8

A copy of the letter must be sent to the Contracting Authority. Canada reserves the right to co-defend any action brought against Canada. All expenses incurred by Canada to co- defend such actions will be at Canada's expense. If Canada decides to co-defend any action brought against it, and Canada does not agree to a proposed settlement agreed to by the Contractor's insurer and the plaintiff(s) that would result in the settlement or dismissal of the action against Canada, then Canada will be responsible to the Contractor's insurer for any difference between the proposed settlement amount and the amount finally awarded or paid to the plaintiffs (inclusive of costs and interest) on behalf of Canada.

Page 54: RFP - B2 CMa EN

Page 54 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

ANNEX E, TASK AUTHORIZATION FORM

ANNEX E, TASK AUTHORIZATION FORM

Contract Number EP771-200629

Task Authorization (TA) Number

Contractor's Name and Address

Original Authorization

Total Estimated Cost of Task (Applicable Taxes extra) before any revisions:

$ _

TA Revisions Previously Authorized (as applicable)

TA Revision Number: Authorized Increase or Decrease (Applicable Taxes extra) $

TA Revision Number: Authorized Increase or Decrease (Applicable Taxes extra) $

TA Revision Number: Authorized Increase or Decrease (Applicable Taxes extra) $

New TA Revision

TA Revision Number: Authorized Increase or Decrease (Applicable Taxes extra) $

Total Estimated Cost of Task (Applicable Taxes extra) after this revision:

$

Contract Security Requirements (as applicable)This task includes security requirements.

No Yes. Refer to the Security Requirements Checklist (SRCL) annex of the Contract.

Page 55: RFP - B2 CMa EN

Page 55 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

ANNEX E, TASK AUTHORIZATION FORM

Required Work

SECTION A – Task Description of the Work Required

SECTION B – Applicable Basis of Payment

SECTION C - Cost Breakdown of Task

SECTION D- Applicable Method of Payment

Authorization

By signing this TA, the Project Authority or the PWGSC Contracting Authority or both, as applicable, certify (ies) that the content of this TA is in accordance with the Contract.

Name of Project Authority _

Signature Date

Name of PWGSC Contracting Authority

Signature Date

Contractor’s Signature - Signature de l’entrepreneur

Name and title of individual authorized to sign for the Contractor

Signature Date

Page 56: RFP - B2 CMa EN

Page 56 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

ANNEX F, INDIGENOUS BENEFITS PLAN REPORTING FORM

ANNEX F, INDIGENOUS BENEFITS PLAN REPORTING FORM

Actual Employment/Labour Benefits – Indigenous Benefits PlanIndividual (Name) Pay

Period Rate

of Pay (A)

Hours Worked

(B)

Total (A x B)

Benefit Description Indigenous Status (Y/N)

Page 57: RFP - B2 CMa EN

Page 57 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 1, CERTIFICATIONS FORM

APPENDIX 1, CERTIFICATIONS FORM

Project Title:

Name of Bidder:

Street Address: Mailing Address:

Telephone Number: ( )

Fax Number: ( )

E-Mail:

Procurement Business Number:

Type of Organization:

_____ Sole Proprietorship

_____ Partnership

_____ Corporation

_____ Joint Venture

Size of Organization:

Number of Employees ______

Graduate Architects / Professional Engineers ______

Other Professionals ______

Technical Support ______

Other ______

Federal Contractors Program for Employment Equity - Certification

I, the Bidder, by submitting the present information to the Contracting Authority, certify that the information provided is true as of the date indicated below. The certifications provided to Canada are subject to verification at all times. I understand that Canada will declare a bid non-responsive, or will declare a Bidder/Contractor in default, if a certification is found to be untrue, whether during the bid evaluation period or during the contract period. Canada will have the right to ask for additional information to verify the Bidder/Contractor’s certifications. Failure to comply with any request or requirement imposed by Canada may render the Bid non-responsive or constitute a default under the contract.

For further information on the Federal Contractors Program for Employment Equity visit Employment and Social Development Canada (ESDC)-Labour's website.

Date:_____________(YY/MM/DD) (If left blank, the date will be deemed to be the bid closing date.)

Page 58: RFP - B2 CMa EN

Page 58 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 1, CERTIFICATIONS FORM

Complete both A and B.

A. Check only one of the following:

( ) A1. The Bidder certifies having no work force in Canada.

( ) A2. The Bidder certifies being a public sector employer.

