national asset review 2018-parks canada return bids to

39
RETURN BIDS TO: Bid Receiving Unit Main Floor Parks Canada John Cabot Building, 10 Barter's Hill, 5th Floor St. John's, NL A1C 6M1 Attn: Colleen Sheehan REQUEST FOR PROPOSAL DEMANDE DE PROPOSITION Proposal to: Parks Canada Agency 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 or attached hereto, the supplies and services listed herein or on any attached sheets at the price(s) set out therefore. Proposition à : l’Agence Parcs 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 articles et les services énumérés ici et sur toute feuille ci-annexée, au(x) prix indiqué(s). Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l’entrepreneur Title-Sujet National Asset Review 2018-Parks Canada Solicitation No. - N o de l’invitation 5P300-17-5359 Date 09-08-2017 GETS Reference No. – N o de référence de SEAG Client Reference No. – N o de référence du client Solicitation Closes L’invitation prend fin at – à 2 :00pm on – le 19-09-2017 Time Zone Fuseau horaire - ET Address Inquiries to: - Adresser toute demande de renseignements à : Colleen Sheehan [email protected] Telephone No. - No de téléphone (709) 772-6129 Fax No. – N o de FAX: (709) 772-3651 Destination of Goods, Services, and Construction: Destinations des biens, services et construction : As outlined in the Statement of Work Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l’entrepreneur : Telephone No. - N o de telephone : Facsimile No. - N° de télécopieur : Name and title of person authorized to sign on behalf of the Vendor/Firm (type or print) Nom et titre de la personne autorisée a signer au nom du fournisseur/ de l’entrepreneur (taper ou écrire en caractères d’imprimerie) Name/Nom Title/Titre Signature Date

Upload: others

Post on 18-Dec-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

RETURN BIDS TO: Bid Receiving Unit Main Floor Parks Canada

John Cabot Building, 10 Barter's Hill, 5th Floor

St. John's, NL A1C 6M1 Attn: Colleen Sheehan

REQUEST FOR PROPOSAL DEMANDE DE PROPOSITION

Proposal to: Parks Canada Agency 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 or attached hereto, the supplies and services listed herein or on any attached sheets at the price(s) set out therefore. Proposition à : l’Agence Parcs 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 articles et les services énumérés ici et sur toute feuille ci-annexée, au(x) prix indiqué(s).

Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l’entrepreneur

Title-Sujet

National Asset Review 2018-Parks Canada

Solicitation No. - No de l’invitation

5P300-17-5359

Date

09-08-2017

GETS Reference No. – No de référence de SEAG

Client Reference No. – No de référence du client

Solicitation Closes L’invitation prend fin – at – à 2 :00pm on – le 19-09-2017

Time Zone Fuseau horaire -

ET

Address Inquiries to: - Adresser toute demande de renseignements à : Colleen Sheehan [email protected]

Telephone No. - No de téléphone (709) 772-6129

Fax No. – No de FAX: (709) 772-3651

Destination of Goods, Services, and Construction: Destinations des biens, services et construction : As outlined in the Statement of Work

Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l’entrepreneur : Telephone No. - No de telephone : Facsimile No. - N° de télécopieur : Name and title of person authorized to sign on behalf of the Vendor/Firm (type or print) Nom et titre de la personne autorisée a signer au nom du fournisseur/ de l’entrepreneur (taper ou écrire en caractères d’imprimerie)

Name/Nom Title/Titre Signature Date

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 2 of - de 39

TABLE OF CONTENTS

PART 1 - GENERAL INFORMATION ...................................................................................................................... 4

1.1 SECURITY REQUIREMENTS ........................................................................................................................... 4 1.2 STATEMENT OF WORK OR REQUIREMENT ................................................................................................... 4 1.3 DEBRIEFINGS ................................................................................................................................................. 4 1.4 TRADE AGREEMENTS .................................................................................................................................... 4

PART 2 - BIDDER INSTRUCTIONS ........................................................................................................................ 4

2.1 STANDARD INSTRUCTIONS, CLAUSES AND CONDITIONS .............................................................................. 4 2.2 SUBMISSION OF BIDS..................................................................................................................................... 5 2.3 FORMER PUBLIC SERVANT ............................................................................................................................ 5 2.4 ENQUIRIES - BID SOLICITATION ..................................................................................................................... 5 2.5 APPLICABLE LAWS ......................................................................................................................................... 5

PART 3 - BID PREPARATION INSTRUCTIONS................................................................................................... 5

3.1 BID PREPARATION INSTRUCTIONS ................................................................................................................ 5

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION ........................................................... 6

4.1 EVALUATION PROCEDURES ........................................................................................................................... 6 4.2 BASIS OF SELECTION..................................................................................................................................... 7

PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION .................................................................... 7

5.1 CERTIFICATIONS PRECEDENT TO CONTRACT AWARD AND ADDITIONAL INFORMATION .............................. 8

PART 6 - RESULTING CONTRACT CLAUSES .................................................................................................... 8

6.1 SECURITY REQUIREMENTS ........................................................................................................................... 8 6.2 STATEMENT OF WORK .................................................................................................................................. 9 6.3 STANDARD CLAUSES AND CONDITIONS ........................................................................................................ 9 6.4 TERM OF CONTRACT ..................................................................................................................................... 9 6.5 AUTHORITIES ............................................................................................................................................... 10 6.6 PROACTIVE DISCLOSURE OF CONTRACTS WITH FORMER PUBLIC SERVANTS .......................................... 11 6.7 PAYMENT ..................................................................................................................................................... 11 6.8 INVOICING INSTRUCTIONS ........................................................................................................................... 11 6.9 CERTIFICATIONS AND ADDITIONAL INFORMATION ....................................................................................... 11 6.10 APPLICABLE LAWS ....................................................................................................................................... 11 6.11 PRIORITY OF DOCUMENTS .......................................................................................................................... 12

ANNEX "A" ................................................................................................................................................................. 13

STATEMENT OF WORK

Appendices to Annex A - Statement of Work Appendix 1 Built Asset Categories

Appendix 2 Asset Assessment List

Appendix 3 Asset Assessment Data Spreadsheet

Appendix 4 NAR 2012 Fact Sheets

Appendix 5 Recapitalization Management Process (RMP) Manual

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 3 of - de 39

ANNEX "B" ................................................................................................................................................................. 30 BASIS OF PAYMENT

ANNEX “C” ................................................................................................................................................................. 24

EVALUATION CRITERIA

ANNEX “D” ................................................................................................................................................................. 29

TEAM IDENTIFICATION FORMAT ANNEX “E” ……………………………………………………………………………………………………..32

DECLARATIONS AND CERTIFICATIONS FORM ANNEX “F” …………………………………………………………………………………………………….....36. INTEGRITY PROVISIONS ANNEX “G”………………………………………………………………………………………………………..37

ATTESTION FORM

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 4 of - de 39

PART 1 - GENERAL INFORMATION 1.1 Security Requirements 1. At the date of bid closing, the following conditions must be met:

(a) the Bidder must hold a valid organization security clearance as indicated in Part 6 - Resulting Contract Clauses;

(b) the Bidder's proposed individuals requiring access to classified or protected information,

assets or sensitive work sites must meet the security requirements as indicated in Part 6 - 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; (d) the Bidder’s proposed location of work performance and document safeguarding must

meet the security requirements as indicated in Part 6 - Resulting Contract Clauses; (e) the Bidder must provide the addresses of proposed sites or premises of work

performance and document safeguarding as indicated in Part 3 - Section IV Additional Information.