( ) A3. The Bidder certifies being a federally regulated employer being subject to the Employment Equity Act.

( ) A4. The Bidder certifies having a combined work force in Canada of less than 100 permanent full-time and/or permanent part-time employees.

A5. The Bidder has a combined work force in Canada of 100 or more employees; and

( ) A5.1. The Bidder certifies already having a valid and current Agreement to Implement Employment Equity (AIEE) in place with ESDC-Labour.

OR

( ) A5.2. The Bidder certifies having submitted the Agreement to Implement Employment Equity (LAB1168) to ESDC-Labour. As this is a condition to contract award, proceed to completing the form Agreement to Implement Employment Equity (LAB1168), duly signing it, and transmit it to ESDC-Labour.

B. Check only one of the following:

( ) B1. The Bidder is not a Joint Venture.

OR

( ) B2. The Bidder is a Joint Venture and each member of the Joint Venture must provide the Contracting Authority with a completed Federal Contractors Program for Employment Equity - Certification. (Refer to the Joint Venture section of the General Instructions)

Status and Availability of Resources

The Bidder certifies that, should it be awarded a contract as a result of the bid solicitation, every individual proposed in its bid will be available to perform the Work as required by Canada's representatives and at the time specified in the bid solicitation or agreed to with Canada's representatives. If for reasons beyond its control, the Bidder is unable to provide the services of an individual named in its bid, the Bidder may propose a substitute with similar qualifications and experience. The Bidder must advise the Contracting Authority of the reason for the substitution and provide the name, qualifications and experience of the proposed replacement. For the purposes of this clause, only the following reasons will be considered as beyond the control of the Bidder: death, sickness, maternity and parental leave, retirement, resignation, dismissal for cause or termination of an agreement for default.

If the Bidder has proposed any individual who is not an employee of the Bidder, the Bidder certifies that it has the permission from that individual to propose his/her services in relation to the Work to be performed and to submit his/her résumé to Canada. The Bidder must, upon request from the Contracting Authority, provide a written confirmation, signed by the individual, of the permission given to the Bidder and of his/her availability.

Page 59: RFP - B2 CMa EN

Page 59 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 1, CERTIFICATIONS FORM

Former Public Servant (FPS) – Certification

Contracts awarded to former public servants (FPS) in receipt of a pension or of a lump sum payment must bear the closest public scrutiny, and reflect fairness in the spending of public funds. In order to comply with Treasury Board policies and directives on contracts awarded to FPSs, bidders must provide the information required below before contract award. If the answer to the questions and, as applicable the information required have not been received by the time the evaluation of bids is completed, Canada will inform the Bidder of a time frame within which to provide the information. Failure to comply with Canada’s request and meet the requirement within the prescribed time frame will render the bid non-responsive.

Definitions

For the purposes of this clause,

"former public servant" is any former member of a department as defined in the Financial Administration Act, R.S., 1985, c. F-11, a former member of the Canadian Armed Forces or a former member of the Royal Canadian Mounted Police.

A former public servant may be: (a) an individual; (b) an individual who has incorporated; (c) a partnership made of former public servants; or (d) a sole proprietorship or entity where the affected individual has a controlling or major interest in

the entity.

"lump sum payment period" means the period measured in weeks of salary, for which payment has been made to facilitate the transition to retirement or to other employment as a result of the implementation of various programs to reduce the size of the Public Service. The lump sum payment period does not include the period of severance pay, which is measured in a like manner.

"pension" means a pension or annual allowance paid under the Public Service Superannuation Act (PSSA), R.S., 1985, c. P-36, and any increases paid pursuant to the Supplementary Retirement Benefits Act, R.S., 1985, c. S-24 as it affects the PSSA. It does not include pensions payable pursuant to the Canadian Forces Superannuation Act, R.S., 1985, c. C-17, the Defence Services Pension Continuation Act, 1970, c. D-3, the Royal Canadian Mounted Police Pension Continuation Act , 1970, c. R-10, and the Royal Canadian Mounted Police Superannuation Act, R.S., 1985, c. R-11, the Members of Parliament Retiring Allowances Act, R.S., 1985, c. M-5, and that portion of pension payable to the Canada Pension Plan Act, R.S., 1985, c. C-8.

Former Public Servant in Receipt of a Pension

As per the above definitions, is the Bidder a FPS in receipt of a pension?

Yes ( ) No ( )

If so, the Bidder must provide the following information for all FPS in receipt of a pension, as applicable:

(a) name of former public servant; and (b) date of termination of employment or retirement from the Public Service.

Page 60: RFP - B2 CMa EN

Page 60 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 1, CERTIFICATIONS FORM

By providing this information, bidders agree that the successful Bidder’s status, with respect to being a former public servant in receipt of a pension, will be reported on departmental websites as part of the published proactive disclosure reports in accordance with Contracting Policy Notice: 2012-2 and the Guidelines on the Proactive Disclosure of Contracts.

Work Force Adjustment Directive

Is the Bidder a FPS who received a lump sum payment pursuant to the terms of the Work Force Adjustment Directive?

Yes ( ) No ( )

If so, the Bidder must provide the following information:

(a) name of former public servant; (b) conditions of the lump sum payment incentive; (c) date of termination of employment; (d) amount of lump sum payment; (e) rate of pay on which lump sum payment is based; (f) period of lump sum payment including start date, end date and number of weeks; and (g) number and amount (professional fees) of other contracts subject to the restrictions of a work

force reduction program.

For all contracts awarded during the lump sum payment period, the total amount of fees that may be paid to a FPS who received a lump sum payment is $5,000, including Applicable Taxes.

Education and Experience

The Bidder certifies that all the information provided in the résumés and supporting material submitted with its bid, particularly the information pertaining to education, achievements, experience and work history, has been verified by the Bidder to be true and accurate. Furthermore, the Bidder warrants that every individual proposed by the Bidder for the requirement is capable of performing the Work described in the resulting contract.

Page 61: RFP - B2 CMa EN

Page 61 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 1, CERTIFICATIONS FORM

Name of Bidder:

DECLARATION:I, the undersigned, being a principal of the Bidder, hereby certify that the information given on this form and in the attached bid is accurate to the best of my knowledge. If any bid is submitted by a partnership or joint venture, then the following is required from each component entity.

....................................................................... ................................................................................. name signature .......................................................................... title I have authority to bind the Corporation / Partnership / Sole Proprietorship / Joint Venture

....................................................................... ................................................................................. name signature .......................................................................... title I have authority to bind the Corporation / Partnership / Sole Proprietorship / Joint Venture

....................................................................... ................................................................................. name signature .......................................................................... title I have authority to bind the Corporation / Partnership / Sole Proprietorship / Joint Venture

During bid evaluation period, PWGSC contact will be with the following person:_____________________.

Telephone Number: ( ) ____________ Fax Number: ( ) _____________

E-mail: _________________________________

This Appendix 1 should be completed and submitted with the bid, but may be submitted afterwards as follows: if Appendix 1 is not completed and submitted with the bid, the Contracting Authority will inform the Bidder of a time frame within which to provide the information. Failure to comply with the request of the Contracting Authority and to provide the certifications within the time frame provided will render the bid non-responsive.

Page 62: RFP - B2 CMa EN

Page 62 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 2, ELECTRONIC PAYMENT INSTRUMENTS

APPENDIX 2, ELECTRONIC PAYMENT INSTRUMENTS

The Bidder accepts to be paid by any of the following Electronic Payment Instrument(s):

( ) VISA Acquisition Card;

( ) MasterCard Acquisition Card;

( ) Direct Deposit (Domestic and International);

( ) Electronic Data Interchange (EDI);

( ) Wire Transfer (International Only);

( ) Large Value Transfer System (LVTS) (Over $25M)

Page 63: RFP - B2 CMa EN

Page 63 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 3, PRICE PROPOSAL FORM

APPENDIX 3, PRICE PROPOSAL FORM

The Bidder should complete this pricing schedule and include it in its financial bid once completed. As a minimum, the Bidder must respond to this pricing schedule by including in its financial bid its quoted all- inclusive fixed hourly rate (in Can $) for each of the resource categories and levels identified.

The volumetric data included in this pricing schedule are provided for bid evaluated price determination purposes only. They are not to be considered as a contractual guarantee. Their inclusion in this pricing schedule does not represent a commitment by Canada that Canada’s future usage of the services described in the bid solicitation will be consistent with this data.

The rates included in this pricing schedule include the total estimated cost of any travel and living expenses that may need to be incurred for the Work described in Part 7 of the bid solicitation required to be done, delivered or performed inside the National Capital Region (NCR) defined in the National Capital Act (R.S.C., 1985, c. N-4), available on the Justice Website ((http://laws-lois.justice.gc.ca/eng/acts/N- 4/page-9.html#docCont).