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.

3. For additional information on security requirements, Bidders should refer to the Industrial Security

Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.

1.2 Statement of Work As per attached as Annex A 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 Trade Agreements The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), and the Agreement on Internal Trade (AIT)."

PART 2 - BIDDER INSTRUCTIONS

2.1 Standard Instructions, Clauses and Conditions

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 5 of - de 39

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. he 2003 (2017-04-27) Standard Instructions - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the bid solicitation. 2.2 Submission of Bids Bids must be submitted only to Parks Canada Agency (PCA) Bid Receiving Unit by the date, time and place indicated on page 1 of the bid solicitation. Due to the nature of the bid solicitation, bids transmitted by facsimile to PCA (Parks Canada Agency) will not be accepted. 2.3 Former Public Servant See Annex E. 2.4 Enquiries - Bid Solicitation All enquiries must be submitted in writing to the Contracting Authority no later than 5 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.

2.5 Applicable Laws

Any resulting contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Quebec. 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. PART 3 - BID PREPARATION INSTRUCTIONS

3.1 Bid Preparation Instructions

Canada requests that Bidders provide their bid in separately bound sections as follows:

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 6 of - de 39

Section I: Technical Bid (_1___ hard copy) "and __1___ soft copy on USB Section II: Financial Bid (___1__ hard copy) "and __1___ soft copy on USB Section III: Certifications (__1___ hard copy) If there is a discrepancy between the wording of the soft copy and the hard copy, the wording of the hard copy will have priority over the wording of the soft copy. Prices must appear in the financial bid only. No prices must be indicated in any other section of the 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; (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 (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats-procurement/politique-policy-eng.html). To assist Canada in reaching its objectives, Bidders should: 1) use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre 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 colour

printing, printing double sided/duplex, using staples or clips instead of cerlox, duotangs or binders.

Section I: Technical Bid In their technical bid, Bidders should explain and demonstrate how they propose to meet the requirements and how they will carry out the Work. Section II: Financial Bid Bidders must submit their financial bid in accordance with the Basis of Payment. The total amount of Applicable Taxes must be shown separately. 3.1.2 SACC Manual Clauses Section III: Certifications Bidders must submit the certifications and additional information required under Part 5.

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION

4.1 Evaluation Procedures (a) Bids will be assessed in accordance with the entire requirement of the bid solicitation including

the technical and financial evaluation criteria. (b) An evaluation team composed of representatives of Canada will evaluate the bids.

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 7 of - de 39

4.1.1 Technical Evaluation

4.1.1.1 Mandatory Technical Criteria As per Annex C 4.1.1.2 Point Rated Technical Criteria As per Annex C.

4.1.2 Financial Evaluation

The price of the bid will be evaluated in Canadian dollars, Applicable Taxes excluded, FOB destination, Canadian customs duties and excise taxes included

4.2 Basis of Selection The Basis of Selection to issue the resulting Contract is:

The contractor will be selected on the basis of the highest responsive combined rating of technical merit and price. The total proposal rating of each proposal will be calculated as follows: Rating of Technical Proposal Technical Rating = Total Technical Points X 80 points Maximum Technical Points Rating of Financial Proposal Financial Rating = Lowest Per Diem Rate among all Technically Compliant Bidders X 20 points All other Bids Total Proposal Rating Total Proposal Rating = Technical rating + Financial Rating

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

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 8 of - de 39

In accordance with the Ineligibility and Suspension Policy (http://www.tpsgc-pwgsc.gc.ca/ci-if/politique-policy-eng.html), the Bidder must provide with its bid the required documentation, as applicable, to be given further consideration in the procurement process.

5.2 Certifications Precedent to Contract Award and Additional Information

The certifications and additional information listed below should be submitted with the bid, but may be submitted afterwards. If any of these required certifications or additional information is not completed and submitted as requested, the Contracting Authority will inform the Bidder of a time frame within which to provide the information. Failure to provide the certifications or the additional information listed below within the time frame provided will render the bid non-responsive. 5.2.1 Integrity Provisions – Required Documentation

In accordance with 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. (see Annex E)

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 (http://www.esdc.gc.ca/en/jobs/workplace/human_rights/employment_equity/federal_contractor_program.page?&_ga=1.229006812.1158694905.1413548969). 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. The Bidder must provide the Contracting Authority with a completed annex Federal Contractors Program for Employment Equity - Certification, before contract award. If the Bidder is a Joint Venture, the Bidder must provide the Contracting Authority with a completed annex Federal Contractors Program for Employment Equity - Certification, for each member of the Joint Venture.(see Annex E)

PART 6 - RESULTING CONTRACT CLAUSES

The following clauses and conditions apply to and form part of any contract resulting from the bid solicitation. 6.1 Security Requirements 6.1.1 The following security requirements (SRCL and related clauses provided by ISP) apply and form

part of the Contract.

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 9 of - de 39

1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by Public Works and Government Services Canada (PSPC). 2. The Contractor/Offeror personnel requiring access to sensitive work site(s)must EACH hold a valid RELIABILITY STATUS, granted or approved by PCASD. 3. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of PCASD. 4. The Contractor/Offeror must comply with the provisions of the: (a) Security Requirements Check List and security guide (if applicable), attached at Annex __N/A___; (b) Industrial Security Manual (Latest Edition). http://www.tpsgc-pwgsc.gc.ca/esc-src/msi-ism/index-eng.html 6.1.2. Contractor’s Sites or Premises Requiring Safeguarding Measures

6.1.2.1 Where safeguarding measures are required in the performance of the Work, the Contractor

must diligently maintain up-to-date, the information related to the Contractor’s and proposed individuals‘ sites or premises for the following addresses:

Street Number / Street Name, Unit / Suite / Apartment Number City, Province, Territory / State Postal Code / Zip Code Country

6.1.2.2 The Company Security Officer (CSO) must ensure through the Industrial Security Program (ISP)

that the Contractor and individuals hold a valid security clearance at the required level of document safeguarding capability.

6.2 Statement of Work The Contractor must perform the Work in accordance with the Statement of Work at Annex "__A__" and the Contractor's technical bid.

6.3 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. 6.3.1 General Conditions 2010B 2016-04-04, General Conditions - Professional Services (Medium Complexity) apply to and form part of the Contract. 6.4 Term of Contract 6.4.1 Period of the Contract The period of the Contract is from date of Contract to April 1, 2018 inclusive

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 10 of - de 39

6.5 Authorities 6.5.1 Contracting Authority The Contracting Authority for the Contract is: Colleen Sheehan Advisor, National Contracting Services Parks Canada Agency John Cabot Building P.O Box 1268, 10 Barters Hill. St. John's, NL A1C 6M1 Telephone: 709-772-6129 Facsimile: 709-772-3651 Email: [email protected] 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. 6.5.2 Project Authority [To be provided at time of Contract award The Project Authority for the Contract is: Name: _________ Title: _________ Organization: __________ Address: __________ Telephone: ___ ___ _______ Facsimile: ___ ___ _______ E-mail address: ___________ 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. 6.5.3 Contractor's Representative (to be completed by bidder)

Name: _________ Title: _________ Organization: __________ Address: __________ Telephone: ___ ___ _______ Facsimile: ___ ___ _______ E-mail address: ___________

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 11 of - de 39

6.6 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.