Under any resulting contract, Canada will not accept travel and living expenses nor time billed that may need to be incurred by the contractor for any relocation of resources required to satisfy its contractual obligations.

TABLE 1 - PRICING SCHEDULE

Consultant Category Level of Expertise

(A)

Initial Contract Period

Estimated Level of Effort (in hours)

(B)

FIRMHOURLY

RATE

(C)

EVALUATED EXTENDED

PRICE = (A) x (B)

Technical Specialist – Team Leader Senior 1080 $ $

Construction Management Specialist Senior 720 $ $

Site and Logistics Specialist Senior 720 $ $

Electrical Specialist Senior 720 $ $

Mechanical Specialist Senior 720 $ $

Commissioning Specialist Senior 250 $ $

TOTAL EVALUATED PRICE = $__________________

Page 64: RFP - B2 CMa EN

Page 64 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 3, PRICE PROPOSAL FORM

Calculation of Limitation of Expenditure – Cumulative Total of all Authorized TAs

In order to account for projected inflation, Canada’s total liability to the Contractor under the Contract for all authorized TAs will be calculated as follows and will be inserted into the resulting contract:

Limitation of Expenditure Base Contract (Year 1 and 2)

Total Evaluated Price + (Total Evaluated Price multiplied by 1.02)

Option Period 1 Total Evaluated Price multiplied by 1.022 + Total Evaluated Price multiplied by 1.023

Option Period 2 Total Evaluated Price multiplied by 1.024 + Total Evaluated Price multiplied by 1.025

Option Period 3 Total Evaluated Price multiplied by 1.026 + Total Evaluated Price multiplied by 1.027

Page 65: RFP - B2 CMa EN

Page 65 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 4, TECHNICAL EVALUATION

APPENDIX 4, TECHNICAL EVALUATION

It is recommended that the Bidder include a grid in their bid, cross-referencing statements of compliance with the supporting data in their bid. Note: the compliance grid, by and of itself does not constitute demonstrated evidence.

In order to obtain points for education and professional accreditations, the Bidder must include photocopies of certificates.

Interpretation of the Requirement by the Evaluation Team

1. The statements and requirements in this article apply to the information provided by the Bidder for each of its proposed resources.

2. To demonstrate the experience, the Bidder should provide complete project details as to where, when (month and year) and how (through which activities/responsibilities) the stated qualifications/experience were obtained. The Bidder is advised that only listing position or assignment titles without providing any supporting data to describe responsibilities, duties, and relevance to the requirements will not be considered "demonstrated" for the purpose of this valuation.

3. The Bidder is advised that the month(s) of valid experience listed for a project whose timeframe overlaps that of another referenced project will only be counted once. For example: Project 1 timeframe is July 2001 to December 2001; Project 2 timeframe is October 2001 to January 2002; the total months of experience for these two project references is seven (7) months.

4. The Bidder is advised that, if the experience description only contains years, and does not specify any months within the year, then a maximum of only one month of experience will be allowed by the evaluation team if the experience starts and ends in the same year; and if the experience starts and ends in different years, only one month for the beginning year and one month for the end year of the range specified.

5. For example, if the experience description states that a particular position or assignment was undertaken during:

(a) "2004", then only one month will be allowed for 2004, provided that the experience is applicable;

(b) "2004-2005”, then only one month will be allowed for 2004, and one month for 2005, for a total of two months, provided that the experience is applicable;

(c) "2003-2005”, then only one month will be allowed for 2003, and one month for 2005, and 12 for 2004, for a total of 14 months, provided that the experience is applicable. In cases where the number of years is longer, the first and last year will still be counted as one month each, provided that the experience is applicable.

6. Phrases such as "within the last sixty (60) months" are used and mean "within the sixty (60) preceding the closing date of the RFP". In the event that the RFP closing date is changed after the initial publication of the RFP, the Bidder may choose to interpret the phrase as being measured from either the initial closing date or the final closing date, unless otherwise directed in an RFP amendment.

Page 66: RFP - B2 CMa EN

Page 66 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 4, TECHNICAL EVALUATION

7. Phrases such as "experience working as a Manager" (or other resource category title) mean that the experience must match, to the satisfaction of the evaluation team and without ambiguity, the requirements for such a resource category as stated in the Statement of Work provided with this RFP. Where generic, imprecise or ambiguous statements are used, the response will be treated as non-material and scored accordingly.

8. Phrases such as "experience dealing with matters related to the Statement of Work" mean that the experience must match, to the satisfaction of the evaluation team, the nature of the requirements for the work being done by PWGSC as described throughout the Statement of Work, including but not limited to background and introductory and other descriptive information.

9. The Bidder’s proposed resources should not exceed the required number per resource category and level, if multiple resources are proposed for a category and level, only the first, in the order they appear in the bid, will be evaluated. The Bidder may NOT propose the same individual for more than one of these Resource Categories. Additional resources will not be evaluated.

10. Definitions:

“federal” means working within the legislative framework of the Canadian federal government.

“public sector” means municipal and/or provincial and/or federal government.

“heritage projects” means a project where the asset is either “classified” or recognized (usually older than 40 years old) and interventions were aimed at preserving the heritage aspect. In this context, the definition of heritage building shall follow the Canadian Historic Places Register or any similar level designation for non-federal projects (ie Municipal or Provincial) or projects outside Canada.

Page 67: RFP - B2 CMa EN

Page 67 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 4, TECHNICAL EVALUATION

1. MANDATORY TECHNICAL CRITERIA

The bid must meet the mandatory technical criteria specified below. The Bidder must provide the necessary documentation to support compliance with this requirement. Where generic, imprecise or ambiguous statements are used, or are textual repetition of statements found in the RFP, the response will be treated as non-material and scored accordingly.

Bids which fail to meet the mandatory technical criteria will be declared non-responsive. Each mandatory technical criterion must be addressed separately.

Mandatory Technical Criteria (MT)

The Bidder

Number Description Met / Not Met

Substantiation

MT1 The Bidder’s must identify 6 distinct individuals by first and last name, one for each of: Technical specialist, Construction Management specialist, Site and logistics specialist, Electrical specialist, Mechanical specialist and Commissioning specialist.

Individuals must be proposed for no more than one resource category.

MT2 The Bidder must submit resumes for all 6 required resources, one for each of: Technical specialist, Construction Management specialist, Site and logistics specialist, Electrical specialist, Mechanical specialist and Commissioning specialist.

MT3 The Bidder must have at least five years of demonstrated experience providing real property construction advisory and delivery services in the past ten years (Public or private sector experience) working in a Construction Management method of delivery, either as constructor, advisor or project / program manager.

MT4 The Bidder must demonstrate that at least 3 resources hold at least one of the following Certifications by providing a copy or picture: Professional Engineer GSC Project Manager GSC Superintendent

Master Electrician

Page 68: RFP - B2 CMa EN

Page 68 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 4, TECHNICAL EVALUATION

The Bidder’s Proposed Required Resources

For each proposed resource, proof of education and professional certification (photocopies or photos) must be submitted with the bid. Number Description Met /

Not Met Substantiation

MT5 The Bidder’s proposed Senior Construction Management Specialist must have: a minimum of twenty (20) years of construction project

experience in the field and at least one of:

a) a license as a Professional Engineer; or b) a Gold Seal Project Manager certification; or c) a certificate, diploma or degree in architecture,

engineering / technology. MT6 The Bidder’s proposed Senior Site and Logistics Specialist

must have: a minimum of fifteen (15) years of construction project

experience in the field and at least one of:

a) a license as a Professional Engineer; or b) a Gold Seal Superintendent certification; or c) a certificate, diploma or degree in construction

management.

MT7 The Bidder’s proposed Senior Electrical Specialist must have: a minimum of ten (10) years of construction project

experience and at least one of:

a) a license as a Professional Engineer; or b) a Master Electrician License or relevant professional

certification/membership; or c) a certificate, diploma or degree in electrical

engineering / technology.

MT8 The Bidder’s proposed Senior Mechanical Specialist must have: a minimum of ten (10) years of construction project

experience and at least one of:

a) a license as a Professional Engineer; or b) a relevant professional certification/membership; or c) a certificate, diploma or degree in mechanical

engineering / technology.

MT9 The Bidder’s proposed Technical Specialist must have: a minimum of ten (10) years of construction project

experience and at least one of:

a) a relevant professional certification/membership; or b) a certificate, diploma or degree in architecture /

engineering / technology.

Page 69: RFP - B2 CMa EN

Page 69 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 4, TECHNICAL EVALUATION

The Bidder’s Proposed Required Resources

For each proposed resource, proof of education and professional certification (photocopies or photos) must be submitted with the bid. MT10 The Bidder’s proposed Commissioning Specialist must have:

a minimum of ten (10) years of construction project experience and at least one of:

a) a relevant professional certification/membership; or b) a certificate, diploma or degree in architecture /

engineering / technology.