6.7 Payment

6.7.1 Basis of Payment In consideration of the Contractor satisfactorily completing all of its obligations under the Contract, the Contractor will be paid a firm price of $ ______ (insert amount at contract award). Customs duties are included and Applicable Taxes are extra. 6.7.2 Limitation of Price SACC Manual clause C6000C (2011-05-16) Limitation of Price 6.7.3 Multiple Payments Canada will pay the Contractor upon completion and delivery of units 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 Work delivered has been accepted by Canada.

6.8 Invoicing Instructions 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. Invoices must be submitted to the Project Authority as indicated in section 6.5.2 Project Authority. 6.9 Certifications and Additional Information 6.9.1 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. 6.10 Applicable Laws The Contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Quebec.

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 12 of - de 39

6.11 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 supplemental general conditions ______ (insert number, date and title); (c) the general conditions 2010B 2016-04-04, General Conditions - Professional Services (d) Annex A, Statement of Work; (e) Annex B, Basis of Payment; (f) Annex G; Attestation Form (g) the Contractor's bid dated _______ (insert date of bid) (If the bid was clarified or amended, insert

at the time of contract award: “, as clarified on _______” or “, as amended on_________” and insert date(s) of clarification(s) or amendment(s))

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 13 of - de 39

Annex A Statement of Work

1. Introduction

1.1 Purpose Quantify the long term sustainable funding requirements for the ongoing management and

maintenance of the Parks Canada Agency (PCA) asset base through a mix of asset assessments, data

collection and analysis, based on industry standard practices, and a common sense approach to asset

management in the context of the federal government. This PCA initiative is named the 2018 National

Asset Review (NAR).

1.2 Context As one of the largest federal custodians, Parks Canada manages a variety of real property and

infrastructure assets supporting 46 national parks, 1 national urban park, 4 national marine conservation

areas, and 171 national historic sites including 9 historic canals. Parks Canada’s built asset portfolio is

wide-ranging and includes assets such as highways, bridges, locks and dams; cultural (heritage)

resources such as fortifications and historic buildings; and contemporary assets such as campgrounds,

visitor centres, offices, and maintenance and operations compounds. The breadth in variety and

widespread location of Parks Canada’s asset portfolio present unique management challenges.

The current replacement value of Parks Canada’s almost 16,000 built assets exceeds $18 billion. Under-

investment has been a chronic issue impeding the sound and consistent life cycle management of the

portfolio. In Budget 2014 and the Federal Infrastructure Initiative (FII), PCA secured an injection of $2.8

billion in infrastructure funding that targeted deferred work and deficiencies. In Budget 2017, PCA

received a further injection of $364 million with the promise to develop a medium- and long-term plan

to ensure ongoing support.

1.3 Objectives PCA is undertaking a National Asset Review (NAR) of its inventory to produce funding estimates that will

enable long-term asset sustainability. The estimates will be based on asset categories and agency

portfolio level assessments and will consider:

1. Life cycle costs including major capital investments (recapitalization), cyclic refurbishment

investments, and operation and maintenance, including minor repairs and inspections;

2. Asset suitability assessments that address an asset’s ability to meet existing service

requirements; and

3. New service level requirement estimates to address identified issues such as accessibility

(related to mobility impairment) and climate change response.

The end product will be used to inform the PCA Long Term Asset Sustainability Strategy (LTASS), the

Strategic Asset Management Plan (SAMP), and enhance the PCA asset management program.

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 14 of - de 39

1.4 Scope Parks Canada Agency (PCA) requires third party multi-disciplinary architectural, engineering and asset

management services, including cost estimation, to complete a comprehensive evaluation of PCA assets

through a combination of three approaches.

1. Detailed asset assessments for a pre-selected list of a various categories of PCA built assets,

located in geographic locations across Canada. Assessments will be comprised of onsite visual

assessments and asset performance evaluations culminating in recommendations covering

deferred work, improvement, rehabilitation needs (including estimates and timeline), and

operation and maintenance (including inspection) considerations.

2. Desktop asset evaluations through data review and gap analysis exercises to assess the quality

of the data available and inform the portfolio wide analysis.

3. Portfolio wide sustainable asset management data analysis and cost estimation based on data

collected by the Consultant (during asset assessments) and data provided by PCA. Analysis is to

include tangible recommendations for a sustainable portfolio asset management plan including

cost estimates and project scheduling.

2. References

2.1 Interpretation Methodology means the definitions, methods, assumptions and approaches used by Parks Canada in

Asset Management.

Results means the results of the NAR related to the metrics within the assessment spreadsheet and

assessment report criteria.

2.2 Acronyms and Definitions A glossary of useful terms and abbreviations used herein.

Accessibility Extent to which a consumer or user with a physical impairment can utilize an asset at the time it is needed.

Asset Built assets are real property assets with a physical existence. They are fixed, durable in nature and have a lifespan greater than one year. Such assets are material in value and are managed within a specific category and type, and may include one or more components.

Asset Category Grouping of assets having common characteristics that distinguish those assets as a group or class.

Class D estimates An Indicative Estimate that is not sufficiently accurate to warrant TB approval as a cost objective. It provides a rough cost projection used for budget planning purposes in the early stages of concept development of a project. Estimate to be in unit cost analysis format (such as cost per m² or other measurement unit) based upon a comprehensive list of project requirements (i.e. scope) and assumptions.

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 15 of - de 39

Component A grouping of individual pieces of equipment work together to fulfill a common function. Each component type is part of a larger assembly that is part of the overall asset.

Consultant The successful proponent with the highest rated evaluation, who enters into an agreement with PCA to undertake the work as described herein.

Current Replacement Value (CRV)

The total estimated cost in current year dollars to replace or reconstruct an existing asset. For contemporary assets, CRV is the cost to replace or reconstruct an existing asset with an equivalent. For heritage assets, CRV is the total estimated cost to reconstruct or replace the existing asset with a replica that conforms to the shape, material, and appearance of a specific period.

Deferred Work (DW) Estimate of the total cost of the existing but unfulfilled requirement for maintenance and rehabilitation (recapitalization and/or refurbishment) on a given asset in current year dollars. The completion of the unfulfilled requirement results in the asset being returned to fair or good condition.

Long Term Sustainability Asset activities and resources required to meet asset service requirements for the next 30 years in the most cost effective way.

Maintenance Work performed against assets to keep assets in an acceptable condition and to preserve their original serviceability and to reach the end of their useful life. Maintenance typically refers to activities aimed at retaining an asset’s functionality (e.g. replacement of components that have reached their useful life), while repair activities are aimed at restoring an asset’s functionality (e.g. replacement of damaged components so that the asset can be brought back to a normal operating condition). Maintenance expenditures are non-capitalized.

Maximo Maximo is an enterprise asset management software (IBM product) that has been configured as Parks Canada's built asset portfolio database. It includes asset tombstone data, project information and asset work orders for operations, maintenance, improvement and rehabilitation.