MT11 The Bidder must demonstrate that each of their proposed resources (with exception of the Commissioning Specialist) have worked on at least two (2) construction projects with a minimum construction value of $50M (CAD), within the last twenty (20) years.

MT12 The Bidder’s 6 proposed resources must EACH hold a valid personnel security screening at the level of Reliability issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

MT13 The Bidder must hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

Page 70: RFP - B2 CMa EN

Page 70 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 4, TECHNICAL EVALUATION

2. POINT RATED TECHNICAL CRITERIA

a) Bids which meet all the mandatory technical criteria will be evaluated and scored as specified in the tables below.

b) Each point rated technical criterion should be addressed separately.

c) Instructions to Bidders for responding to point-rated technical criteria:

i. In addressing the point rated evaluation criteria, the Bidder should provide details outlining the depth and extent of the relevant information, experience, qualifications and specialized expertise of the Bidder or the Bidder’s proposed resources, as applicable. All claims with regard to the Bidder or the Bidder’s resources’ experience, qualifications or expertise must be substantiated through the provision of detailed descriptions of how and where the claimed experience, qualifications or expertise were gained. Unsubstantiated claims of experience, qualifications or expertise will not be considered by the evaluation team during the point rated evaluation.

ii. The Bidder’s Score will be based on the evaluation scale provided below for the point rated technical criteria RT1 to and including RT4.

iii. The Bidder should indicate the location of the criterion supporting information in the bid to substantiate relevant experience for each point rated evaluation criterion.

iv. A minimum pass mark is indicated and summarized below. Bidders who do not achieve the minimum pass mark will be declared non-responsive.

v. Point-rated technical criteria not addressed will be given a score of zero.

vi. Information supplied in technical bid may be verified using submitted resumes, reference checks and/or other sources.

vii. When referring to dollar amounts, all figures listed in the evaluation may be considered “2019 Dollars”. The Bank of Canada’s Inflation Calculator (https://www.bankofcanada.ca/rates/related/inflation-calculator/) may be used to convert dollar figures from previous years.

Point Rated Technical Criteria Summary and Score Minimum Pass Mark

Maximum Possible Points

RT1 Bidder’s experience N/A 90 RT2 Bidder’s human resource plan N/A 90 RT3 Bidder’s understanding of requirement N/A 100

RT4 Experience of Senior Construction Management Specialist, Senior Site and Logistics Specialist, Senior Electrical and Mechanical Specialists, and Senior Technical Specialist

N/A 750

Point Rated Technical Criteria Minimum / Maximum Score 618 1,030

Page 71: RFP - B2 CMa EN

Page 71 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 4, TECHNICAL EVALUATION

Point Rated Technical Criteria (RT)The BIDDER

Number Description Max Score andRating Scale

Bidder’s Score

Substantiation

RT1 The Bidder should demonstrate the firm’s experience in providing real property construction advisory services on a minimum of three (3) qualified projects or programs. To be qualified, a project description must include: The project title, name of client, location,

project construction value; A brief description of project scope; The Bidder’s specific role in the project; Project initiation and completion dates; Verifiable client references (name and phone

number). References may be checked.

Project must have been completed in the last ten (10) years, Each project must have a construction value of at least of $50M.

Joint venture submissions are not to exceed the maximum number of projects/programs. Only the first three projects/program listed in sequence will receive consideration

Maximum of90 points, scaled as

follows:

3 qualified projects = 10pts

3 qualified projects, at least one project

> $75M = 30 pts

3 qualified projects, at least one project > $100M = 60 pts

3 qualified projects, at least 2 projects > $100M = 90 pts

RT2 The Bidder should demonstrate that it has the capacity and flexibility to support PWGSC’s mandate by providing a human resource plan for the staffing, retention and replacement the required and optional resources, within a maximum of 8 pages. Information contained in pages in excess of 8 shall not be evaluated.

Bidder’s human resources plan should describeand will be rated on each of the following sub criteria:

a) The Bidder’s ability to maintain the necessary construction resource capacity over the course of the resulting contract and all potential contract options, while managing other business ventures (maximum 25 points);

b) Resourcing methods to recruit additional resources to provide additional capacity; (maximum 15 points);

c) An approach to monitoring utilization of resources (maximum 15 points);

Maximum of90 points.