NAR Fact Sheets Internal PCA documents used to clarify, modify and/or complement the RMP Manual.

Operations Work performed against assets during the normal course of an asset’s life cycle as the asset functions and performs as intended. Operating activities usually have a short term effect and are repeated in order to provide the defined level of service.

Overall Asset Condition (OAC)

Metric indicating physical condition of an asset. OAC ratings used by PCA are A (Good), B (Fair), C (Poor) or D (Very Poor). OAC ratings are related to four criteria: Health and Safety, Risk to Asset, Level of Service and Urgency.

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 16 of - de 39

PCA Parks Canada Agency.

PCA Representative Project Manager for PCA; single point of contact and authority for the Consultant.

Recapitalization Major investment (relative to the value of the asset) that returns the asset to it’s original as new condition and value, and extends the useful life of the asset.

Recapitalization Management Process (RMP) Operations Manual

1994 Parks Canada manual that provides descriptions of OAC ratings for each category of asset.

Refurbishment Component repair or replacement, or stabilization that prevents the deterioration of an asset, but does not significantly extend the life of the asset as a whole.

Rehabilitation The refurbishment, partial reconstruction, stabilization or major repairs, as well as replacement of an asset or component with another having the same function. Rehabilitation significantly extends the asset’s useful life and may result in an enduring increase to the value of an asset.

3. Requirements

3.1 Work Tasks The scope of work is divided into six main tasks or work packages (WP) as follows:

WP1. Project Initiation and Literature Review

WP2. Confirmation of Asset Assessment Framework

WP3. Detailed Asset Assessments and Reporting

WP4. Data Consolidation and Analysis

WP5. Review of PCA Asset Management Methodologies

WP6. Reporting and Recommendations

3.1.1 WP1: Project Initiation and Literature Review The Consultant will be required to meet with the PCA Representative and team at project start-up to

confirm project requirements and overall approach at the Parks Canada national office in Gatineau, QC,

with teleconferencing/webex capability also available for non-core consultant team members.

The Consultant will be required to review, at a minimum, the following supporting information in order

to complete the requirements outlined in this Statement of Work. Documents i. through v. from the list

below should be reviewed prior to the start-up meeting to enhance discussions.

i. 2012 NAR Results and Methodology;

ii. Assessment of the Parks Canada 2012 National Asset Review, Final Report;

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 17 of - de 39

iii. 2018 NAR PCA Initial Planning Guidance to Field Units (29 June 2017);

iv. 2018 NAR Data Spreadsheet (column titles only) (Appendix 3);

v. 2018 NAR Fact Sheets (Defining: Current Replacement Value, Overall Asset Condition, Deferred

Work, Annual Maintenance and Rehabilitation Rates);

vi. PCA Dam Asset Information Spreadsheet;

vii. Extract of target sites/assets from Asset Information System (Maximo);

viii. Recapitalization Management Process (RMP) Manual, Parks Canada, 1994 (Appendix 5); and

ix. Climate Change Assessment Summaries: Let’s Talk about Climate Change, Parks Canada, 2017.

The consultant will be required to produce a draft initial project plan and schedule for discussion and

agreement by PCA.

3.1.2 WP2: Confirmation of Asset Assessment Framework The following work package involves detailed project development. The development of the project

means:

i. Validating the list of assets to be assessed. Anticipated list of assets is included in Appendix 2.

The asset sample has been selected by PCA to provide diversity in geography, asset category and

condition. Any changes, by PCA, to this list post award will be identified and negotiated with the

Consultant. The Consultant will be required to seek agreement from PCA on any amendments

to the selection and size of the Asset Sample. Justification for changes will need to be provided

such as feasibility challenges or anticipated improvement to confidence in the analysis. Balance

must be maintained between the need for a comprehensive and independent assessment of

PCA’s built asset portfolio with the need for cost effectiveness.

ii. For each asset to be assessed, complete a prerequisite advance review of the asset specific

information available (provided by PCA) for each asset. The available information may include

the following:

a. Existing information and cost estimates for current replacement value and deferred

work;

b. Overall asset condition rating;

c. Existing engineering or other inspection reports; and

d. Recent asset maintenance and recapitalization project information.

iii. Familiarization with, and confirmation of, the PCA analysis methodology to be used. The

Consultant may propose the use of alternative benchmarks and methods (based on accepted

industry practices) other than those used by Parks Canada, however these will need to be

approved by the PCA representative.

iv. The development and subsequent PCA approval of a concise asset assessment technical report

template. Note these short (2-3 page) reports will be used for each asset being assessed. Report

to include all pertinent information and observations collected during the assessments, along

with recommendations.

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 18 of - de 39

3.1.3 WP3: Detailed Asset Assessments and Reporting This work package requires the Consultant to assess a sample of built assets through a combination of

on-site assessments and data reviews. Due to the geographic dispersion of PCA assets, WP3 also

involves a significant planning component. The primary tasks of the asset assessments include but are

not limited to the following:

i. PCA site visits1: Identify, seek agreement, plan and coordinate the on-site visits for each asset in

the sample;

ii. Review existing information:

a. Documentation on the asset condition, operational and technical performance;

b. Asset records from Maximo and other supporting information; and

c. As-built drawings and specifications.

iii. Conduct on-site asset assessments;

iv. Meet with site representative(s) to review maintenance records and interview site

representatives, as necessary, regarding asset maintenance and performance; and

v. Under the guidance of an Architect or Engineer, prepare a basic assessment report (2-3 pages)

for each sample asset as agreed to in WP2 above.

Asset assessments of various PCA built assets will be done according to a methodology developed by the

consultant and approved by PCA. The assessment methodology is to be based on PCA’s current

methodology including the Recapitalization Management Process (RMP) Manual, expanded/modified to

meet current objectives, see Appendix 5, and 2018 NAR Fact Sheets (used to clarify, modify and/or

complement the RMP Manual), see Appendix 4 for 2012 NAR Fact Sheets (as examples). The

assessments will be limited to selected locations and asset categories. A description of the asset

categories to be assessed is included in Appendix 1. A description of the locations and assets to be

assessed is included in Appendix 2. Assessments are to be conducted by skilled multi-disciplinary teams.

The assessments will include, but are not limited to the information requirements listed in Appendix 3

plus the following:

i. Assess the current condition of key asset elements (e.g. civil, architectural, structural,

mechanical, electrical, and grounds) including health and safety, code compliance;

ii. Remaining useful life;

iii. Future maintenance requirements (with Class D estimates);

iv. Future recapitalization requirements (with Class D estimates);

v. Future improvement requirements (with Class D estimates), such as changes for accessibility;

vi. Assess adaptation and mitigation measures for key impacts of climate change as described in

the Natural Resources Canada May 2016 report Managing Climate Risks Highlights for Business

Leaders (e.g. altered temperature and humidity, altered precipitation patterns, increased

intensity of storms, increased incidence of inland flooding, raised sea levels, accelerated coastal

1 Note the Consultant will be responsible for all of its travel and accommodation requirements. Any requirement for PCA to provide travel support, e.g. within a PCA site, will be identified by the Consultant in advance of any site visit for agreement by PCA.