For each sub criteria a) to e):

Sub-criteria information is missing = 0% of sub-criteria score

Only basic and generic information is provided = 25% of sub-criteria score

Information provided is project specific with

some missing information = 50% of

sub-criteria score

Information provided is project specific and

explicit = 75% of sub-criteria score

Page 72: RFP - B2 CMa EN

Page 72 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 4, TECHNICAL EVALUATION

Point Rated Technical Criteria (RT)The BIDDER

d) Strategy for re-allocation of resources should PWGSC’s priorities change (maximum 15 points); and

e) Method for ramping up additional or optional resources to support the provision of seamless advisory service (maximum 20 points).

Information provided is thorough and

complete = 100% of sub-criteria score

RT3 In its own words, the Bidder should demonstrate its understanding of the requirement as outlined in Annex A Statement of Work (a copy/paste from the RFP is not acceptable).

The Bidder should address and will be evaluated on the following sub criteria:

a) Bidder’s understanding of the levels of construction advisory services and scope of services. (up to 10 points);

b) Bidder’s understanding of the various team member roles (required and optional resources), responsibilities and accountabilities, as per RFP Annex A - Statement of Work. (up to 15 points);

c) Bidder’s organizational structure of the Bidder’s team (up to 10 points);

d) Bidder’s approach and methodology in meeting the requirements (i.e. tasks, responsibilities and deliverables) (up to 20 points);

e) Bidder’s contract management controls, including a demonstration of the deliverables, timelines and review processes. (up to 15 points);

f) The Bidder’s quality assurance process or program that will be in place for this requirement. (up to 15 points); and.

Bidder’s risk mitigation strategy and contingency plan(s) (e.g. resource management, work interruption, etc.). Identify a minimum of three potential risks and the Bidder’s mitigation strategy(ies). (up to 15 points).

Maximum of100 points

For each sub criteria a) to g):

Sub-criteria information is missing = 0% of sub-

criteria score

Only basic and generic information provided =

25% of sub-criteria score.

Information provided is project specific with

some missing information = 50% of

sub-criteria score

Information provided is project specific and

explicit, minor information lacking =

75% of sub-criteria score

Information provided is thorough and complete=

100% of sub-criteria score

Page 73: RFP - B2 CMa EN

Page 73 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 4, TECHNICAL EVALUATION

Point Rated Technical Criteria (RT)The Bidder’ RESOURCES

Number Description Max Score and rating Scale Bidder’s Score

Substantiation

RT4 The Bidder should demonstrate that each of the following 5 resources: Technical specialist, Construction Management specialist, Site and logistics specialist, Electrical specialist, and Mechanical specialist have relevant field experience (in a role similar to that described in the RFP) within the last 15 years, on complex*construction projects:

The Bidder must submit the following information for each project for it to be considered a complex project :

The project title, name of client, location, project construction value;

A brief description of project scope; The resource’s specific role in the project; The project’s initiation and completion

dates; Verifiable client references (name and

phone number). References may be checked.

*A complex construction project includes at least four of the following seven criteria: a) Brownfield or constrained spatial

environment (e.g. downtown metropolitan area, limited land mass area, etc.);

b) Security requirement within the facility (e.g. access control, courthouse, hospital, airport, prison, etc.);

c) Multiple spatial or technical programming (e.g. pedestrian impact, public transportation, multiple user groups, separating the public from principle occupant or client/user, material and people flow, assembly occupancies etc.);

d) Structural or seismic upgrade of existing building; or

e) Significant retrofit of existing building systems or technically complex mechanical and electrical systems ; or

f) Broadcast or interactive audio/visual meeting rooms/facilities, or public assembly space(s), or exhibit spaces.

g) Project includes significant alteration or adaptive re-use of an existing heritage building (see definition of heritage project).