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 19 of - de 39

erosion, increased incidence of wildfires, threats to public safety) as well as specific localized

issues2;

vii. Current/Future improvement requirements (with Class D estimates) related to the suitability of

the asset to provide and meet the necessary or foreseen level of service;

viii. Identification of essential remedial requirements known as deferred work (e.g. issues

contributing to asset’s deterioration);

ix. Presence of hazardous material (if visually observable);

x. Life capital cost of refurbishment or replacement of asset systems; and

xi. Impact of deficiencies on the functionality of the asset.

3.1.4 WP4: Data Consolidation and Analysis This work package involves the consolidation of consultant assessment results data with the PCA

internally produced assessment results data, in tandem with a comparative data evaluation exercise,

followed by a broad based large data analysis to both quantify and qualify the long term asset

sustainability requirements of Parks Canada Agency.

3.1.4.1 Data consolidation and comparative evaluation

The Consultant will consolidate their sample asset assessment results with the results of PCA conducted

asset assessments. PCA will conduct the initial consolidation of PCA’s internal results and provide them

to the Consultant. PCA’s internal results will comprise assessment results (conducted by PCA staff) for

all PCA built assets that are not included in the Consultant’s assessment list (approximately 14,500

assets). A historical data set (pre 2017) will also be provided to the Consultant in order to complete a

comparative data evaluation at the asset category level, for only recently assessed assets, and for only a

select number of key data fields. The intent of the analysis is to help PCA identify clear gaps in

knowledge and estimation, and associated project development (and estimation) efforts. The expected

output will be a documented analysis, identifying trends, associated lessons to be learned, and

recommendations.

3.1.4.2 Long term asset sustainability data analyses

The Consultant’s analyses will be completed by asset category and portfolio for all of PCA’s built assets.

The analyses are identified and described in brief and basic terms as follows.

i. Asset Category Review

a. Overall condition: Current and projected snapshot (i.e., year 2020 to show impact of

currently planned funding injections as applicable).

b. Information gaps: Considering the available data and government context

(accountability, stewardship), should PCA modify the data collection requirements? If

so, make recommendations.

c. Current Replacement Value: Current and projected snapshot and confidence evaluation.

d. Deferred Work value: Current and projected snapshot and confidence evaluation.

2 Note Parks Canada Agency will provided the consultant with climate change impact assessment summaries however the consultant is responsible to supplement the provided information with publically accessible and proprietary data as necessary.

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 20 of - de 39

e. Asset suitability: Evaluation of the alignment of PCA assets with the service they are

intended to provide, and recommendations of potential improvements and/or

alternative solutions.

f. Quantify and qualify long term sustainable funding requirements.

g. Accessibility: Considering current (or pending) regulations and government trends, and

using the detailed assessments completed as a baseline, describe the identified

potential measures, quantify their cost to implement and make recommendations on

implementation (extent of) at the category level.

h. Climate Change: Using the climate change component of the assessments, describe the

identified potential measures and quantify the potential category level costs.

i. Pressures: Summarize known pressures from data collection and interview process.

ii. Portfolio Analysis

a. Overall conditions: as above – at the portfolio level.

b. Long term sustainable funding: as above – at the portfolio level.

c. Accessibility: Considering current (or pending) regulations and government trends, and

using the detailed assessments completed as a baseline, describe the identified

potential measures, quantify their cost to implement and make recommendations on

implementation (extent of) at the portfolio level.

d. Climate Change: Using the climate change component of the assessments, describe the

identified potential measures and quantify the potential portfolio level costs.

e. Asset suitability: as above – at the portfolio level.

f. Pressures: as above – at the portfolio level. Identify and qualify observed and

foreseeable risks to the asset portfolio.

3.1.5 WP5: Review of PCA Asset Management Methodologies The Consultant will review and make recommendations for potential updates to PCA’s RMP Manual

based on industry best practices, federal government and PCA specific considerations. The Manual is

expected to be the primary guidance document for Parks Canada’s technical asset management

community.

3.1.6 WP6: Reporting and Recommendations This work package involves the delivery of a report that presents information pertaining to the outputs

of all work packages including, but not limited to: executive summary, background, scope, assumptions,

methodology, results, observations and recommendations.

Any general observations and recommendations related to the results that are based on the

Consultant’s expert knowledge and expertise. The conclusions and qualitative judgements must be

evidence based such that a prudent, informed expert would reach the same conclusions as the

Consultant. The Consultant should specify their level of confidence in their conclusions (e.g., if they

have a high, moderate or low level of confidence). It is acknowledged that level of confidence is a

function of the amount and types of evidence gathered, therefore the kinds and extent of evidence to

be assessed and the level of confidence to be achieved is to be determined in conjunction with PCA.

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 21 of - de 39

3.2 Meetings and Communications The Consultant will be required to attend and provide minutes for the following meetings:

i. September 2017: Start-up meeting with the PCA Representative and team at project start-up to

confirm project requirements. In person at Parks Canada’s office in Gatineau, QC.

ii. October – November 2017: Bi-weekly progress updates by video or tele-conference.

iii. December 2017: In person attendance to three day Climate Change Adaptation and Mitigation

workshop in Gatineau, QC.

iv. January 2018: At early stages of analysing the assessment results. In person at either Parks

Canada’s office in Gatineau, QC or Calgary, AB. Meeting site will be decided after contract

award and will be based on the closest proximity to the contractor’s place of business.

v. January – February 2018: Analysis progress updates by video or tele-conference as needed, or at

a minimum, a bi-weekly e-mail update.

vi. March 2018: Presentation of Final Report. In person at either Parks Canada’s office in Gatineau,

QC or Calgary, AB. Meeting site will be decided after contract award and will be based on the

closest proximity to the contractor’s place of business.

3.3 Travel The travel requirements for this project are summarized here:

i. Start-up meeting Gatineau QC. (One day meeting)

ii. Asset Assessments – see Appendix 2 for complete list of sites.

iii. Data Analysis Meeting.

iv. Climate Change Adaptation and Mitigation Workshop in Gatineau QC. (Three day meeting)

v. Final reporting presentation, Gatineau QC or Calgary AB. (One day meeting)

3.4 Language Requirements The language requirement for this project is effective written and spoken English. For direct interaction

with site representatives in bilingual regions such as Quebec, a bilingual Parks Canada engineer and/or

asset representative will be available if required to support effective communications. Project

documents, including the final report and executive presentation, are to be in English.

3.5 Timelines Project milestones and estimated timelines are as follows:

i. September 2017

Project start-up; meeting with Park Representative and team Establishing the Assessment Framework

ii. October – December 2017

Gathering and Reviewing Relevant Information Site visits and Asset Assessments Providing individual asset condition reports

iii. January – February 2018

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 22 of - de 39

Consolidation of PCA and Consultant asset condition data Providing Observations and Recommendations Preparation of 85% draft of final report and presentations

iv. March 2018

Submit Final Report

3.6 Deliverables The deliverables expected from the Consultant are:

i. Initial project plan and schedule (WP1)

ii. Validated list of assets (WP1)

iii. Asset Assessment Report template (WP2)

iv. Draft Final Report sections Scope, Assumptions and Methodology (end of WP2)

v. Sample of draft Asset Assessment Report(s) (early in WP3)

vi. Asset Assessment data and reports (end of WP3)

vii. Draft Final Report section Results (end of WP3)

viii. Data Analysis approach and initial evaluation (descriptive presentation, midpoint of WP4)

ix. Final Report 85% draft (WP5, WP6)

x. Final Report (WP5, WP6)

xi. Meeting minutes for all meetings

xii. Bi-weekly progress updates (email)

3.7 Payment Schedule The payment schedules for the Consultant are:

i. 5% of total contract value payable upon completion of the initial project plan and schedule

(WP1) upon submission of an invoice and its acceptance and approval by the project authority.

ii. 5% of total contract value payable upon completion of the Asset Assessment Report template

(WP2) upon submission of an invoice and its acceptance and approval by the project authority.

iii. 10% of total contract value payable upon completion of draft Final Report sections Scope,

Assumptions and Methodology (end of WP2) upon submission of an invoice and its acceptance

and approval by the project authority.

iv. 10% of total contract value payable upon completion of the Asset Assessment data and reports

(end of WP3) upon submission of an invoice and its acceptance and approval by the project

authority.

v. 10% of total contract value payable upon completion of the draft Final Report section Results

(end of WP3) upon submission of an invoice and its acceptance and approval by the project

authority,

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 23 of - de 39

vi. 15% of total contract value payable upon completion of the Data Analysis approach and initial

evaluation (descriptive presentation, midpoint of WP4) upon submission of an invoice and its

acceptance and approval by the project authority.

vii. 15% of total contract value payable upon completion of the Final Report 85% draft (WP5, WP6)

upon submission of an invoice and its acceptance and approval by the project authority.

viii. 30% of total contract value payable upon completion of the Final Report (WP5, WP6) upon

submission of an invoice and its acceptance and approval by the project authority.

4. Responsibilities

4.1 Consultant Project management and completion of all work described in this Statement of Work and associated attachments. Mobilization of necessary labour to PCA selected sites at the appropriate times for all aspects of this contract. The consultant shall be responsible for all travel to and from the work site. Provision of appropriate (dependant on asset category and any other applicable factors) expertise (labour) to conduct each on site asset assessment. Must seek prior direction and approval from the Parks Canada Representative on any areas of the contract that are uncertain prior to engaging in that aspect of the contract. Conduct work in a way that does not impede public where access by the public is permitted.

4.2 Parks Canada Agency Provide supporting information and documents for review. Coordinate Asset/Site selection and coordinate site visits. Timely response to inquiries and draft report feedback.

Appendices to Annex A Appendix 1 Built Asset Categories Appendix 2 Asset Assessment List Appendix 3 Asset Assessment Data Spreadsheet Appendix 4 NAR 2012 Fact Sheets Appendix 5 Recapitalization Management Process (RMP) Manual

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 24 of - de 39

ANNEX B

BASIS OF PAYMENT

Bidders will provide a firm all inclusive prices for the services as outlined in the Statement of Work.

The price quotes is to be exclusive of the Goods and Services Tax (GST) or the Harmonised Sales Tax (HST).

HST/GST must be priced separately

All pricing provided will remain in effect for the duration of the contract.

Item

Description

Total

1 All inclusive firm price for services as outlined in the

Annex A – Statement of Work

$

2 HST/GST

$

TOTAL

$

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 25 of - de 39

ANNEX C

EVALUATION CRITERIA

1. Mandatory Technical Criteria Proposals will be evaluated in accordance with the mandatory requirements as detailed herein. Bidders are instructed to address each requirement in sufficient depth to permit a complete requisite analysis and assessment by the Evaluation Team. Proposals failing to adequately respond to the mandatory requirements will be excluded from further consideration.

Item No.

Evaluation Criteria

M1

The proponent must identify the name of the Proponent firm, key Sub-Consultant firms, key Specialists and key personnel to be assigned to this assignment, along with their licensing and/or professional affiliation(s). An example of an acceptable format for submission of the team identification information is provided in Annex D attached.

Mandatory Met / Not Met

M2

The Consultant team must have expertise in engineering, architecture and asset management (minimum 5 years) and be licensed to provide the necessary professional services to the full extent that may be required by provincial law.

Mandatory Met / Not Met

M3

Consultant team must include at least one senior level engineer with a minimum of 8 years’ experience in infrastructure management and/or

assessments.

Mandatory Met / Not Met

M4

In addition the Consultant team must have extensive expertise and relevant recent experience (minimum 8 years within the past 5 years) in asset assessments of built assets to include all of the built assets identified in the Scope of Work (Annex A, Appendix 2) such as marine assets (dams) and heritage assets.

Mandatory Met / Not Met

M5 Proponents must provide two (2) projects undertaken within the last three (3) years. Submissions from joint ventures must identify proponent as the prime contractor on the contract

Mandatory Met / Not Met

2. Point Rated Technical Criteria Each Technical Bid which meets all the Mandatory Requirements specified above for this resource category, will be evaluated and scored in accordance with the following evaluation criteria. To be considered proposals must receive the minimum points in each of the four(4) rated criterion below

Item No.

Evaluation Criteria Point Criteria Maximum Points

R1

Past Achievements on Projects Bid demonstrates the proponent’s accomplishments, achievements and experience on similar projects. Parks Canada will evaluate only the first two (2) projects in

8 - 10 = VERY GOOD TO EXCELLENT: Should ensure very good to extremely effective performance. Both projects are very relevant in terms of diversity of

10

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 26 of - de 39

order of appearance in the Bidders proposal. Each project submitted should include: (a) An explanation on how each listed past project is

comparable/ relevant to the requested project;

(b) A brief description and intent of each project including a discussion of approach to meet the project objectives, deliverables, challenges and timelines;

(a) Past innovative and creative solutions offered and resulting impacts;

(b) An explanation of any variance in budget between the contract price and final cost, and how the variance was managed;

(c) An explanation of any variance in project schedule control and management between the initial schedule and final completion date, and how the variance was managed;

(d) Client references - provide the name, address, phone and fax of client contacts at a working level; and,

(e) Names of key personnel responsible for project delivery.

assets and scope of services. Past work is a strong indicator that current project will be delivered successfully. 5 - 7 = GOOD: Should be more than sufficient for effective performance. Both projects are relevant with one being very relevant in terms of diversity of assets and scope of services. Past work indicates that current project is likely to be delivered successfully. 3 - 4 = ACCEPTABLE: Should be sufficient for effective performance. Both projects are relevant. 1 - 2 = JUST ACCEPTABLE: Should meet minimum performance requirements. One project is relevant. 0 = UNACCEPTABLE: Insufficient for performance requirements; one (1) or more project(s) provided not undertaken within last three (3) years.

R2

Qualifications and Past Achievements of Key Personnel on Projects Bid demonstrates the experience and performance of key personnel to be assigned to this project regardless of their past association with the current proponent firm. This is the opportunity to emphasize the strengths of the individuals on the team, to recognize their past responsibilities, commitments, and achievements. Information for key personnel should include: (a) Brief CV's of a maximum of five (5) key project

personnel of the consultant team who will be assigned to this project;

(b) Expertise in the field of built asset management

including asset management planning, asset valuation, asset performance measures and assessment, condition assessment, data collection and management, level of service assessment, financial forecasting and life-cycle analysis.

8 - 10 = VERY GOOD TO EXCELLENT: Should ensure very good to extremely effective performance. Team as a whole has demonstrated significant expertise in the management and/or assessment of civil infrastructure (highways, bridges, dams) and buildings. 5 - 7 = GOOD: Should be more than sufficient for effective performance. Team as a whole has demonstrated expertise in the management and/or assessment of civil infrastructure (highways, bridges, dams) and buildings. 3 - 4 = ACCEPTABLE: Should be sufficient for effective performance. 1 - 2 = JUST ACCEPTABLE: Should meet minimum performance requirements. 0 = UNACCEPTABLE: Insufficient for

10

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 27 of - de 39

(c) Professional accreditation, accomplishments, achievements, and awards;

(d) Relevant experience, expertise, competence, and number of years of experience;

(e) Role, responsibility and degree of involvement on past relevant projects; and

(f) The extent to which proposed members of the consultant team have successfully performed services for projects comparable to the subject project.

performance requirements. Team as a whole has not demonstrated expertise in the management and/or assessment of civil infrastructure (highways, bridges, dams) and buildings.

R3

Understanding of the Project Bid demonstrates understanding of the goals of the project, the asset data and methodology assessment and evaluation requirements, the constraints and the issues that will determine the end product. Information related to the understanding of the project should include: (a) Data evaluation and asset assessment requirements;

(b) Significant issues, challenges and constraints;

(c) Project schedule and risk management elements that

may affect the project; and, Cost planning and budgeting and risk management elements that may affect the project.

8 - 10 = VERY GOOD TO EXCELLENT: Should ensure very good to extremely effective performance. Bid clearly demonstrates Proponent has a very good understanding of project requirements. 5 - 7 = GOOD: Should be more than sufficient for effective performance. Bid demonstrates Proponent has a good understanding of project requirements. 3 - 4 = ACCEPTABLE: Should be sufficient for effective performance. 1 - 2 = JUST ACCEPTABLE: Should meet minimum performance requirements. 0 = UNACCEPTABLE: Insufficient for performance requirements.

15

R4

Scope of Services Bid demonstrates capability to perform the services and meet project challenges. Information related to the scope of services should include: (a) Scope of Services – detailed list of services that will

likely be required on this project;

(b) Work Plan – A detailed breakdown of work tasks and deliverables; and,

Project Schedule – proposed schedule, showing major

8 - 10 = VERY GOOD TO EXCELLENT: Should ensure very good to extremely effective performance. Scope of services is comprehensive and provides enough detail to demonstrate work plan and schedule are very likely to be achieved. 5 - 7 = GOOD: Should be more than sufficient for effective performance. Scope of services provides enough detail to demonstrate work plan and schedule are likely to be achieved. 3 - 4 = ACCEPTABLE: Should be

20

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 28 of - de 39

milestones.

sufficient for effective performance. 1 - 2 = JUST ACCEPTABLE: Should meet minimum performance requirements. 0 = UNACCEPTABLE: Insufficient for performance requirements. Project schedule does not meet project timelines.

R5

Management of Services Information related to the management of services should include: (a) Project management approach to working with Parks

Canada;

(b) Understanding of Parks Canada and working with governments in general;

(c) Consultant Team's management structure and organization. Provide organization charts to explain:

i. The Team Structure including responsibilities and reporting relationships of the consultant, sub-consultants and specialists. If the Proponent proposes to provide multidisciplinary services which might otherwise be performed by a sub-consultant, this should be indicated here. Include Joint Venture business plan, if applicable;

ii. The roles, responsibilities and assignments of project personnel on the project; and

iii. Indicate what back-up support will be provided. (d) The consultant team should include, as a minimum,

the team identified earlier;

(e) An action plan of the services with implementation strategies and sequence of main activities (work breakdown structure);

(f) Quality control techniques;

(g) Cost control techniques; and

Communication strategies including how the response time requirements will be met.

8 - 10 = VERY GOOD TO EXCELLENT: Should ensure very good to extremely effective performance. Information provides the right amount of detail to demonstrate the management of services are very likely to be achieved. Roles and responsibilities are very clearly defined to meet the project requirements. 5 - 7 = GOOD: Should be more than sufficient for effective performance. Information provides enough detail to demonstrate the management of services are likely to be achieved. 3 - 4 = ACCEPTABLE: Should be sufficient for effective performance. 1 - 2 = JUST ACCEPTABLE: Should meet minimum performance requirements. 0 = UNACCEPTABLE: Insufficient for performance requirements.

15

R6 Philosophy, Approach and Methodology

8 - 10 = VERY GOOD TO EXCELLENT: Should ensure very good to extremely

15

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 29 of - de 39

Bid elaborates on those aspects of the project considered being a major challenge to illustrate philosophy, approach, and methodology. This is the opportunity to state the overall philosophy of the team as well as its approach for resolving issues and, in particular, to focus on the unique aspects of the current project. Information related to the philosophy, approach and methodology should include: (a) Proposed methodology for carrying out the work;

(b) Innovative solutions and/or options that improve

upon the project efficiency and outcomes; and,

The major challenges and how the team approach will be applied to those particular challenges.

effective performance. The Bid demonstrate the Proponent’s thorough understanding of the project requirements and challenges resulting in proposals that will improve upon the original planned project outcomes. 5 - 7 = GOOD: Should be more than sufficient for effective performance. The Bid demonstrate the Proponent’s understanding of the project requirements and challenges resulting in proposals that are likely to improve upon the original planned project outcomes. 3 - 4 = ACCEPTABLE: Should be sufficient for effective performance. 1 - 2 = JUST ACCEPTABLE: Should meet minimum performance requirements. 0 = UNACCEPTABLE: Insufficient for performance requirements.

Total Points Available 85

Minimum Points Acceptable 50

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 30 of - de 39

ANNEX "D"

TEAM IDENTIFICATION FORMAT The prime consultant and other members of the Consultant Team shall be, or eligible to be, licensed, certified or otherwise authorized to provide the necessary professional services to the full extent that may be required by provincial or territorial law.

1. Prime Consultant (Offeror): Firm: Name: ______________________________________

Key Individuals and provincial/territorial professional licensing status: _______________________________________________________ _______________________________________________________ _______________________________________________________ _______________________________________________________ _______________________________________________________ _______________________________________________________

2. Key Sub-Consultants / Specialists: Firm: Name: ______________________________________

Key Individuals and provincial/territorial professional licensing status: _______________________________________________________ _______________________________________________________ _______________________________________________________ _______________________________________________________

2. Key Sub-Consultants / Specialists (cont.): Firm: Name: ______________________________________

Key Individuals and provincial/territorial professional licensing status: _______________________________________________________

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 31 of - de 39

_______________________________________________________ _______________________________________________________ _______________________________________________________

Firm: Name: ______________________________________

Key Individuals and provincial/territorial professional licensing status: _______________________________________________________ _______________________________________________________ _______________________________________________________ _______________________________________________________

Firm: Name: ______________________________________

Key Individuals and provincial/territorial professional licensing status: _______________________________________________________ _______________________________________________________ _______________________________________________________ _______________________________________________________

2. Key Sub-Consultants / Specialists (cont.): Firm: Name: ______________________________________

Key Individuals and provincial/territorial professional licensing status: _______________________________________________________ _______________________________________________________ _______________________________________________________ _______________________________________________________

Firm: Name: ______________________________________

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 32 of - de 39

Key Individuals and provincial/territorial professional licensing status: _______________________________________________________ _______________________________________________________ _______________________________________________________ _______________________________________________________

Firm: Name: ______________________________________

Key Individuals and provincial/territorial professional licensing status: _______________________________________________________ _______________________________________________________ _______________________________________________________ _______________________________________________________

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 33 of - de 39

ANNEX E

Declaration / Certifications Form ___________________________________________________________________________________ Name of Proponent: Street Address: Mailing Address (if different than street address) City: City: Prov./Terr./State: Prov./Terr./State: Postal/ZIP Code: Postal/ZIP Code: Telephone Number :( ) Fax Number: ( ) E-Mail: Procurement Business Number: ___________________________________________________________________________________ Type of Organization Size of Organization ___ Sole Proprietorship Number of Employees _______ ___ Partnership Graduate Architects/ _________ Prof. Engineers: ___ Corporation Other Professionals _________ ___ Joint Venture Technical Support _________ Other _________

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 34 of - de 39

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 FPS, proponents must provide the information required below before the issuance of a standing offer. If the answer to the questions and, as applicable the information required have not been received by the time the evaluation of proposals is completed, Canada will inform the Proponent 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 proposal 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 Proponent a FPS in receipt of a pension? YES ( ) NO ( ) If so, the Proponent must provide the following information, for all FPS in receipt of a pension, as applicable: (a) name of former public servant; (b) date of termination of employment or retirement from the Public Service. By providing this information, proponents agree that the successful Proponent's status, with respect to being a former public servant in receipt of a pension, will be reported on departmental websites as part of

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 35 of - de 39

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 Proponent a FPS who received a lump sum payment pursuant to the terms of a Work Force Adjustment Directive? YES ( ) NO ( ) If so, the Proponent 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; (g) number and amount (professional fees) of other contracts subject to the restrictions of a work force adjustment 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 the Goods and Services Tax or Harmonized Sales Tax.

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 36 of - de 39

Declaration / Certifications Form ___________________________________________________________________________________ Name of Proponent: ___________________________________________________________________________________ This Declaration forms part of the offer. Education, Professional Accreditation and Experience: All statements made with regard to the education, professional accreditation and the experience of individuals proposed for providing services under the Standing Offer are accurate and factual, and we are aware that Canada reserves the right to verify any information provided in this regard and that untrue statements may result in the proposal being declared non-responsive. Should a verification by Canada disclose untrue statements, Canada shall have the right to treat any standing offer resulting from this solicitation as being in default and to terminate it accordingly. DECLARATION: I, the undersigned, being a principal of the Proponent, hereby certify that the information given on this form and in the attached Proposal is accurate to the best of my knowledge. Name (print): __________________________________ Capacity: __________________________________ Signature ___________________________________ Telephone Number: ( ) ________________ Fax Number: ( ) ________________ E-mail: ____________________________ Date: ___________________ During proposal evaluation period, Parks Canada contact will be with the above named person. This Appendix A should be completed and submitted with the proposal, but may be submitted afterwards as follows: if any of these required certifications is not completed and submitted with the proposal, the Contracting Authority will inform the Proponent 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 proposal non-responsive.

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 37 of - de 39

ANNEX “F”

INTEGRITY PROVISIONS

List of names: All suppliers, regardless of their status under the policy, must submit the following information when participating in a procurement processor real property transaction:

i. suppliers that are corporate entities, including those bidding as joint ventures, must provide a complete list of the names of all current directors or, for a privately owned corporation, the names of the owners of the corporation;

ii. suppliers bidding as sole proprietors, including sole proprietors bidding as joint ventures, must provide a complete list of the names of all owners; or

iii. suppliers that are a partnership do not need to provide a list of names.

If the list of names has not been received in a procurement process or real property transaction by the time the evaluation of bids or offers is completed, or has not been received in a procurement process or real property transaction where no bid/offer will be submitted, the contracting authority will inform the supplier of a time within which to provide the information. Providing the required names is a mandatory requirement for award of a contract or real property agreement. Failure to provide the list of names within the time specified will render a bid or offer non-responsive, or the supplier otherwise disqualified for award of a contract or real property agreement. For more information or additional forms concerning Canada’s Integrity Regime consult http://www.tpsgc-pwgsc.gc.ca/ci-if/ci-if-eng.html. .Company Information

Legal Business Name (required) :

Alternative name (optional) :

Operating as (optional) :

PBN (optional):

Board of Directors (required) (add additional lines as required)

Director full name Position (optional)

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 38 of - de 39

Annex G ATTESTATION FORM

The following form must be completed and signed prior to commencing work on Parks Canada Sites.

Attestation and Proof of Compliance with Occupational Health and Safety (OHS)

Submission of this completed form, satisfactory to Parks Canada, is a condition of gaining access to the work place. Parks Canada recognizes that federal OHS legislation places certain specific responsibilities upon Parks Canada as owner of the work place. In order to meet those responsibilities, Parks Canada is implementing a contractor safety regime that will ensure that roles and responsibilities assigned under Part II of the Canada Labour Code and the Canada Occupational Health and Safety Regulations are implemented and observed when involving contractor(s) to undertake works in Parks Canada work places.

Location of Work

Parks Canada Responsible Authority/Project Lead

Address

Contact Information

Project Manager/Contracting Authority (delete as required)

Prime Contractor

Subcontractor(s) (add additional fields as required)

N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID 5P300-17-5359 Colleen Sheehan .

National Asset Review 2018-Parks Canada

Page 39 of - de 39

General Description of Work to be Completed

Mark “Yes” where applicable.

A meeting has been held to discuss hazards and access to the work place and all known and foreseeable hazards have been identified to the contractor and/or subcontractor(s)

The contractor and/or its subcontractor(s) will comply with all federal and provincial/territorial legislation and Parks Canada's policies and procedures, regarding occupational health and safety.

The contractor and/or its subcontractor(s) will provide all prescribed safety materials, equipment, devices and clothing.

The contractor and/or its subcontractor(s) will ensure that its employees are familiar with and use all prescribed safety materials, equipment, devices and clothing at all times.

The contractor and/or its subcontractor(s) will ensure that its activities do not endanger the health and safety of Parks Canada employees.

The contractor and/or its subcontractor(s) has inspected the site and has carried out a hazard assessment and has put in place a health and safety plan and informed its employees accordingly, prior to the commencement of the work.

Where a contractor and/or its subcontractor(s) will be storing, handling or using hazardous substances in the work place, it will place warning signs at access points warning persons of the presence of the substances and any precautions to be taken to prevent or reduce any hazard of injury or death.

The contractor and/or its subcontractor(s) will ensure that its employees are instructed in respect of any emergency procedures applicable to the site.

I, _________________________________ (contractor), certify that I have read, understood and attest that my firm, employees and all sub-contractors will comply with the requirements set out in this document and the terms and conditions of the contract. Name _____________________________ Signature _____________________________________ Date ____________________________