Maximum of150 points per resource

(Maximum of 750 points overall)

Less than 3 complex projects,or any project < $25M,

or lack of demonstration of participation in role specified in

RFP = 25 pts

3 complex projects, each > $25M and role of resource is demonstrated to be similar than that specified in RFP = 50 pts

3 complex projects, each > $75M and role of resource is

demonstrated to be similar than that specified in RFP = 75 pts

4 complex projects, all > $75M,and role of resource is

demonstrated to be similar than that specified in RFP

or4 complex projects over $25M

with one project > $100M, and role of resource is

demonstrated to be similar than that specified in RFP = 100 pts

4 complex projects, all > $75M and at least one project

includes more than 5 complexity criteria and role of

resource is demonstrated to be similar than that specified in

RFP; or4 complex projects over $25M, with more than one project >

$100M and at least one project includes more than 5

complexity criteria and role of resource is demonstrated to be

similar than that specified in RFP = 150 pts

Page 74: RFP - B2 CMa EN

Page 74 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 4, TECHNICAL EVALUATION

3. Indigenous Benefits Plan

a) Bids which meet all the mandatory technical criteria and achieved the point rated technical criteria’s minimum pass mark will be evaluated and scored as specified in the table below.

b) The Bidder should demonstrate that it has the capacity and flexibility to support PWGSC’s mandate by providing a plan for meaningful employment and capacity-building opportunities for Indigenous Business and Peoples throughout the duration of the project via subcontracting or internal, direct or non-direct, labour.

c) Direct labour is categorized as services of the CA Team to perform the CA Required Services rather than administration and other support.

d) Non-direct labour is labour that is not directly related to the performance of services. It refers to the individuals whose duties enable others to perform the services of the Contract, which include, but are not limited to, managerial and administrative staff such as supervisors, accountants, security guards and clean-up workers. Subcontracts in support of this contract are allowable for the purposes of this IBP.

e) To obtain points for their IBP, Bidders must ensure their IBP demonstrates sufficient evidence to assess the compliance of their bid against the criteria listed herein. The Bidder’s bid is to include a clear description of the minimum amount of Indigenous Benefits committed to during the performance of the contract.

f) Canada reserves the right to verify any information provided in the IBP and that unverified statements may result in 0 points for the IBP being awarded to the bidder.

The IBP commitment pertains to all Task Authorizations arising through the life of the contract but may be demonstrated for the purposes of this evaluation based on the projected level of effort for year one, indicated in Appendix 3, Price Proposal Form.

Indigenous Benefits Plan (IBP)Number Description Max Score and rating

ScaleBidder’s Score

Substantiation

IBP To obtain points for their IBP, the Bidder must submit a plan addressing either a) or b) :

a) A strategy for committing at least 5% and less that 10% of all amounts paid through the resulting contract to Indigenous business and/or personnel; OR

b) A strategy for committing at least 10% or more of all amount paid through the resulting contract to Indigenous business and/or personnel.

Maximum of70 points.

IBP < 5% or IBP not sufficiently demonstrated or

minimum commitment unclear = 0 pts

a) demonstrated = 35 pts

b) demonstrated= 70 pts

Technical merit and IBP score Minimum Pass Mark

Maximum Possible Points

RT1-4 Point Rated Technical Criteria Score 618 1,030 IBP Indigenous Benefits Plan N/A 70

Maximum technical merit and IBP Score N/A 1,100

Page 75: RFP - B2 CMa EN

Page 75 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 5, SECURITY INFORMATION FORM

APPENDIX 5, SECURITY INFORMATION FORM

Appendix 5 is included to assist Bidders in their response to Mandatory Technical Criteria MT1, MT12 and MT13.

Bidder or Bidder member (if Joint Venture): Legal Name of Bidder:Complete Address:

Telephone Number:CISD File Number:Organization Security Clearance:

If applicable – Joint Venture Bidder member Legal Name of Bidder member:Complete Address:

Telephone Number:CISD File Number:Organization Security Clearance:

Technical Specialist:Legal Name of Individual:Date of Birth or CISD Number:Name of Employer andWorkplace Address:

Construction Management Specialist:Legal Name of Individual:Date of Birth or CISD Number:Name of Employer andWorkplace Address:

Page 76: RFP - B2 CMa EN

Page 76 of - de 76

Solicitation No. - N° de l'invitation EP771-200629

Amd. No. - N° de la modif. 000

Buyer ID - Id de l'acheteur 021PPS

APPENDIX 5, SECURITY INFORMATION FORM

Site and Logistics Specialist:Legal Name of Individual:Date of Birth or CISD Number:Name of Employer andWorkplace Address:

Electrical Specialist:Legal Name of Individual:Date of Birth or CISD Number:Name of Employer andWorkplace Address:

Mechanical Specialist:Legal Name of Individual:Date of Birth or CISD Number:Name of Employer andWorkplace Address:

Commissioning Specialist:Legal Name of Individual:Date of Birth or CISD Number:Name of Employer andWorkplace Address: