bid solicitation no.: 5000047405 return bids to: retourner

113
Bid Solicitation No.: 5000047405 Page 1 of 113 RETURN BIDS TO: RETOURNER LES SOUMISSIONS À: Bid Receiving - Environment Canada / Réception des soumissions – Environnement Canada Electronic Copy: [email protected] BID SOLICITATION DEMANDE DE SOUMISSONS PROPOSAL TO: ENVIRONMENT CANADA We offer to perform or provide to Canada the services detailed in the document including any attachments and annexes, in accordance with the terms and conditions set out or referred to in the document, at the price(s) provided. SOUMISSION À: ENVIRONNEMENT CANADA Nous offrons d’effectuer ou de fournir au Canada, aux conditions énoncées ou incluses par référence dans le document incluant toutes pièces jointes et annexes, les services détaillés dans le document, au(x) prix indiqué(s). Title – Titre Shellfish Water Classification Program Water Sampling Contract – British Columbia EC Bid Solicitation No. /SAP No. – Nº de la demande de soumissions EC / Nº SAP 5000047405 Date of Bid solicitation (YYYY-MM-DD) – Date de la demande de soumissions (AAAA-MM-JJ) 2020-01-24 Bid Solicitation Closes (YEAR- MM-DD) - La demande de soumissions prend fin (AAAA- MM-JJ) at – à 3:00 P.M. on – 2020-03-09 Time Zone – Fuseau horaire Eastern Standard Time F.O.B – F.A.B Not Applicable Address Enquiries to - Adresser toutes questions à Shawn Davis [email protected] Telephone No. – Nº de téléphone 819-938-3814 Fax No. – Nº de Fax Delivery Required (YEAR-MM-DD) – Livraison exigée (AAAA-MM-JJ) 2021-03-31 Destination - of Services / Destination des services British Columbia Security / Sécurité There is no security requirement associated with this requirement. Vendor/Firm Name and Address - Raison sociale et adresse du fournisseur/de l’entrepreneur Telephone No. – N° de téléphone Fax No. – N° de Fax 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) Signature Date

Upload: others

Post on 03-Dec-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 1 of 113

RETURN BIDS TO: RETOURNER LES SOUMISSIONS À:

Bid Receiving - Environment Canada / Réception des soumissions – Environnement Canada

Electronic Copy:[email protected]

BID SOLICITATION DEMANDE DE SOUMISSONS

PROPOSAL TO: ENVIRONMENTCANADA

We offer to perform or provide to Canada the services detailed in the document including any attachments and annexes, in accordance with the terms and conditions set out or referred to in the document, at the price(s) provided.

SOUMISSION À: ENVIRONNEMENT CANADA

Nous offrons d’effectuer ou de fournir au Canada, aux conditions énoncées ou incluses par référence dans le document incluant toutes pièces jointes et annexes, les services détaillés dans le document, au(x) prix indiqué(s).

Title – Titre Shellfish Water Classification Program Water Sampling Contract – British Columbia

EC Bid Solicitation No. /SAP No. – Nº de la demande de soumissions EC / Nº SAP 5000047405

Date of Bid solicitation (YYYY-MM-DD) – Date de la demande de soumissions (AAAA-MM-JJ) 2020-01-24

Bid Solicitation Closes (YEAR-MM-DD) - La demande de soumissions prend fin (AAAA-MM-JJ)

at – à 3:00 P.M. on – 2020-03-09

Time Zone – Fuseau horaire Eastern Standard Time

F.O.B – F.A.B Not Applicable

Address Enquiries to - Adresser toutes questions àShawn Davis [email protected] Telephone No. – Nº de téléphone 819-938-3814

Fax No. – Nº de Fax

Delivery Required (YEAR-MM-DD) – Livraison exigée (AAAA-MM-JJ) 2021-03-31

Destination - of Services / Destination des services British Columbia

Security / SécuritéThere is no security requirement associated with this requirement.

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

Telephone No. – N° de téléphone Fax No. – N° de Fax

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)

Signature Date

Page 2: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 2 of 113

TABLE OF CONTENTS

PART 1 – INFORMATION 1. Security Requirement 2. Statement of Work 3. Debriefings

PART 2 – BIDDER INSTRUCTIONS

1. Standard Instructions, Clauses and Conditions 2. Submission of Bids 3. Former public servants – Competitive Bid 4. Enquiries – Bid Solicitation 5. Applicable Laws 6. Basis for Canada's Ownership of Intellectual Property

PART 3 - BID PREPARATION INSTRUCTIONS

1. Bid Preparation Instructions

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION

1. Evaluation Procedures 2. Basis of Selection

PART 5 – CERTIFICATIONS

1. Certifications Required Precedent to Contract Award2. Certifications Required with the Bid

PART 6 - RESULTING CONTRACT CLAUSES

1. Security Requirement 2. Statement of Work 3. Standard Clauses and Conditions 4. Term of Contract 5. Authorities 6. Proactive Disclosure of Contracts with Former Public Servants 7. Payment 8. Invoicing Instructions 9. Certifications 10. Applicable Laws 11. Priority of Documents

List of Annexes:Annex A Statement of Work Annex B Basis of Payment Annex C Insurance

Page 3: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 3 of 113

PART 1 – GENERAL INFORMATION

1. Security Requirement

1.1 There is no security requirement associated with this requirement.

2. Statement of Work

The Work to be performed is detailed under Annex A, Statement of Work of the resulting contract.

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 of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

PART 2 – BIDDER INSTRUCTIONS

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 PWGSC 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 (2018-05-22) Standard Instructions - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the bid solicitation.

The standard instructions 2003 are modified as follows:

Under “Text” at 02: Delete: “Procurement Business Number” Insert: “Deleted”

At Section 02 Procurement Business Number Delete: In its entirety Insert: “Deleted”

At Section 05 Submission of Bids, Subsection 05 (2d): Delete: In its entirety Insert: “send its bid only to Environment Canada (EC) as specified on page 1 of the bid solicitation or to the address specified in the bid solicitation;”

At Section 06 Late Bids: Delete: “PWGSC” Insert: “Environment Canada”

At Section 07 Delayed Bids: Delete: “PWGSC” Insert: “Environment Canada”

Page 4: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 4 of 113

At Section 08 Transmission by Facsimile, Subsection 08 (1): Delete: In its entirety Insert: “Bids may be submitted by facsimile if specified in the bid solicitation.”

At Section 12 Rejection of Bid, Subsection 12 (1) a. and b.: Delete: In their entirety Insert: “Deleted”

At Section 17 Joint Venture, Subsection 17 (1) b.: Delete: “the Procurement Business Number of each member of the joint venture,” Insert: “Deleted”

At Section 20 Further Information, Subsection 20 (2): Delete: In its entirety Insert: “Deleted”

At Section 05 Submission of Bids, Subsection 05 (4) Delete: “sixty (60) days” Insert: “one hundred and twenty (120) days”

2. Submission of Bids

2.1 Bids must be submitted to Environment Canada (EC) at the address and by the date, time and place indicated on page 1 of the bid solicitation.

3. Former Public Servant – Competitive Bid

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, 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

Page 5: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 5 of 113

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;

b. date of termination of employment or retirement from the Public Service.

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;

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 Applicable Taxes.

4. Enquiries - Bid Solicitation

Page 6: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 6 of 113

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.

5. Applicable Laws

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

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.

6. Basis for Canada's Ownership of Intellectual Property

Environment Canada has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada, on the following grounds:

6.4.1 the main purpose of the contract, or of the deliverables contracted for, is to generate knowledge and information for public dissemination.

PART 3 – BID PREPARATION INSTRUCTIONS

1. Bid Preparation Instructions

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

Section I: Technical Bid (1 electronic copy)

Section II: Financial Bid (1 electronic copy)

Section III: Certifications (1 electronic 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:

Note for electronic submission of bids:

In order to be considered, bids must be received no later than 1500h (3 p.m.) (Eastern Standard Time) on the date and time indicated on the cover page to herein as the “Closing Date.” Bids received after the Closing Date will be considered non-responsive and will not be considered for contract award. Bids submitted by email must be submitted ONLY to the following email address:

Email Address: [email protected] Attention: Shawn Davis

Page 7: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 7 of 113

Solicitation Number: 5000047405

Bidders should ensure that their name, address, Closing Date of the solicitation and Solicitation Number are clearly indicated in the body of their email. Bids and supporting information may be submitted in either English or French.

The total size of the email, including all attachments, must be less than 15 megabytes (MB). It is each Bidder’s responsibility to ensure that the total size of the email does not exceed this limit.

Bids sent by fax will not be accepted.

It is important to note that emails systems can experience systematic delays and, at times, large attachments may cause systems to hold or delay transmission of emails. It is solely the Bidder’s responsibility to ensure that the Contracting Authority receives a bid on time, in the mailbox that has been identified for bid receipt purposes. Date stamps for this form of transmission are not acceptable. . 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 carry out the Work

Section II: Financial Bid

1. Bidders must submit their financial bid in accordance in accordance with the Basis of Payment in Annex B. The total amount of Applicable Taxes must be shown separately.

1.1 Price Breakdown

In their financial bid, the bidders are requested to provide a detailed breakdown of the price for the following elements for each task of the Work, as applicable:

(a) Professional fees: For each individual and (or) labour category to be assigned to the Work, the bidders should indicate: i) the firm hourly rate or the firm daily rate, inclusive of overhead and profit; and ii) the estimated number of hours or days, as applicable. The bidders should indicate the number of hours in one working day.

The professional fees must include the total estimated cost of all travel and living expenses that may need to be incurred for: (i) Work described in Part 6, Resulting Contract of the bid solicitation required to be

performed within the Ontario Region; (ii) travel between the successful bidder’s place of business and Canada Centre for Inland

Waters; (iii) the relocation of resources.

to satisfy the terms of any resulting contract. These expenses cannot be charged directly and separately from the professional fees to any contract that may result from the bid solicitation.)

(b) Equipment (if applicable): The bidders should specify each item required to complete the Work and provide the pricing basis of each one, Canadian customs duty and excise taxes included, as applicable. These items will be deliverable to Canada upon completion of the contract.

(c) Materials and Supplies (if applicable): The bidders should identify each category of materials and supplies required to complete the Work and provide the pricing basis. The Bidder should indicate, on a per category basis, whether the items are likely to be consumed during the performance of any resulting contract.

(d) Travel and Living Expenses (if applicable): The bidders should indicate the number of trips and the number of days for each trip, the cost, destination and purpose of each journey, together with the basis of these costs without exceeding the meal, private vehicle and incidental

Page 8: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 8 of 113

expenses provided 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".

(e) Subcontracts (if applicable): The bidders should identify all of the proposed subcontractors and provide in their financial bid for each one a price breakdown.

(f) Other Direct Charges (if applicable): The bidders should identify all of the categories of other direct charges anticipated, such as long distance communications and rentals, providing the pricing basis for each and explaining the relevance to the work described in the resultant contract in part 6 of the bid solicitation.

(g) Applicable Taxes: The bidders should indicate the Applicable Taxes separately.

1.2 Bidders should include the following information in their financial bid:

(a) Their legal name; and (b) The name of the contact person (including this person’s mailing address, phone and facsimile

numbers and email address) authorized by the Bidder to enter into communications with Canada with regards to their bid; and any contract that may result from their bid.

Section III - Certifications

1. Certifications Required Precedent to Contract Award

Bidders must provide the required certifications Part 5.

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION

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.

1.1 Technical Evaluation

Except where expressly provided otherwise, the experience described in the bid must be the experience of the Bidder itself (which includes the experience of any companies that formed the Bidder by way of a merger but does not include any experience acquired through a purchase of assets or an assignment of contract). The experience of the Bidder's affiliates (i.e. parent, subsidiary or sister corporations), subcontractors, or suppliers will not be considered.

1.1.1 Point Rated Technical Criteria

A minimum score of 49 points out of 70 points must be obtained for the proposal to be considered responsive.

Point Rated Technical Criteria is included in Attachment 1 to Part 4.

1.2 Financial Evaluation

1.2.1 Mandatory Financial Criteria

Bids which fail to meet the Mandatory Financial Criteria will be declared non-responsive.

Page 9: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 9 of 113

Number Criterion Met/Not Met

Page Number

MF1 The maximum budget allocated for this project must not exceed:

Sample Area 1: Initial Contract Period, from April 1, 2020 to March 31, 2021, $375,000.00 Option Period 1, from April 1, 2021 to March 31, 2022, $386,000.00 Option Period 2, from April 1, 2022 to March 31, 2023, $398,000.00

Sample Area 2: Initial Contract Period, from April 1, 2020 to March 31, 2021, $60,000.00 Option Period 1, from April 1, 2021 to March 31, 2022, $62,000.00 Option Period 2, from April 1, 2022 to March 31, 2023, $64,000.00

Sample Area 3: Initial Contract Period, from April 1, 2020 to March 31, 2021, $80,000.00 Option Period 1, from April 1, 2021 to March 31, 2022, $82,000.00 Option Period 2, from April 1, 2022 to March 31, 2023, $85,000.00

All applicable taxes are extra. Bids valued in excess of this amount will be considered non-responsive. This disclosure of project funds does not commit Environment and Climate Change to pay such an amount.

1.2.2 Evaluation of Price

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

For evaluation purposes only, the price of the bid will be determined as follows:

Proposals will be evaluated out of 30 points

The proposal with the lowest price receives the maximum 30 points, and all higher priced proposals will be pro-rated relative to the lowest price

2. Basis of Selection

Environment and Climate Change Canada (ECCC) reserves the right to award one or more contracts as a result of this Request for Proposal.

ECCC has a requirement to conduct water sampling in three survey areas as outlined in Annex A, Statement of Work, 4.0 Objectives. ECCC will award up to 3 separate contracts based on the 3 different survey areas.

Bidders are permitted to bid on one or more survey area. If a bidder submits a bid for more than one survey area, then it must submit one bid that clearly addresses the requirements of each survey area. The bid will be evaluated in accordance with Attachment 1 to Part 4, Point Rated Technical Criteria. The evaluation will be completed on a by sample area basis in accordance with Section 2.1 at Part 4 – Evaluation Procedures and Basis of Selection and a contract will be awarded to the bidder obtaining the highest combined rating of technical merit and price in the specific sample area being evaluated.

A bidder must complete a price table for each sample area that it is bidding on in accordance with the Basis of Payment at Annex B.

Page 10: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 10 of 113

If a bidder is awarded a contract which contains more than one sample area, the services for each sample area must be provided concurrently in accordance with the Statement of Work (Annex A).

2.1 Basis of Selection - Highest Combined Rating of Technical Merit and Price

1. To be declared responsive, a bid must:

(a) comply with all the requirements of the bid solicitation;

(b) meet all mandatory financial criteria;

and

(c) obtain the required minimum points of 49 overall for the technical evaluation criteria which are subject to point rating.

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

3. The evaluation will be based on the highest responsive combined rating of technical merit and price. The ratio will be 70% for the technical merit and 30 % for the price.

4. To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained / maximum number of points available multiplied by the ratio of 70%.

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

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

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 100 and the lowest evaluated price is $55,000.00.

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

Bidder Bidder 1 Bidder 2 Bidder 3

Overall Technical Score 90/100 70/100 80/100

Bid Evaluated Price $75,000.00 $55,000.00 $65,000.00

Calculations

Technical Merit Score 90/100 x 70 = 63 70/100 x 70 = 49 80/100 x 70 = 56

Pricing Score 55/75 x 30 = 22 55/55 x 30 = 30 55/65 x 30 = 25

Combined Rating 85 79 81

Overall Rating 1st 3rd 2nd

Page 11: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 11 of 113

ATTACHMENT 1 TO PART 4 POINT RATED TECHNICAL CRITERIA

Point-Rated Technical Criteria

Item Criteria Max Points

Score Comments

Workplan, Methodology and Approach R.1. Proposed workplan, methodology and

approach meets project scope, objectives and satisfies the statement of work. This should include the following key components:

scope and objectives (work to be done),

approach and methodology, breakdown of project into logistical

tasks, planning and details of each task, estimation of the level of effort and

allocation of personnel required to complete the work

availability of assigned personnel, equipment and adequate backup

30 pts: The Bidder has provided a relevant, detailed and clear description of the workplan, methodology and approach that will be used for each component. 25 pts: The Bidder has provided a relevant description of the workplan, methodology and approach that will be used that is lacking in one of the key components. 20 pts: The Bidder has provided a relevant description of the workplan, methodology and approach that will be used that is lacking in two of the key components. 15 pts: The Bidder has provided a relevant description of the workplan, methodology and approach that will be used that is lacking in three of the key components. 10 pts: The Bidder has provided a relevant description of the workplan, methodology and approach that will be used that is lacking in four of the key components. 5 pts: The Bidder has provided a relevant description of the workplan, methodology and approach that will be used that is lacking in five of the key components. 0 pt: The Bidder has provided a relevant description of the workplan, methodology and approach that will be used that is lacking in five or more of the key components.

30

R.2. Recognition of possible problems, quality of 10

Page 12: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 12 of 113

Item Criteria Max Points

Score Comments

proposed solutions and additional innovative and feasible suggestions.

10 pts: The proposal has identified possible problems and includes proposed solutions that are innovative, feasible and efficient. 7 pts: The proposal has identified possible problems and includes proposed solutions which are innovative and feasible but are not efficient. 5 pts: The proposal has identified possible problems and includes proposed solutions but which are not innovative, feasible or efficient 2 pts: The proposal has identified possible problems but does not include any proposed solutions. 0 pts: The proposal has not identified any possible problems.

Experience and EducationThe proposal should include:

A company profile with detailed project listing of relevance to this project, The Project Team and each member’s contribution to the project, Resumes for each member of the Project Team. Resumes should clearly demonstrate:

education, specific project related training and certifications, related work experience and skills obtained from conducting similar studies.

R.3. The Bidder should demonstrate in its proposal, the experience of the organization in conducting water quality studies (sampling) projects in the coastal marine environment.

5 pts: >10 years of experience 3 pts: >5 to 10 years of experience 1 pts: >2 to 5 years of experience 0 pt: no experience

5

R.4. The Bidder should demonstrate in its proposal, the experience of the Project Manager in leading and coordinating water quality studies (sampling) in the coastal marine environment.

5 pts: >10 years of experience 3 pts: >5 to 10 years of experience 1 pts: >2 to 5 years of experience 0 pt: no experience

5

R.5. The Bidder should demonstrate in its proposal, the experience of the Project Team, excluding the project manager, in conducting water quality studies (sampling) in the coastal marine environment.

10 pts: >10 years of combined experience

10

Page 13: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 13 of 113

Item Criteria Max Points

Score Comments

5 pts: >5 to 10 years of combined experience 1 pts: >2 to 5 years of combined experience 0 pt: no experience

R.6. The Bidder should demonstrate in its proposal the educational background of the assigned personnel. Educational background includes post-secondary study in the field of science or environmental science. Relevant certifications might include training in first aid, driving and boating.

5 pts: 80-100% of personnel assigned to project have an educational background in science or environmental studies and relevant certifications. 3 pts: 50-79% of personnel assigned to project have an educational background in science or environmental studies and relevant certifications. 1 pts: 20-49% of personnel assigned to project have an educational background in science or environmental studies and relevant certifications. 0 pt: 0-19% of personnel assigned to project have an educational background in science or environmental studies and relevant certifications.

5

Environmental Quality of OperationsR.7. The Bidder should demonstrate in its proposal,

environmental considerations while fulfilling the requirements of the proposal. This should include the following key components:

equipment, supplies, processes

5 pts: The Bidder has provided a description of how environmental considerations will be fulfilled that includes all of the key components. 3 pts: The Bidder has provided a description of how environmental considerations will be fulfilled that is lacking in one of the key components. 1 pts: The Bidder has provided a description of how environmental considerations will be fulfilled that is lacking in two of the key components. 0 pts: The Bidder has not provided a description of how environmental considerations will be fulfilled.

5

70

Page 14: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 14 of 113

PART 5 - CERTIFICATIONS

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

The certifications provided by bidders to Canada are subject to verification by Canada at all times. Canada will declare a bid non-responsive, or will declare a contractor in default in carrying out any of its obligations under the Contract, 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 may render the bid non-responsive or constitute a default under the Contract.

1. Certifications Required Precedent to Contract Award

1.1 Integrity Provisions - Associated Information

By submitting a bid, the Bidder certifies that the Bidder and its Affiliates are in compliance with the provisions as stated in Section 01 Integrity Provisions - Bid of Standard Instructions 2003. The associated information required within the Integrity Provisions will assist Canada in confirming that the certifications are true.

1.2 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 (http://www.labour.gc.ca/eng/standards_equity/eq/emp/fcp/list/inelig.shtml) available from Employment and Social Development Canada (ESDC) - Labour's website.

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.

2. Additional Certifications Required Precedent to Contract Award

The certifications listed below should be completed and submitted with the bid but may be submitted afterwards. If any of these required certifications 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 comply with the request of the Contracting Authority and to provide the certifications within the time frame provided will render the bid non-responsive.

2.1 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

Page 15: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 15 of 113

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. Failure to comply with the request may result in the bid being declared non-responsive.

2.2 Education and Experience

SACC Manual clause A3010T (2010-08-16) Education and Experience

PART 6 - RESULTING CONTRACT

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

Title: Shellfish Water Classification Program Water Sampling Contract – British Columbia

1. Security Requirement

“Deleted”

2. Statement of Work

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

3. Standard Clauses and Conditions

All clauses and conditions identified in the Contract by number, date and title are set out in the PWGSC 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.

3.1 General Conditions

2010B (2018-06-21) General Conditions - Professional Services (Medium Complexity), as modified below, apply to and form part of the Contract.

General conditions 2010B is modified as follows:

At Section 12 Transportation Costs Delete: In its entirety Insert: “Deleted”

At Section 13 Transportation Carriers” Liability Delete: In its entirety. Insert: “Deleted”

At Section 18, Confidentiality: Delete: In its entirety Insert: “Deleted”

Insert Subsection: “35 Liability”

Page 16: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 16 of 113

“The Contractor is liable for any damage caused by the Contractor, its employees, subcontractors, or agents to Canada or any third party. Canada is liable for any damage caused by Canada, its employees or agents to the Contractor or any third party. The Parties agree that no limitation of liability or indemnity provision applies to the Contract unless it is specifically incorporated in full text in the Articles of Agreement. Damage includes any injury to persons (including injury resulting in death) or loss of or damage to property (including real property) caused as a result of or during the performance of the Contract.”

A. For professional services requirements where the deliverables are copyrightable works:

At Section 19 Copyright Delete: In its entirety Insert: 1. In this section:

"Material" means anything that is created or developed by the Contractor as part of the Work under the Contract, and in which copyright subsists. "Background Information" means all Intellectual Property that is not Foreground Information that is incorporated into the Work or necessary for the performance of the Work and that is proprietary to or the confidential information of the Contractor, its subcontractors or any other third party; "Foreground Information" means all Intellectual Property first conceived, developed, produced or reduced to practice as part of the Work under the Contract;

2. Material that is created or developed by the Contractor as part of the Work under the Contract belongs to Canada. The Contractor must incorporate the copyright symbol and either of the following notices, as appropriate: © Her Majesty the Queen in right of Canada (year) or © Sa Majesté la Reine du chef du Canada (année).

3. At the request of the Contracting Authority, the Contractor must provide to Canada, at the completion of the Work or at such other time as the Contracting Authority may require, a written permanent waiver of moral rights as defined in the Copyright Act, R.S., 1985, c. C-42, in a form acceptable to the Contracting Authority, from every author that contributed to the Work. If the Contractor is an author, the Contractor permanently waives the Contractor's moral rights.

4. All Intellectual Property Rights in the Material belongs to Canada as soon as they come into existence. The Contractor has no right in or to any such Intellectual Property except any right that may be granted in writing by Canada.

5. The Contractor also grants to Canada a non-exclusive, perpetual, irrevocable, worldwide, fully-paid and royalty-free license to use the Background Information to the extent that this information is required by Canada to exercise its rights to use the Material. This license cannot be restricted in any way by the Contractor providing any form of notice to the contrary, including the wording on any shrink-wrapped license attached to any deliverable.

At Section 06 Subcontracts Delete: paragraphs 1, 2, and 3 in their entirety. Insert: “The Contractor may subcontract the supply of goods or services that are customarily subcontracted by the Contractor. Subcontracting does not relieve the Contractor from any of its obligations under the Contract or impose any liability upon Canada to a subcontractor. In any subcontract, the Contractor agrees to bind the subcontractor by the same conditions by which the Contractor is bound under the Contract, unless the Contracting Authority agrees otherwise, with the exception of requirements under the Federal Contractors Program for employment equity which only apply to the Contractor.”

At Section 19 Copyright Delete: In its entirety Insert: “Deleted”

Page 17: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 17 of 113

4. Term of Contract

4.1 Period of the Contract

The period of the Contract is from date of Contract to March 31, 2021 inclusive.

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 2 additional 1 year period(s) 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 15 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.

5. Authorities

5.1 Contracting Authority

The Contracting Authority for the Contract is:

Name: __________ Title: __________ Environment and Climate Change Canada Procurement and Contracting Address: _________ Telephone: ___-___-_______ Email address: ______________

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.

5.2 Technical Authority

The Technical Authority for the Contract is:

Name: _________ Title: _________ Organization: __________ Address: __________ Telephone: ___-___-_____ Email address: ____________

The Technical Authority named above 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 Technical Authority, however the Technical 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.

Page 18: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 18 of 113

5.3 Contractor's Representative

The Contractor’s Representative for the Contract is:

Name: _________ Title: _________ Organization: __________ Address: __________ Telephone: ___-___-_____ Email address: ____________

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.

7. Payment

7.1 Basis of Payment

The Contractor will be reimbursed for the costs reasonably and properly incurred in the performance of the Work, as determined in accordance with the Basis of Payment in Annex B , to a limitation of expenditure of $________ (insert the amount at contract award). Customs duties are included and Applicable Taxes are extra.

7.2 Limitation of Expenditure

(a) Canada's total liability to the Contractor under the Contract must not exceed $ ______. Customs duties are (insert "included", "excluded" or "subject to exemption") and Applicable Taxes are extra.

(b) No increase in the total liability of Canada or in the price of the Work 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 approved, in writing, by the Contracting Authority before their incorporation into the Work. The Contractor must not perform any work or provide any service that would result in Canada's total liability being exceeded before obtaining the written approval of the Contracting Authority. The Contractor must notify the Contracting Authority in writing as to the adequacy of this sum:

(i) when it is 75 percent committed, or

(ii) four (4) months before the contract expiry date, or

(iii) as soon as the Contractor considers that the contract funds provided are inadequate for the completion of the Work,

whichever comes first.

(c) 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.

Page 19: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 19 of 113

8 Invoicing Instructions

8.1 Monthly Payments

Canada will pay the Contractor on a monthly basis for 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 Work performed has been accepted by Canada.

9. Certifications

9.1 Compliance

Compliance with the certifications provided by the Contractor in its bid is a condition of the Contract and subject to verification by Canada during the term of the Contract. If the Contractor does not comply with any certification or it is determined that any certification made by the Contractor in its bid is untrue, whether made knowingly or unknowingly, Canada has the right, pursuant to the default provision of the Contract, to terminate the Contract for default.

10. Applicable Laws

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

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) Modified 2010B General Conditions - Professional Services (Medium Complexity) (2018-06-21)(c) Annex A, Statement of Work; (d) Annex B, Basis of Payment; (e) Annex C – Insurance Requirements (f) 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).

Page 20: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 20 of 113

ANNEX A

STATEMENT OF WORK

The Contractor hereby agrees to

Provide marine water sampling services

1. TITLE

Shellfish Water Classification Program Water Sampling Contract – British Columbia

2. PROGRAM

Environment and Climate Change Canada (ECCC), Pacific & Yukon Region, Science & Technology Branch, Shellfish Water Classification Program (SWCP)

3. BACKGROUND

The Canadian Shellfish Sanitation Program (CSSP) has the primary objective of protecting public health from the consumption of contaminated bivalve molluscan shellfish by controlling harvesting of shellfish in Canada. Under the CSSP, shellfish harvest areas require annual review of sanitary conditions and bacteriological water quality sampling at key marine monitoring sites.

Public health protection is required due to the filter-feeding mechanism of bivalve molluscs (clams, oysters, mussels, etc.), which can concentrate, in their meats, potentially pathogenic bacteria and viruses found in growing waters polluted by fecal matter of human or animal origin. Many consumers prefer to eat shellfish that are partially cooked, such as steamed clams, or raw, as in the case of oysters. Thus, elevated concentrations of live and potentially harmful microorganisms may be ingested.

A bilateral Memorandum of Understanding between Canada and the United States of America on sanitary control of shellfish was signed in 1948 to ensure wholesomeness of shellfish harvested in both countries. In support of the Agreement, the CSSP manual requires all classified shellfish harvesting areas be surveyed annually for water quality; this work is the responsibility of ECCC’s SWCP.

For more information on the CSSP, please refer to the following link:

http://inspection.gc.ca/food/food-specific-requirements-and-guidance/fish/canadian-shellfish-sanitation-program/eng/1527251566006/1527251566942

4. OBJECTIVE

ECCC’s SWCP requires the services of a contractor to carry out annual bacteriological water quality sampling of shellfish harvest areas, according to the Zones identified in Appendices C, F and I. Sampling of shellfish harvesting areas along the British Columbia coast are divided up into three distinct Survey Areas as identified below. The data collected will be used to meet CSSP requirements and inform classification decisions.

Survey Areas:

Survey Area 1 - South Coast of British Columbia Appendix A to Annex A - General Description of Survey Area 1

Page 21: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 21 of 113

Appendix B to Annex A - Description of Survey Area 1 Appendix C to Annex A - Survey Maps and Locations of Survey Area 1

Survey Area 2 - Central Coast of British Columbia Appendix D to Annex A - General Description of Survey Area 2 Appendix E to Annex A - Description of Survey Area 2 Appendix F to Annex A - Survey Maps and Locations of Survey Area 2

Survey Area 3 - North Coast of British Columbia Appendix G to Annex A - General Description of the Survey Area 3 Appendix H to Annex A - Description of Survey Area 3 Appendix I to Annex A - Survey Maps and Locations of Survey Area 3

5. THE WORK

5.1 Collection of Samples

The Contractor must collect water samples near the surface (20 cm depth) at each marine sample site by boat, float-equipped aircraft or possibly, by other means such as land-based vehicle. Unless specified otherwise, the Contractor must collect one marine sample per survey from each sample site location, in accordance with sample collection protocols provided by ECCC, as outlined in Section 5.2.1. Upon award of the Contract, ECCC will provide to the Contractor a detailed survey schedule, as well as sample site location descriptions and geographical coordinates.

During each year of the Contract, the Contractor must sample each site at a frequency of either two, five or six times over separate surveys. ECCC will schedule surveys to meet sampling frequency requirements, among other considerations. Specific details and maps of Zones outlining the general location of sample sites collected during each survey are included in Appendices C, F, and I for planning purposes. Changes to sampling requirements, in order to respond to evolving program needs, may necessitate the addition or deletion of sample sites, changes in sampling frequency or the location of specific sample sites. On infrequent occasions, the Contractor may be asked to collect sample(s) of freshwater (e.g. from a creek or culvert adjacent to a marine sample site). The amount of extra time needed for the collection of freshwater samples would be minimal.

ECCC schedules surveys taking into consideration factors such as seasonality, tidal elevation and other relevant factors. When possible, the Contractor should attempt to sample on an ebbing tide, while ensuring that all identified sample sites (specifically those located in large intertidal areas) are collected during a given survey. Contractor boats (or other means of sampling vehicle) must carry sufficient fuel to complete long sampling runs that typically range from four to eight hours to complete. Contractors may aim to collect up to the laboratory’s daily maximum sample capacity where possible, as specified in Appendices B, E and H. When establishing the survey schedule, ECCC may combine more than one Zone into a given survey week provided that sampling can be completed from Sunday through Wednesday, inclusive.

5.2 Planning and Logistics

The Contractor must decide what sampling arrangements and mode of transport works best to meet all survey requirements for the specified Zone(s). Certain sample sites may not be accessible at lower tidal elevations, therefore route planning must account for tidal fluctuations. ECCC has ample experience conducting these surveys; therefore, the Contractor must consult with ECCC on the sampling plan and survey logistics.

Page 22: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 22 of 113

The Contractor is expected to provide to ECCC, at least one week (seven days) prior to the scheduled survey, an itinerary including information such as the area(s) being sampled, the planned number of samples per day, field crews, contact information and delivery details. Upon award of the Contract, ECCC will provide the Contractor with a survey itinerary template in which all this information must be incorporated.

Each survey can last anywhere from one to four consecutive days of sampling, plus the time to mobilize crews and equipment as needed. Although the Contractor must conduct most sampling Monday to Wednesday, to accommodate weather windows or other considerations, the Contractor may elect to sample on Sunday, provided shipping is available to ECCC’s laboratory in North Vancouver for Monday morning delivery and the Contractor meets all other requirements. Under certain circumstances, such as weather, it may be mutually beneficial to extend the survey to Thursday to complete the Work. The Contractor may only complete work on a Thursday after prior approval from ECCC or if specified in Appendices B, E and H when an ECCC mobile laboratory is stationed in the field.

The Contractor must conduct sampling between dawn to one hour prior to dusk, and must put crew safety as first priority. Sample delivery (shipping) cut-off times are an important consideration for the timing of completing daily sampling requirements. ECCC will schedule sampling throughout the year (twelve months), therefore daylight hours may be limited during some survey periods.

On rare occasions during the course of a survey year, due to considerations such as inclement weather, ECCC may be required to cancel, reschedule or repeat a survey. Given the circumstances, with as much advance notice as possible, ECCC will communicate with the Contractor the possibility of cancelling a survey. If a survey is cancelled, ECCC will consult with the Contractor and attempt to reschedule the survey at a mutually agreeable time.

5.2.1 ECCC Sampling Protocols and Techniques

a. Record Keeping

At the outset of each survey day, the Contractor must record specific information including meteorological conditions in a Field Activity Log Sheet provided by ECCC. At each sample site location, the Contractor must record the following parameters: time, water temperature and observations regarding potential pollution sources (e.g. number/species of birds, marine mammals, domestic animals, boats, floating living accommodations such as float homes or fishing/forestry lodges, upland/beach users, water appearance, etc.). The Contractor may be required to take digital photos of sample sites or specific pollution sources.

Upon award of the Contract, ECCC will provide to the Contractor marine sample site locations, including GPS coordinates and marine sample site descriptions. A unique marine sample site identifier will be provided for each sample site location.

1. Upon collection of each sample, with indelible, waterproof ink, the Contractor must label the sample bottle (not to write on the lid or the bottle itself) with the following information:

a. Date: DD-MMM-YYYY e.g. 01-Apr-2021, b. Sampling time: un-rounded time in 24-hour format e.g. 1432 hrs., c. Marine site identifier: e.g. NW103, and d. and sampler initials: e.g. GE.

2. The Contractor must maintain field notes on a waterproof Field Activity Log Sheet (provided by ECCC upon award of the contract). These field notes must include the following:

a. Sample collection date (DD-MMM-YYYY),

Page 23: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 23 of 113

b. Sampling area, c. Cooler identification, d. Primary boat operator or pilot and sampler name, e. Weather conditions, including rainfall that may have been observed in

the last 24 hours, as well as sea conditions and approximate wind speed during the sampling day,

f. and temperature control information. 3. For each sample collected, the following information must be recorded on the

waterproof Field Activity Log Sheet: a. Time (24-hour format), b. Ambient water temperature at each sample site (do not contaminate

sample by inserting thermometer), and c. Observations of the presence and number of potential fecal pollution

sources (e.g. number/species of birds, marine mammals, domestic animals, boats, floating living accommodations such as float homes or fishing/forestry lodges, upland/beach users and water appearance, etc.).

Note: the date, time, and site identifier recorded on the Field Activity Log Sheet must match the information recorded on the sample bottles.

b. Sampling

The Contractor must collect all samples utilizing aseptic technique, stored in a cooler with four large frozen solid gel packs. For each cooler, the Contractor must record water temperature in a separate control bottle collected at the first sample collection site. Sample temperature is a critical quality control point and samples within a cooler must be within a temperature range from >0.0°C to <10°C upon arrival to an ECCC specified laboratory. ECCC will provide sterilized sampling bottles with a label. If the Contractor accidentally touches the inside of the bottle or lid, drops them, or in any other way introduces cross-contamination, the Contractor must use a new bottle. The Contractor must write an “X” through the label of the discarded bottle and put it in the cooler so that it is clear that the bottle is no longer sterile. The Contractor must return all sample bottles to ECCC. For each sample collected the Contractor must:

1. Label the bottle and record field observations before approaching sample site. Slowly approach sample site without causing sedimentation. In most cases, the Contractor must take the sample at approximately 1 m depth and off the bow to prevent re-suspended bottom sediments from entering bottle.

2. Place bottle securely into sampling rod. 3. Carefully remove the sample bottle cap and hold cap in a manner preventing

contamination of interior surfaces. Do not put cap down or walk around with lid off, as this may introduce contamination.

4. Hold the sampling rod out at arms-length, invert the bottle and lower it into the water to a depth of approximately 20 cm (6 inches); turn the bottle upright and allow it to fill to below the shoulder, remove bottle from water and pour off any excess, and recap. Avoid getting any surface slime, algae or debris inside the bottle.

5. Place sample bottle upright in cooler. Note the sample site identifier, time, temperature and observations on the Field Activity Log Sheet.

6. Immediately and only after the first water sample is collected, collect a second separate sample and label it TC (Temperature Control) with the cooler ID (e.g. EC#1). Using the field thermometer (or temperature recorded on the GPS unit), record the ambient water temperature on the TC bottle label. Record the temperature and time of the TC collection on the Field Activity Log Sheet. Each cooler will require a single temperature control bottle (collected at the same time

Page 24: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 24 of 113

the first sample bottle for that particular cooler is collected). For quality control purposes, ECCC will record the temperature of the TC bottle upon delivery of the cooler to the ECCC laboratory. Only one TC bottle per cooler is required. Note: this is a separate requirement from the required measurement of ambient water temperature at each marine site.

5.3 Transportation and Delivery of Samples

The Contractor must carefully consider the time of sampling to meet delivery time constraints. To meet sample-processing deadlines, the Contractor must ensure the samples are delivered to the ECCC laboratory in North Vancouver between Monday and Thursday, from 8:30 am to 3:00 pm, within 27 hours of the first sample being collected. Note that normal laboratory business hours are between 7:00 am and 4:00 pm, Monday to Friday, excluding holidays. In some cases, the Contractor may be required to deliver samples to an ECCC mobile laboratory stationed in the field, within a specified time, on the day of sampling (refer to Appendices B, E and H). For these reasons, the Contractor must generally begin sampling at first light (weather permitting).

The Contractor must perform the following:

1. Upon collection, place sample bottles upright in a cooler for transportation to the laboratory. Ensure cooler lid is securely fastened after each sample collection. Samples will not be accepted or processed if frozen or >10°C upon arrival to the ECCC laboratory (with the exception of same day collection and delivery).

2. Sample deliveries to mobile laboratories (located closer to the sampling area) must be made on the same day of sampling, usually within 6 - 8 hours of sample collection. See Description of Survey Areas in Appendices A, D and H.

3. Before shipping or delivery of samples to any ECCC laboratory, verify information on the Field Activity Log Sheet and the sample bottle labels is accurate.

4. Gel packs must be frozen solid each evening before being placed in coolers before each sampling run. Under most circumstances, four solid frozen gel packs are sufficient to ensure the appropriate temperature range. Ice may only be used if solid frozen gel packs are not available and all ice must be contained within a leak-proof plastic bag.

5. Specific ECCC protocols and “chain of custody” procedures must be followed. These will be developed in consultation with the ECCC laboratory and the Contractor upon award of the contract.

5.3.1 Shipping & Delivery

The Contractor is responsible for delivering sample coolers within prescribed timelines and shipping conditions to the designated ECCC laboratory. Where shipping / courier services are used, the Contractor must track shipments and notify the laboratory immediately in case of delays and / or arrange for an alternate method of delivery.

The Contractor must deliver most water samples to the ECCC laboratory in North Vancouver; however, delivery to an ECCC mobile laboratory stationed in the field may be required for some remote areas. ECCC will identify laboratory delivery location on the survey schedule with the possible delivery locations specified in Appendices B, E and H. The Contractor must ensure frequent communication with ECCC prior to and during each survey. No un-scheduled sample submission is permitted without prior consultation with ECCC.

For samples delivered to the ECCC laboratory in North Vancouver: 1. The Contractor must ensure sample collection is from Sunday to Wednesday,

inclusive as specified in Appendices B, E and H.

Page 25: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 25 of 113

2. The Contactor must ensure next-day morning delivery of samples during sample reception hours, adhering to stated daily maximum sample numbers and sample holding time and temperature requirements. Refer to individual survey details listed in Appendices B, E and H

For samples delivered to an ECCC mobile laboratory (Mini-Lab/TurboLab) stationed in the field:

1. The Contractor must ensure sample collection is from Monday to Thursday, inclusive as specified in Appendices B, E and H.

2. The Contactor must ensure same-day delivery of samples as soon as feasible following sampling, adhering to stated daily maximum sample numbers and sample holding time and temperature requirements. Refer to individual survey details listed in Appendices B, E and H.

ECCC will provide sample coolers to the Contractor. Over the course of the each contract year, it is anticipated that approximately 220 coolers (with a maximum capacity of 31 or 35 samples plus one temperature control bottle / cooler) will be required for shipping. Most of these will require delivery from various Vancouver Island/Sunshine Coast/Central Coast and North Coast locations to ECCC’s North Vancouver laboratory.

a. Temperature and Time Requirements during Shipping

ECCC’s Laboratories are ISO/IEC 17025-accredited and must meet specific sample holding time and temperature requirements. Following collection, the Contractor must deliver water samples in coolers to the specified ECCC laboratory for that survey (Appendices B, E and H) as soon as possible, but in no case, later than 27 hours from initial sample collection. Sample delivery time requirements will vary between 6 hours and 27 hours (Appendices B, E and H), depending upon the particular survey logistics. Over certain surveys, the Contractor must deliver samples to an ECCC mobile laboratory stationed nearby in the field.

In the event that samples are delivered to an ECCC lab and are deemed unacceptable from a quality control standpoint (e.g. frozen or >10°C or exceeding holding time limits), these samples will be refused. The Contractor will be responsible for all costs associated with re-collecting these samples at a mutually agreeable time.

b. Laboratory Facilities and Capacity

ECCC Laboratory Facilities Pacific Environmental Science Centre (daily maximum capacity: 133 samples) 2645 Dollarton Hwy, North Vancouver, B.C. V7H 1B1 Regular Sample Reception Hours: 8:30 am to 3:00 pm (Mon – Thurs) Business Hours: 7:00 am - 4:00 pm (Mon - Fri) Phone: 604-903-4428 or 604 903-4474; FAX: 604-903-4423

ECCC Mobile Laboratory Facilities (if applicable) 1) Mini-Lab (ML) daily capacity: 80 samples 2) Turbo-Lab (TL) daily capacity: 105 samples Regular Sample Reception Hours: 8:00 am to 3:00 pm (Tue – Thurs). Sample Reception Hours may vary according to survey requirements.

c. Shipping Delivery Costs

In addition to sample collection, the Contractor is responsible for the delivery of water samples shipped in cooler(s), within prescribed timelines and shipping conditions, to ECCC’s laboratory in North Vancouver or to a proximate ECCC mobile laboratory

Page 26: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 26 of 113

established in the field near the survey location. The Contractor must take into consideration, activities related to sample cooler delivery such as arranging logistics, selecting an appropriate delivery method to a courier hub or direct delivery to ECCC North Vancouver laboratory or ECCC mobile laboratory in the field. This will include tracking shipments or arranging alternate delivery mechanisms, when necessary. The Contractor is to perform and is responsible for all activities related to cooler delivery.

5.3.2 Equipment and Storage

ECCC will provide equipment listed in 5.3.2 (a) to the Contractor made available from the Pacific Environmental Science Centre in North Vancouver or from a secure storage locker in Nanaimo, BC. ECCC will provide the Contractor 24/7 access to the storage locker. Alternate arrangements for providing equipment to the Contractor may also be considered. This equipment remains the property of ECCC. The Contractor is expected to take care of this equipment, is responsible for replacing any lost or damaged equipment and must return all equipment upon termination of the contract. The Contractor is responsible for supplying the equipment listed in 5.3.2 (b).

a. Crown-supplied Equipment: i. Coolers with bottle-sized partitions, ii. Gel packs, iii. Sterile Nalgene 250 ml sample bottles with labels, iv. Waterproof Field Activity Log Sheets, v. Sampling rods, and vi. Amour-cased thermometers.

b. Contractor-supplied Equipment: i. Sampling vehicles and fuel (vehicle, trailer and boat, float-equipped aircraft or

other land-based sampling vehicle), ii. Required marine safety equipment for a small (commercial) vessel, iii. Personal safety clothing and gear, iv. Record keeping equipment (pencils, markers, etc.), v. GPS tracking unit for each boat, float-equipped aircraft or land-based sampling

vehicle utilized during the course of a survey, vi. Appropriate Canadian Hydrographic Service (CHS) marine charts as backup, and vii. Digital Camera, satellite phone and a cellular phone.

5.3.3 Mode of Transport for Sample Collection

d. Vessel and/or Aircraft

Due to vast survey areas, the Contractor will require the use of either a fast, seaworthy boat(s) (able to cruise at ~30 knots) capable of approaching marine water quality sites in waters as shallow as 1 meter depth, or for some survey areas, a float-equipped aircraft. In limited circumstances, sampling from shore may be appropriate using land-based vehicles, provided all sampling requirements are met.

For safety and quality control purposes, the Contractor must ensure each sampling vehicle (boat, float-equipped aircraft or other) carry a functioning GPS relay tracking unit (e.g. Garmin InReach or SPOT Messenger) provided by the Contractor, capable

Page 27: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 27 of 113

of relaying sampling progress to ECCC. ECCC will utilize the tracking information for auditing purposes. Also required is a satellite phone and a cellular phone.

If using boats: Shallow draft runabouts or rigid hull inflatable type boats are recommended. Deep-V cruisers are not suitable for this type of work as the majority of sample sites are located in the intertidal zone. Skiffs are also not suitable for this type of work as many sites are in open, exposed areas of the coast. The Contractor must ensure all boats be equipped with properly functioning equipment including a depth sounder, GPS chart plotter, compass, VHF radio and any other safety equipment required by Transport Canada. In the event of a mechanical breakdown, the Contractor must ensure the primary operator is capable of expediting repairs or acquiring a replacement vessel so that sampling can proceed as scheduled. The Contractor must ensure the sampler is familiar with the above procedures and is capable of operating the boat in the event the primary operator becomes incapacitated.

For safety reasons, ECCC requires that each Contractor boat have at least two crewmembers onboard at all times during surveys: a primary operator and a sampler. The Contractor must ensure all primary boat operators be licensed for and be familiar with small craft operation in coastal waters. The Contractor must also ensure operators are proficient in reading marine charts, radio and GPS operation, Pacific Coast weather report interpretation, routine boat/motor maintenance and troubleshooting.

If using a float-equipped aircraft:

The use of floatplanes, in part, under this contract is an acceptable option for remote areas where boat access may be difficult or impractical. The Contractor must ensure pilots have a minimum 1,000 hrs. on type of aircraft and the aircraft is capable of repeat take off and landings in often difficult and remote locations. A Contractor sampler must accompany the pilot to conduct all sampling activities.

e. Certification Requirements

The Contractor must comply with all regulations for small commercial vessels required by Transport Canada (TC). Marine safety information can be found on the following Government of Canada Internet sites:

For further details, please refer to the following websites:

1. Canada Shipping Act, 2001 (S.C. 2001, c. 26) - http://lois-laws.justice.gc.ca/eng/acts/C-10.15/

2. Small Vessel Regulations (SOR/2010-91) - http://laws-lois.justice.gc.ca/eng/regulations/SOR-2010-91/

3. Vessel Registration Office - http://www.tc.gc.ca/eng/marinesafety/oep-vesselreg-menu-728.htm

4. General information on the equipment and water safety for small vessels - http://www.tc.gc.ca/eng/marinesafety/debs-small-vessels-menu-2258.htm

5. General information on small vessels: http://www.tc.gc.ca/marinesafety/menu.htm

6. Small Commercial Vessel Safety Guide - TP 14070 E (2010) - http://www.tc.gc.ca/eng/marinesafety/tp-tp14070-menu-1648.htm

7. Small vessel monitoring and inspection program: http://www.tc.gc.ca/eng/marinesafety/debs-small-vessels-inspection-309.htm

8. Small Vessel Compliance Program (SVCP) - http://www.tc.gc.ca/en/programs-policies/programs/small-vessel-compliance-program.html

Page 28: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 28 of 113

9. Small Vessel Compliance Program (SVCP) Detailed Compliance Report): http://www.tc.gc.ca/eng/marinesafety/tp-tp15111-menu-3955.htm

For sampling completed by float-equipped aircraft such as a floatplane, the Contractor should consult The Float Plane Operators Association Best Practices at the following link:

http://www.floatplaneoperators.org/best-practices/

5.4 Coordination with Environment and Climate Change Canada

ECCC Technical Authority and Area Coordinators

Environment and Climate Change Canada Science & Technology Branch

To be confirmed at contract award.

5.4.1 Communication

The Contractor is required to consult with ECCC prior to each survey (preferably one week ahead but in no case less than 2 business days) in order to discuss the survey plan and logistics, sample delivery details and related issues. During the course of the survey, the Contractor must communicate with ECCC discussing progress of the work, as well as confirming the number of samples collected, sample submission schedules, and any other logistical considerations (i.e. weather) that may influence sample collection and delivery.

For any proposed unscheduled sampling, the Contractor must notify ECCC in advance (preferably one week ahead but in no case less than two business days) to allow for lab preparation, staff scheduling and other considerations. Prior to samples being collected and shipped/delivered, the Contractor must notify ECCC of the time/date when samples are expected to arrive at the lab.

5.4.2 Training

ECCC will only accept samples collected by Contractor personnel that have received the required sampler training. At the outset of the contract at the ECCC laboratory in North Vancouver, ECCC will demonstrate to a Contractor-designated representative(s), appropriate water sampling technique and the completion of associated paperwork. The contractor representative(s) will be responsible for conducting training of all Contractor samplers prior to any marine water sampling conducted by the Contractor. ECCC may conduct recurring demonstrations annually, or as needed. Travel for training to the ECCC laboratory in North Vancouver will be the responsibility of the Contractor. ECCC personnel may accompany the Contractor on initial survey days, or periodically during the contract period, to verify sample locations and sampling technique.

Page 29: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 29 of 113

Over the course of the contract period, the Contractor training representative(s) will be responsible for providing proof of training upon commencement of any new sampler(s). Upon award of the contract, ECCC will provide the Contractor with appropriate training materials and forms for record keeping.

5.5 Health and Safety

a. For safety reasons, ECCC requires that each Contractor boat have two crewmembers onboard at all times during surveys: a primary operator and a sampler. All primary boat operators must be licensed for and be familiar with small craft operation in coastal waters, and must meet Transport Canada regulations that pertain to the activity and class of vessel utilized to conduct the work. The Contractor must provide proof of primary boat operator certification. With respect to float-equipped aircraft, in addition to the pilot, one Contractor sampler must conduct all sampling activities.

b. While conducting this work on behalf of ECCC, the Contractor and employees must respect “rules of the road” as applied to appropriate boating behavior. This includes Transport Canada Collision Regulations, in addition to speed restrictions in harbours and near aquaculture sites and other floating operations. The Contractor sampling crews must ensure sound decision-making procedures when carrying out sampling activities on behalf of ECCC.

c. Unfavourable weather conditions will be encountered periodically during the course of conducting surveys. The decision to suspend sampling due to dangerous weather conditions or any other potentially hazardous condition lies completely with the Contractor. If a sampling run is delayed or rescheduled due to inclement weather or unforeseen mechanical difficulties, the Contractor must communicate this decision to ECCC as soon as possible.

d. Past experience of conducting sampling along the Pacific Coast suggest the sampling conditions (extent of survey area, influence of tide and wind, and the need to navigate in very shallow near shore waters) favours the use of a shallow draught runabout or rigid hull inflatable watercraft capable of ~30 knots. Deep-V cruisers are not suitable for this type of work as most sample sites are located in the intertidal zone. The Contractor must ensure all Contractor boats are capable of being trailered with vehicles provided by the Contractor and that the craft used be fitted with all equipment required by Canadian Laws, according to its class and commercial use.

e. The Contractor is responsible to ensure the occupational health and safety (OHS) training requirements of the employees who perform sampling in the marine environment. For example, the Contractor should identify the risks associated with the task, establish safe work procedures, provide appropriate training and ensure employees have access to the required personal protective equipment and clothing appropriate to the tasks they must perform. Some of the risks associated with marine water sampling activities that have been identified by ECCC may include driving motor vehicles, trailering using ball hitch trailers, driving all-terrain vehicles (ATVs), small boat operation, marine water sampling from small boats, travel and sampling from floatplanes, working in remote areas or along unfamiliar shorelines, bear awareness and cold water survival recovery.

f. The Contractor must comply with all applicable federal/provincial laws and legislative requirements, industry standards and best practices.

g. The Contractor must supply the Departmental Representative(s) with proof of a current first aid certificate, boat operator certificate or license and VHF radio license. In addition, the Contractor must provide to ECCC all safeguards and procedural practices that are in place to ensure the health and safety of the Contractor and others. The Contractor must ensure

Page 30: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 30 of 113

that all the activities described under the Work above do not endanger the health and safety of any person.

h. The Contractor agrees not to enter into any sub-contracts without prior written permission from ECCC.

i. The Contractor is a member in good standing with WorkSafe BC or the Contractor must supply ECCC with evidence of liability insurance for themselves for the duration of the contract and that ECCC is named as co-insured. If the Contractor’s private liability insurance is cancelled prior to the completion of the contract, ECCC may stop or terminate the contract without penalty.

j. ECCC will have the right to stop work if, in the opinion of ECCC, the work is not being or cannot be performed safely by the Contractor, or the work is being performed in a manner that is contrary to the requirements of the applicable health and safety legislation.

k. The Contractor must not recommence any work until the unsafe act, equipment, procedure or device has been corrected to the satisfaction of the departmental representative.

Page 31: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 31 of 113

ATTACHMENT 1 TO ANNEX A VESSEL CHARTER CONDITIONS

1. The vessel must meet the following requirements:

a. be seaworthy;

b. the engine must be in good running order and all gear and equipment in good repair.

2. The Contractor must keep and maintain the vessel, engines, gear and equipment in good and sufficient repair for the duration of the Contract and must pay for all necessary repairs, renewals and maintenance.

3. The Contractor must: . indemnify and save harmless Canada from and against any claim for loss or damage to

the vessel or any other property, engines, gear, or equipment, arising from the charter, and for injury or property of persons aboard the vessel, excepting any injury or damage to property of Canada's employees or agents;

a. ensure that the operations are only carried out by Canada's authorized representatives as specified by the Technical Authority;

c. ensure that approved personal flotation devices for all persons on board are in readily accessible positions at all times;

d. ensure that the use or possession of illegal drugs or alcohol is prohibited. If any member of the crew is found under the influence of such drugs and/or intoxicants while on duty, it will be cause for termination of the Contract for default.

4. If the vessel is disabled or is not in running order or is laid up without the consent of Canada, then Canada will not be liable for payment for the hire of the vessel during this period. If this period exceeds one week, Canada may terminate the Contract immediately for default.

5. If any gear or equipment necessary for the efficient operation of the vessel for the purpose of the Contract is not in good working order for any period of time, then the payment of hire will cease for the lost time, and if during the voyage the speed is reduced by a defect in or breakdown of any part of the hull, machinery or equipment, the time lost will be deducted from the hire. Canada will be the sole judge of the capability of the vessel.

6. If the vessel is unable to operate safely in the work area because of sea or weather conditions, as agreed to by the representative of the Contractor and the representative of Canada, then the charter for the day will be terminated and a pro-rated payment made to the Contractor for that period engaged in the Work in accordance with the terms of the Contract.

7. If the particulars furnished by the Contractor and set out in the Contract are incorrect or misleading, Canada may, at Canada's discretion, terminate the Contract for default.

Page 32: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 32 of 113

APPENDIX A TO ANNEX A

GENERAL DESCRIPTION OF SURVEY AREA 1 SOUTH COAST OF BRITISH COLUMBIA

1. Survey Description (No. of samples, frequency, scheduling, etc.)

This requirement describes the surveying of selected shellfish growing areas throughout B.C.’s South Coast, extending from north of the United States border in the south to Cape Caution in the north, including portions of the inside waters and the West Coast of Vancouver Island.

For planning purposes, maps showing the general location and planned number of marine water quality sites within each of the Zones in B.C.’s South Coast are provided in Appendix C. A list along with the specific location of all marine water quality sites will be provided to the Contractor prior to the commencement of work. The Contractor must perform the work under this project under a single contract.

2. Deliverables

To organize, manage and complete the collection of marine surface water samples from designated individual sampling sites as outlined in Appendices B and C during the initial Contract Period (e.g. April 1, 2020 and March 31, 2021) according to: o ECCC sampling protocols, and o A sample collection survey schedule established by ECCC in consultation with the Contractor

to be provided upon award of the contract.

To deliver the above samples (maintained in a cooler between >0.0°C and <10°C) to ECCC’s laboratory* in North Vancouver, B.C., within 27 hours of the first sample being collected. Where specified, samples must be delivered to an ECCC mobile laboratory, stationed in the field (nearby the sampling location), within 6 – 8 hours of the first sample collected or as soon as practical after the completion of a sampling run, but no later than 27 hours of the first sample being collected.

*ECCC’s Laboratories are ISO/IEC 17025-accredited and must meet specific sample holding time and temperature requirements

3. Itinerary and time schedule

The Contractor must collect marine surface water samples during each survey, according to a sample collection survey schedule established by ECCC in consultation with the Contractor. For the initial year of the Contract, there will be ~40 surveys spread throughout the 12 months (e.g. from April 1 to March 31); no two identical surveys shall be conducted concurrently, but where practical, more than one Zone(s) may be combined into a single survey week.

Although the Contractor will conduct most sampling Monday to Wednesday, to accommodate weather windows or other considerations, the Contractor may elect to sample on Sunday provided shipping is available to ECCC’s laboratory in North Vancouver for Monday morning delivery, and all other requirements are met. Under certain circumstances, such as weather, it may be mutually beneficial to extend the survey to Thursday to complete the work. The Contractor may only complete work on a Thursday after prior approval from ECCC or if specified in the table located in Appendix B.

On rare occasions during the course of a survey year, ECCC may be required to cancel, reschedule or repeat a survey mostly due considerations surrounding inclement weather. Given the circumstances, with as much advance notice as possible, ECCC will communicate with the

Page 33: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 33 of 113

Contractor the possibility of cancelling a survey. If a survey is cancelled, ECCC will consult with the Contractor and attempt to reschedule the survey at a mutually agreeable time.

Page 34: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 34 of 113

APPENDIX B TO ANNEX A

DESCRIPTION OF SURVEY AREA 1 (Shellfish Water Classification Surveys Listing) SOUTH COAST OF BRITISH COLUMBIA

IMPORTANT NOTES: 1. Each of the surveys listed below has separate and distinct sample collection periods over the year, as outlined in a survey schedule

established by ECCC in consultation with and provided to the Contractor. As an example, Zone 1 has two collection periods (Surveys / Year); the first one is identified as GBES #1 and the second is identified as GBES #2, which occurs during a later period of that year. This ensures water quality data is collected under varied environmental conditions at various times of the year.

2. The Contractor will be responsible for determining sampling logistics (e.g. number of boats, applicable marine sites to be collected by each boat, launch and retrieving locations, order of sample collections, shipping methods, etc.).

3. The Contractor must maintain frequent communication with ECCC throughout the contract period. Changes to sampling requirements, in order to respond to evolving program needs, may necessitate the addition or deletion of sample sites, changes in sampling frequency or the location of specific sample sites.

4. No two identical surveys shall be conducted concurrently, but where practical, more than one Zone(s) may be combined into a single survey week.

5. Refer to Appendix C showing projected sample site locations for each Zone. 6. HQ refers to the ECCC Laboratory in North Vancouver; TL refers to the Turbo Lab and ML refers to the Mini Lab, which are mobile laboratories

that ECCC may provide at the specified location in the field identified in the table below.

Zone and Survey Information:

Zone Survey

Name(s) Surveys / Year

Planned Number

of Sample

s / Survey

Possible Options for Mode of Transport for Sample

Collection Sampling Window

(Survey Week)

Lab Delivery Location (HQ,

TL, ML) and Lab Maximum Sample Capacity

Comments

Boat Float Plane HQ TL ML

1 GBES #1 GBES #2

2 242 2 boats for ~3 sampling days

----- Sun.– Wed. 133 ----- -----

2 GBEN #1 GBEN #2

2 294 2 boats for ~3 sampling days

----- Sun.– Wed. 133 ----- -----

3 GBENR #1 GBENR #2 GBENR #3

3 165 2 boats for ~3 sampling days

----- Sun.– Wed. 133 ----- -----

Page 35: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 35 of 113

4 GBWS #1 GBWS #2

2 260 2 boats for ~3 sampling days

----- Sun.– Wed. 133 ----- -----

5 GBWN #1 GBWN #2

2 265 2 boats for ~3 sampling days

----- Sun.– Wed. 133 ----- -----

6 GBWNR #1 GBWNR #2 GBWNR #3

3 310 2 boats for ~3 sampling days

----- Sun.– Wed. 133 ----- -----

7 NHSRS #1 1 26 1 boat for ~1/2 sampling day

----- Sun.– Wed. 133 ----- ----- May be combined with other Zone(s) in a single survey week.

8 BSSRS #1 1 113 2 boats for ~1 sampling day

----- Sun.– Wed. 133 ----- ----- May be combined with other Zone(s) in a single survey week.

9

SK/JA #1 SK/JA #2 SK/JA #3 SK/JA #4

4 36 1 boat for ~1 sampling day

----- Sun.– Wed. 133 ----- ----- May be combined with other Zone(s) in a single survey week.

10

BK/NW/UT SRS #1 BK/NW/UT SRS #2 BK/NW/UT SRS #3 BK/NW/UT SRS #4 BK/NW/UT SRS #5 BK/NW/UT SRS #6

6 143 2 boats for ~2 sampling days

----- Sun.– Wed. 133 ----- 80

May be combined with other Zone(s) in a single survey week. Delivery to HQ or ML onsite in Tofino.

11

NW03/04 SRS #1 NW03/04 SRS #2 NW03/04 SRS #3 NW03/04 SRS #4 NW03/04 SRS #5 NW03/04 SRS #6

6 98

2 boats for ~1 - 2 sampling days

-----

Sun.– Wed. to HQ, or Mon.– Wed. when a mobile lab is provided

133 ----- 80

May be combined with other Zone(s) in a single survey week. Delivery to HQ or ML onsite in Gold River.

12 NW05S #1 NW05S #2

2 28 1 boat for ~1 sampling day

-----

Sun.– Wed. to HQ, or Mon.– Wed. when a mobile lab is provided

133 105 80

May be combined with other Zone(s) in a single survey week. Delivery to HQ or TL / ML in Port Hardy by ~1800 hrs. on day of sampling.

13 NW05N #1 NW05N #2

2 13 -----

1 floatplane for ~1/2

sampling day

Sun.– Wed. to HQ, or Mon.– Wed. when a mobile lab is

133 105 80

May be combined with other Zone(s) in a single survey week. Delivery to HQ or TL / ML in Port Hardy by ~1400

Page 36: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 36 of 113

provided. hrs. on day of sampling.

14 NW06N #1 NW06N #2

2 44 2 boats for

~1 sampling day

-----

Sun.– Wed. to HQ, or Mon.– Thu. when a mobile lab is provided.

133 105 80

May be combined with other Zone(s) in a single survey week. Delivery to HQ or TL / ML in Port Hardy or Telegraph Cove by ~1400 hrs. on day of sampling.

15 QC/JS #1 QC/JS #2

2 158

2 boats for ~3 -4 sampling days

-----

Sun.– Wed. to HQ, or Mon.– Thu. when a mobile lab is provided.

133 105 80

Delivery to HQ or TL / ML in Port Hardy or Telegraph Cove by 1400 hrs. on day of sampling.

Page 37: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 37 of 113

APPENDIX C TO ANNEX A

SURVEY MAPS AND LOCATIONS OF SURVEY AREA 1 SOUTH COAST OF BRITISH COLUMBIA

Page 38: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 38 of 113

Mainland, South Coast (Georgia Basin East – GBE)

Zone 1 Survey Name(s): GBE South #1 and #2 Survey Area: Mainland (Sarah Pt to Culloden Pt), Harwood Island, Texada Island, Nelson Island, Hardy Island, Hotham Sound, Jervis

Inlet, Agamemnon Channel, Sechelt Inlet Complex, Mainland (Pender Harbour to Wilson Creek), Thormanby Islands.

Page 39: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 39 of 113

Page 40: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 40 of 113

Mainland, South Coast (Georgia Basin East – GBE)

Zone 2 Survey Name(s): GBE North #1 and #2 Survey Area: Discovery Passage, Quadra Island, Cortes Island, Marina Island, Read Island, Maurelle Island, Sorona Island, West

Redonda Island, East Redonda Island, Okeover Inlet Complex, Savary Island, Hernando Island, BC mainland coast north of Sarah Point.

Page 41: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 41 of 113

Page 42: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 42 of 113

Mainland, South Coast (Georgia Basin East – GBE)

Zone 3Survey Name(s): GBE Non-remote #1, #2 and #3 Survey Area: Discovery Passage, SE Quadra Island, Cortes Island, SE Read Island, SW West Redonda Island, Mink Island, Okeover

Inlet Complex, Savary Island, Hernando Island, Mainland (Scuttle Bay to Culloden Pt), NW Texada Island, W & SE Nelson Island, S Hotham Sound, S Jervis Inlet, Sechelt Inlet, Mainland (Pender Harbour to Wilson Creek), Thormanby Islands.

Page 43: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 43 of 113

Page 44: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 44 of 113

Southeast Coast of Vancouver Island (Georgia Basin West – GBW)

Zone 4 Survey Name(s): GBW South #1 and #2 Survey Area: Southwestern Georgia Basin along the southeast coast of Vancouver Island from Victoria (Saanich Peninsula and Inlet)

to Nanaimo including James Island, Sidney Island, Portland Island, Moresby Island, North and South Pender Islands, Mayne Island, Saturna Island, Galiano Island, Saltspring Island, Thetis Island, Penelakut (Kuper) Island, Valdez Island, Gabriola Island and Newcastle Island

Page 45: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 45 of 113

Page 46: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 46 of 113

Southeast Coast of Vancouver Island (Georgia Basin West – GBW)

Zone 5 Survey Name(s): GBW North #1 and #2 Survey Area: Northwestern Georgia Basin along the east coast of Vancouver Island from Nanaimo to Comox including Lasqueti

Island, Jedediah Island, Denman Island and Hornby Island

Page 47: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 47 of 113

Page 48: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 48 of 113

Southeast Coast of Vancouver Island (Georgia Basin West – GBW)

Zone 6 Survey Name(s): GBW Non-remote #1, #2 and #3 Survey Area: Western Georgia Basin from along the southeast coast of Vancouver Island from Victoria (Saanich Peninsula and Inlet)

to Comox (Little River) including Saltspring Island, Thetis Island, Penelakut (Kuper) Island, Gabriola Island, Lasqueti Island, Denman Island and Hornby Island

Page 49: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 49 of 113

Page 50: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 50 of 113

Southeast Coast of Vancouver Island (Georgia Basin West – GBW)

Zone 7 Survey Name(s): Nanoose Harbour SRS#1 Survey Area: Nanoose Harbour (Blunden Point to Head of Nanoose Harbour)

Page 51: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 51 of 113

Page 52: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 52 of 113

Southeast Coast of Vancouver Island (Georgia Basin West – GBW)

Zone 8 Survey Name(s): Baynes Sound SRS #1 Survey Area: Baynes Sound (Deep Bay to Gartley Point on Vancouver Island and Sandy Island to Boyle Point on the West side of

Denman Island)

Page 53: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 53 of 113

Page 54: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 54 of 113

West Coast of Vancouver Island (WCVI)

Zone 9 Survey Name(s) SK/JA #1, #2, #3 and #4 Survey Area: Sooke Basin, Harbour, Inlet and Juan de Fuca Strait

Page 55: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 55 of 113

Page 56: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 56 of 113

West Coast of Vancouver Island (WCVI)

Zone 10 Survey Name(s) BK/NW/UT SRS #1, #2, #3, #4, #5 and #6 Survey Area: Barkley Sound including Macoah Passage, Toquart Bay, Pipestem Inlet, Mayne Bay, Stopper Islands, Pinkerton Islands,

the Broken Group, Effingham Inlet, Useless Inlet, Tzartus Island, San Mateo Bay, Numukamis Bay, and the east side of Trevor Channel; Clayoquot Sound including Esowista Peninsula, Lemmens Inlet,Meares Island, Cypress Bay, , Millar Channel, Shelter Inlet, Sydney Inlet, and Holmes Inlet.

Page 57: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 57 of 113

Page 58: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 58 of 113

West Coast of Vancouver Island (WCVI)

Zone 11Survey Name(s): NW03/04 #1, #2, #3, #4, #5 and #6 Survey Area: Nootka Sound including King Passage, Zuciarte Channel, Cook Channel, Bligh Island, Kendrick Inlet, Tahsis Inlet,

Williamson Passage, Hanna Channel, Nesook Bay, Moutcha Bay, Head Bay and Hisnit Inlet. Esperanza Inlet including Zeballos Inlet, Port Eliza, Espinosa Inlet, Little Espinosa Nuchatlitz, Gillam Channel and McBride Bay.

Page 59: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 59 of 113

Page 60: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 60 of 113

West Coast of Vancouver Island (WCVI)

Zone 12 Survey Name(s): NW05S #1 and #2 Survey Area: Kyuquot Sound including Fair Harbour, Tahsish Inlet, Kashutl Inlet, Amai Inlet, Cachalot Inlet, Kyuquot Channel, Union

Island, Crowther Channel, McKay Cove, Nicolaye Channel, and Clanninick Cove.

Page 61: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 61 of 113

Page 62: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 62 of 113

West Coast of Vancouver Island (WCVI)

Zone 13 Survey Name(s): NW05N #1 and #2 Survey Area: Checleset Bay including Nasparti Inlet, Ououkinsh Inlet and Malksope Inlet

Page 63: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 63 of 113

Page 64: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 64 of 113

West Coast of Vancouver Island (WCVI)

Zone 14 Survey Name(s): NW06 #1 and #2 Survey Area: Quatsino Sound including Holberg Inlet, Quatsino Narrows, Buchholz Channel, Drake Island, Koprino Harbour, Koskimo

Bay, Forward Inlet, Winter Harbour, Ahwhichaolto Inlet, Harvey Cove and Gooding Cove.

Page 65: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 65 of 113

Page 66: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 66 of 113

Vancouver Island: Northeast Coast of Vancouver Island and mainland

Zone 15 Survey Name(s): QC/JS #1 and #2Survey Area: Queen Charlotte Strait and Johnstone Strait from Sayward to Port Hardy including Blenkisop Bay, Port Neville, Port

Harvey, Call Inlet, Havannah Channel, Chatham Channel, Clio Channel, East and West Cracroft Islands, Turnour Island, Village Island, Harbledown Island, Clio Passage, Beware Passage, Indian Channel, Village Channel, Village Island, Hanson Island, Crease Island, Gilford Island (Port Elizabeth, Health Bay and Lagoon), Midsummer Island, Bonwick Island, Mars Island, Eden Island, Baker Island, Fife Sound, Broughton Island (Booker Lagoon), Carter Passage, Tracey Harbour, North Broughton Island, Sutlej Channel, Watson Island, Wells Passage, Drury Inlet, Telegraph Cove, Cormorant Channel, Broughton Strait, Malcolm Island, Beaver Harbour and Hardy Bay.

Page 67: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 67 of 113

Page 68: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 68 of 113

APPENDIX D TO ANNEX A

GENERAL DESCRIPTION OF SURVEY AREA 2 CENTRAL COAST OF BRITISH COLUMBIA

1. Survey Description (No. of samples, frequency, scheduling, etc.)

This requirement describes the surveying of selected shellfish growing areas throughout B.C.’s Central Coast extending from north of Cape Caution in the south to Laredo Sound in the north.

For planning purposes, maps showing the general location and planned number of marine water quality sites within each of the Zones in B.C.’s Central Coast are provided in Appendix F. A list along with the specific location of all marine water quality sites will be provided to the Contractor prior to the commencement of work. The Contractor must perform the work under this project under a single contract.

2. Deliverables

To organize, manage and complete the collection of marine surface water samples from designated individual sampling sites as outlined in Appendices E and F between during the initial Contract Period (e.g. April 1, 2020 and March 31, 2021- to be confirmed at contract award) according to: o ECCC sampling protocols, and o A sample collection survey schedule established by ECCC in consultation with the Contractor to be provided upon award of the

contract.

To deliver the above samples (maintained in a cooler between >0.0°C and <10°C) to ECCC’s Laboratory* in North Vancouver, BC within 27 hours of the first sample being collected.

*ECCC’s Laboratories are ISO/IEC-17025 accredited and must meet specific sample holding time and temperature requirements

3. Itinerary and time schedule

The Contractor must collect marine surface water samples during each survey, according to a sample collection survey schedule established by ECCC in consultation with the Contractor. For each year of the contract, there will be two annual samples collected from each site within each specified Zone (e.g. one between April 1 and December 30, 2020 and a second between January 1 and March 31, 2021. Where practical, more than one Zone(s) may be combined into a single survey week.

Although the Contractor will conduct most sampling Monday to Wednesday, to accommodate weather windows or other considerations, the Contractor may elect to sample on Sunday provided shipping is available to ECCC’s laboratory in North Vancouver for Monday morning

Page 69: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 69 of 113

delivery, and all other requirements are met. Under certain circumstances, such as weather, it may be mutually beneficial to extend the survey to Thursday to complete the work. The Contractor may only complete work on a Thursday after prior approval from ECCC.

On rare occasions during the course of a survey year, ECCC may be required to cancel, reschedule or repeat a survey mostly due considerations surrounding inclement weather. Given the circumstances, with as much advance notice as possible, ECCC will communicate with the Contractor the possibility of cancelling a survey. If a survey is cancelled, ECCC will consult with the Contractor and attempt to reschedule the survey at a mutually agreeable time.

Page 70: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 70 of 113

APPENDIX E TO ANNEX A

DESCRIPTION OF SURVEY AREA 2 (Shellfish Water Classification Surveys Listing) CENTRAL COAST OF BRITISH COLUMBIA

IMPORTANT NOTES: 1. Each of the surveys listed below has separate and distinct sample collection periods over the year as outlined in a survey schedule

established by ECCC in consultation with and provided to the Contractor. Each Zone consists of two survey collection periods; one sample will be collected at each identified site during Survey #1, with a second round of samples collected at a later period of that year during Survey #2. This ensures water quality data is collected under varied environmental conditions at various times of the year.

2. The Contractor will be responsible for determining their sampling logistics (e.g. number of float-equipped aircraft / boats, applicable marine sites to be collected by each float-equipped aircraft / boat, departure / launch and retrieving locations, order of sample collections, shipping methods, etc.).

3. The Contractor must maintain frequent communication with ECCC throughout the contract period. Changes to sampling requirements, in order to respond to evolving program needs, may necessitate the addition or deletion of sample sites, changes in sampling frequency or the location of specific sample sites.

4. All Zones may be combined into a single survey week if sampling can be completed from Sunday – Wednesday, inclusive. Thursday sampling maybe required on some surveys or in circumstances where weather or other factors delay sampling.

5. Refer to Appendix F showing projected sample site locations for each Zone. 6. HQ refers to ECCC Laboratory in North Vancouver where all samples will be delivered.

Zone and Survey Information:

Zone Survey Area (s) of the

Central Coast (CC) Surveys

/Year

Planned Number of Samples /

Survey

Possible Options for Mode of Transport for Sample

Collection

Sampling Window (Survey Week)

Maximum Sample

Capacity (HQ Lab)

Comments

Float Plane Boat HQ

1 Klemtu #1 Klemtu #2

2 22 1 floatplane for ~1/2 day

n/a Sun.– Wed. 105

May be combined with other Zone(s) in a single survey week.

2 Bella Bella #1 Bella Bella #2

2 74 1 floatplane for ~2 days

1 boat for ~4 days

Sun.– Wed. 105

May be combined with other Zone(s) in a single survey week.

3 Smith Sound #1 Smith Sound #2

2 21 1 floatplane for ~1/2 day

n/a Sun.– Wed. 105 May be combined with other Zone(s) in

Page 71: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 71 of 113

a single survey week.

Page 72: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 72 of 113

APPENDIX F TO ANNEX A

SURVEY MAPS AND LOCATIONS OF SURVEY AREA 2 CENTRAL COAST OF BRITISH COLUMBIA

Page 73: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 73 of 113

Central Coast (CC)

Zone 1 Survey Area: Klemtu #1 and #2 Survey Areas: Princess Royal Island, Swindle Island, Price Island, Roderick island and NE Yeo Island

Page 74: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 74 of 113

Due to privacy concerns, specific sample sites in this area will be made available upon request to the Bidder(s) interested in

submitting a bid for the project. The location of sites will be required for the Bidder to accurately prepare and submit a

financial bid. The Bidder accessing this information shall be bound by the confidentiality clause outlined in the RFP

document.

Page 75: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 75 of 113

Zone 2 Survey Area: Bella Bella #1 and #2 Survey Areas: Don Peninsula, Spiller Channel, SW Yeo Island, Seaforth Channel, Gunboat Passage, Chatfield Island, Cunningham

Island, Denny Island, Campbell Island, Horsfall Island, Dufferin Island, Athlone Island, Stryker Island, Piddington Island and Hunter Island

Page 76: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 76 of 113

Due to privacy concerns, specific sample sites in this area will be made available upon request to the Bidder(s) interested in submitting a bid for the

project. The location of sites will be required for the Bidder to accurately prepare and submit a financial bid. The Bidder accessing this information shall be bound by the confidentiality clause outlined in the RFP document.

Page 77: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 77 of 113

Zone 3 Survey Area: Smith Sound #1 and #2 Survey Area: SW Hunter Island, Calvert Island, Fitz Hugh Sound, Penrose Island, Smith Sound and Treadwell Bay

Due to privacy concerns, specific sample sites in this area will be made available upon request to

the Bidder(s) interested in submitting a bid for the project.

The location of sites will be required for the Bidder to

accurately prepare and submit a financial bid. The Bidder accessing this information shall be bound by the confidentiality clause outlined

in the RFP document.

Page 78: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 78 of 113

APPENDIX G TO ANNEX A

GENERAL DESCRIPTION OF THE SURVEY AREA 3 NORTH COAST OF BRITISH COLUMBIA

1. Survey Description (No. of samples, frequency, scheduling, etc.)

This requirement describes the surveying of selected shellfish growing areas on Haida Gwaii from Virago Sound east to Rose Point and Skidegate Inlet; and along the north coast of the BC mainland from Hartley Bay / Kitimat in the south to Port Simpson in the north.

For planning purposes, maps showing the general location and planned number of marine water quality sites within each of the Zones along B.C.’s North Coast and Haida Gwaii are provided in Appendix I. A list along with the specific location of all marine water quality sites will be provided to the Contractor prior to the commencement of work. The Contractor must perform the work under this project under a single contract.

2. Deliverables

To organize, manage and complete the collection of marine surface water samples from designated individual sampling sites as outlined in Appendices H and I during the Initial Year of the Contract (e.g. April 2020 to March 2021 – to be confirmed at contract award) according to: o ECCC sampling protocols, and o A sample collection survey schedule established by ECCC in consultation with the Contractor to be provided upon award of the

contract.

To deliver the above samples (maintained in a cooler between >0.0°C and <10°C) to ECCC’s Laboratory* in North Vancouver, BC within 27 hours of the first sample being collected.

*ECCC’s Laboratories are ISO/IEC 17025 accredited and must meet specific sample holding time and temperature requirements

3. Itinerary and time schedule

The Contractor must collect marine surface water samples during each survey, according to a sample collection survey schedule established by ECCC in consultation with the Contractor. For the initial Year of the Contract, there will be two annual samples collected from each site within each specified Zone (e.g. one between April 1 and December 30, 2020 and a second between January 1 and March 31, 2021. Where practical, more than one Zone(s) may be combined into a single survey week.

Page 79: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 79 of 113

Although the Contractor will conduct most sampling Monday to Wednesday, to accommodate weather windows or other considerations, the Contractor may elect to sample on Sunday provided shipping is available to ECCC’s laboratory in North Vancouver for Monday morning delivery, and all other requirements are met. Under certain circumstances, such as weather, it may be mutually beneficial to extend the survey to Thursday to complete the work. The Contractor may only complete work on a Thursday after prior approval from ECCC.

On rare occasions during the course of a survey year, ECCC may be required to cancel, reschedule or repeat a survey mostly due considerations surrounding inclement weather. Given the circumstances, with as much advance notice as possible, ECCC will communicate with the Contractor the possibility of cancelling a survey. If a survey is cancelled, ECCC will consult with the Contractor and attempt to reschedule the survey at a mutually agreeable time.

Page 80: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 80 of 113

APPENDIX H TO ANNEX A

DESCRIPTION OF SURVEY AREA 3 (Shellfish Water Classification Surveys Listing) NORTH COAST OF BRITISH COLUMBIA

IMPORTANT NOTES:

Zone and Survey Information: 1. Each of the surveys listed below has separate and distinct sample collection periods over the year as outlined in a survey schedule

established by ECCC in consultation with and provided to the Contractor. Each Zone consists of two survey collection periods; one sample will be collected at each identified site during survey #1, with a second round of samples collected at a later period of that year during survey #2. This ensures water quality data is collected under varied environmental conditions at various times of the year.

2. The Contractor will be responsible for determining their sampling logistics (e.g. number of float-equipped aircraft / boats, applicable marine sites to be collected by each float-equipped aircraft / boat, departure / launch and retrieving locations, order of sample collections, shipping methods, etc.).

3. The Contractor will maintain frequent communication with ECCC throughout the contract period. Changes to sampling requirements, in order to respond to evolving program needs, may necessitate the addition or deletion of sample sites, changes in sampling frequency or the location of specific sample sites.

4. All Zones may be combined into a single survey week if sampling can be completed from Sunday – Wednesday, inclusive. Thursday sampling maybe required on some surveys or in circumstances where weather or other factors delay sampling.

5. Refer to Appendix I showing projected sample site locations for each Zone. 6. HQ refers to ECCC Laboratory in North Vancouver where all samples will be delivered.

Zone Survey Area(s) of the

North Coast and Haida Gwaii

Surveys / Year

Planned Number of Samples /

Survey

Possible Options for Mode of Transport for Sample Collection

Sampling Window (Survey Week)

Maximum Sample

Capacity (HQ Lab)

Comments

Float Plane Boat Land-based

1 Virago Sound to Rose Point

2 15 1 plane for 1 sample

day

1 boat for 1 sample day

1 sample day

Sun.– Wed. 105

May be combined with other Zone(s) in a single survey week.

2 Skidegate Inlet 2 20 ----- 1 boat for 1 sample day

----- Sun.– Wed. 105

May be combined with other Zone(s) in a single survey week.

3 Prince Rupert (North) 2 18 1 plane for 1 boat for 1 ----- Sun.– Wed. 105 May be combined

Page 81: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 81 of 113

Zone Survey Area(s) of the

North Coast and Haida Gwaii

Surveys / Year

Planned Number of Samples /

Survey

Possible Options for Mode of Transport for Sample Collection

Sampling Window (Survey Week)

Maximum Sample

Capacity (HQ Lab)

Comments

1 sample day

sample day with other Zone(s) in a single survey week.

4 Prince Rupert (South) 2 24 1 plane for 1 sample

day

1 boat for 1 sample day

----- Sun.– Wed. 105

May be combined with other Zone(s) in a single survey week.

5 Prince Rupert Commercial Area

1 5 1 plane for 1/2 sample

day

1 boat for 1/2 sample

day ----- Sun.– Wed. 105

Optional additional summer sampling only

6 Douglas Channel 2 21 1 plane for 1 sample

day ----- ----- Sun.– Wed. 105

May be combined with other Zone(s) in a single survey week.

Page 82: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 82 of 113

APPENDIX I TO ANNEX A

SURVEY MAPS AND LOCATIONS OF SURVEY AREA 3 NORTH COAST OF BRITISH COLUMBIA

Page 83: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 83 of 113

Haida Gwaii Zone 1 Survey Name(s): Virago Sound to Rose Point Survey Area: Virago Sound, Entry Point, Skonun Point, North Beach, Yakan Point, Rose

Point

Page 84: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 84 of 113

Zone 2 Survey Name(s): Skidegate Inlet Survey Area: Sandstone Islets, Kagan Bay, Maude Island, Skidegate Channel, South Bay,

Alliford Bay, Skidegate Inlet, Shingle Bay

Page 85: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 85 of 113

Mainland North Coast Zone 3 Survey Name(s): Prince Rupert (North)Survey Area: Prince Rupert Harbour, Port Simpson, Dundas Island and Dunira Island

Due to privacy concerns, specific sample sites in this area will be made available upon request to the

Bidder(s) interested in submitting a bid for the project. The location of sites will be required for the Bidder to

accurately prepare and submit a financial bid. The Bidder accessing this information shall be bound by

the confidentiality clause outlined in the RFP document.

Page 86: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 86 of 113

Zone 4 Survey Name(s): Prince Rupert (South)Survey Area: Prince Rupert Harbour, Stephens Island, Porcher Island and Kitkatla Channel

Due to privacy concerns, specific sample sites in this area will be made

available upon request to the Bidder(s) interested in

submitting a bid for the project. The location of sites will be required for the Bidder to accurately prepare and submit a

financial bid. The Bidder accessing this information

shall be bound by the confidentiality clause outlined in the RFP

document.

Page 87: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 87 of 113

Zone 5 Survey Name(s): Prince Rupert Commercial AreaSurvey Area: Prince Rupert Harbour, Stephens Island and Porcher Island

Page 88: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 88 of 113

Zone 6 Survey Name(s): Douglas ChannelSurvey Area: Grenville Channel, Douglas Channel and Kitimat Arm

Due to privacy concerns, specific sample sites in this area will be made available

upon request to the Bidder(s) interested in submitting a bid for the project. The location of sites will be required for the Bidder to accurately prepare and submit a

financial bid. The Bidder accessing this information

shall be bound by the confidentiality clause outlined

in the RFP document.

Page 89: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 89 of 113

ANNEX B

BASIS OF PAYMENT

Survey Area 1 – South Coast of British Columbia:

Pricing Information:

The expectation is that the Contractor collects the Planned Number of Samples / Survey for a given Zone(s) during the course of a survey week (between Sunday and Wednesday, inclusive, where samples are to be shipped for next day delivery; or between Monday and Thursday, inclusive, where a mobile lab is stationed nearby in the field. The exception being circumstances where the collection of specific site(s) was not possible due to factors beyond the Contractor’s control, such as due to weather.

All prices provided below are firm-all inclusive prices required to perform the Work listed there, including labour, overhead and profit.

For bidding purposes, Bidders must ensure to include prices only where indicated in the Basis of Payment below. Any changes to the Basis of Payment or failure to following the pricing tables will result in a bid being non-responsive. GST / HST extra.

Initial Contract Period, Option Period 1, and Option Period 2 – Table A – Survey Price

The proposal is to include the Survey Price for each of the Survey Name(s) outlined in the table below. The Survey Price must include all Prices associated with the collection and shipping of the Planned Number of Samples / Survey.

The Survey Prices provided in the Initial Contract Period, Option Period 1, and Option Period 2 - Table A are part of the Evaluation of Price.

Initial Contract Period, Option Period 1, and Option Period 2 – Table B – Discounted Price, Incremental Price and Contingency Price

In addition to the Survey Price, the proposal must also include separate Price adjustments for the following eventualities per survey:

1. The Discounted Price to Deliver Directly to a Mobile Lab, to be subtracted from the Survey Price when samples are delivered directly to a laboratory stationed nearby in the field, thus avoiding the Prices associated with shipping.

2. The Incremental Price to add or subtract the collection of an individual sample site within a survey Zone at the request of ECCC. The Incremental Price may vary between Zones depending upon the mode of transport for sample collection or other factors.

a. ECCC may adjust sample numbers +/- 10% of the Planned Number of Samples / Survey, or up to 10 samples, whichever is greater.

b. The rate for any deviation from the Planned Sample Number / Survey for a Zone (either added or subtracted) resulting from an adjustment by ECCC, or missed by the Contractor during the course of a survey, will be calculated by adding or subtracting the Incremental Sample Price per sample site to or from the Survey Price. Duplicate collection or collection of sites not specified on the sampling list will not be compensated.

3. The Contingency Price for an additional sampling day (such as for make-up runs or for work that could not be completed Sunday to Wednesday due to unforeseen circumstances), must be quoted to address the costs for one crew unit (e.g. 1 boat: 1 primary operator / 1 sampler; 1 floatplane: 1 pilot / 1 sampler) to remain on site. Prices may vary between Zones. The cost for an additional sampling day will be calculated by adding the Contingency Price (per crew unit) to the Incremental Price per sample multiplied by the number of samples collected that day. This additional work will only be completed if mutually agreed upon by ECCC and the Contractor.

The Discounted, Incremental and Contingency prices provided in the Initial Contract Period, Option Period 1, and Option Period 2 - Table B are for information purposes only and are NOT part of the Evaluation of Price.

Other notes: For all surveys, samples are to be delivered to the following:

Page 90: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 90 of 113

ECCC laboratory in North Vancouver (within 27 hours from initial collection), or ECCC mobile laboratory stationed nearby in the field where specified (within 6 - 8 hours from initial

collection)

In the event that samples are delivered to an ECCC lab and are deemed unacceptable from a quality control standpoint (e.g. frozen or >10°C or exceeding holding time limits), these samples will be refused. The Contractor will be responsible for all Prices associated with re-collecting these samples at a mutually agreeable time.

Survey Area 1 – South Coast of British Columbia

Initial Contract Period - Table A

Survey Price

Zone Survey

Name(s) Surveys

/ Year (A)

Planned Number of Samples /

Survey

Price per Survey (B)

(Bidder to insert firm price for each of the

elements below)

Total Price (A*B)

1 GBES 2 242 $__________ $__________

2 GBEN 2 294 $__________ $__________

3 GBENR 3 165 $__________ $__________

4 GBWS 2 260 $__________ $__________

5 GBWN 2 265 $__________ $__________

6 GBWNR 3 310 $__________ $__________

7 NHSRS 1 26 $__________ $__________

8 BSSRS 1 113 $__________ $__________

9 SK/JA 4 36 $__________ $__________

10 BK/NW/UT SRS 6 143 $__________ $__________

11 NW03/04 SRS 6 98 $__________ $__________

12 NW05S 2 28 $__________ $__________

13 NW05N 2 13 $__________ $__________

Page 91: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 91 of 113

Survey Area 1 – South Coast of British Columbia

Initial Contract Period - Table A

Survey Price

Zone Survey

Name(s) Surveys

/ Year (A)

Planned Number of Samples /

Survey

Price per Survey (B)

(Bidder to insert firm price for each of the

elements below)

Total Price (A*B)

14 NW06N 2 44 $__________ $__________

15 QC/JS 2 158 $__________ $__________

Total Price for the Initial Contract Period for Survey Area 1 $__________

Survey Area 1 – South Coast of British Columbia

Initial Contract Period – Table B

Incremental Price and Contingency Price

Zone Survey

Name(s)

Surveys / Fiscal Year

Planned Number of Samples /

Survey

Discounted Price to Deliver Directly to a Mobile Lab (Bidder to insert

firm price for each of the applicable elements below)

Incremental Price to +/- a Sample

Site (Bidder to insert

firm price for each of the elements

below)

Contingency Price to add a Sample Day (per Crew

Unit) (Bidder to insert

firm price for each of the elements

below)

1 GBES 2 242 N/A +/- $___________ +$___________

2 GBEN 2 294 N/A +/- $___________ +$___________

3 GBENR 3 165 N/A +/- $___________ +$____________

4 GBWS 2 260 N/A +/- $___________ +$____________

5 GBWN 2 265 N/A +/- $___________ +$____________

6 GBWNR 3 310 N/A +/- $___________ +$____________

7 NHSRS 1 26 N/A

+/- $___________ +$____________

Page 92: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 92 of 113

Survey Area 1 – South Coast of British Columbia

Initial Contract Period – Table B

Incremental Price and Contingency Price

Zone Survey

Name(s)

Surveys / Fiscal Year

Planned Number of Samples /

Survey

Discounted Price to Deliver Directly to a Mobile Lab (Bidder to insert

firm price for each of the applicable elements below)

Incremental Price to +/- a Sample

Site (Bidder to insert

firm price for each of the elements

below)

Contingency Price to add a Sample Day (per Crew

Unit) (Bidder to insert

firm price for each of the elements

below)

8 BSSRS 1 113 N/A +/- $___________ +$____________

9 SK/JA 4 36 N/A +/- $___________ +$____________

10 BK/NW/UT SRS 6 143 - $____________ +/- $___________ +$____________

11 NW03/04 SRS 6 98 - $____________

+/- $___________ +$____________

12 NW05S 2 28 - $____________ +/- $___________ +$____________

13 NW05N 2 13 - $____________ +/- $___________ +$____________

14 NW06N 2 44 - $____________ +/- $___________ +$____________

15 QC/JS 2 158 - $____________ +/- $___________ +$____________

Survey Area 1 – South Coast of British Columbia

Option Period 1 - Table A

Survey Price

Zone Survey

Name(s) Surveys

/ Year (A)

Planned Number of Samples /

Survey

Price per Survey (B)

(Bidder to insert firm price for each

of the elements below)

Total Price (A*B)

1 GBES 2 242 $__________ $__________

2 2 294 $__________

Page 93: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 93 of 113

Survey Area 1 – South Coast of British Columbia

Option Period 1 - Table A

Survey Price

Zone Survey

Name(s) Surveys

/ Year (A)

Planned Number of Samples /

Survey

Price per Survey (B)

(Bidder to insert firm price for each

of the elements below)

Total Price (A*B)

GBEN $__________

3 GBENR 3 165 $__________ $__________

4 GBWS 2 260 $__________ $__________

5 GBWN 2 265 $__________ $__________

6 GBWNR 3 310 $__________ $__________

7 NHSRS 1 26 $__________ $__________

8 BSSRS 1 113 $__________ $__________

9 SK/JA 4 36 $__________ $__________

10 BK/NW/UT SRS 6 143 $__________ $__________

11 NW03/04 SRS 6 98 $__________ $__________

12 NW05S 2 28 $__________ $__________

13 NW05N 2 13 $__________ $__________

14 NW06N 2 44 $__________ $__________

15 QC/JS 2 158 $__________ $__________

Total Price for Option Period 1 for Survey Area 1 $__________

Page 94: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 94 of 113

Survey Area 1 – South Coast of British Columbia

Option Period 1 – Table B

Incremental Price and Contingency Price

Zone Survey

Name(s)

Surveys / Fiscal Year

Planned Number of Samples /

Survey

Discounted Price to Deliver Directly to a Mobile Lab

Incremental Price to +/- a Sample

Site (Bidder to insert

firm price for each of the elements

below)

Contingency Price to add a Sample Day (per Crew

Unit) (Bidder to insert

firm price for each of the elements

below)

1 GBES 2 242 N/A +/- $___________ +$___________

2 GBEN 2 294 N/A +/- $___________ +$___________

3 GBENR 3 165 N/A +/- $___________ +$____________

4 GBWS 2 260 N/A +/- $___________ +$____________

5 GBWN 2 265 N/A +/- $___________ +$____________

6 GBWNR 3 310 N/A +/- $___________ +$____________

7 NHSRS 1 26 N/A +/- $___________ +$____________

8 BSSRS 1 113 N/A +/- $___________ +$____________

9 SK/JA 4 36 N/A +/- $___________ +$____________

10 BK/NW/UT SRS 6 143 - $____________ +/- $___________ +$____________

11 NW03/04 SRS 6 98 - $____________

+/- $___________ +$____________

12 NW05S 2 28 - $____________ +/- $___________ +$____________

13 NW05N 2 13 - $____________ +/- $___________ +$____________

14 NW06N 2 44 - $____________ +/- $___________ +$____________

15 QC/JS 2 158 - $____________ +/- $___________ +$____________

Page 95: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 95 of 113

Survey Area 1 – South Coast of British Columbia

Option Period 2 - Table A

Survey Price

Zone Survey

Name(s) Surveys

/ Year (A)

Planned Number of Samples /

Survey

Price per Survey (B)

(Bidder to insert firm price for each

of the elements below)

Total Price (A*B)

1 GBES 2 242 $__________ $__________

2 GBEN 2 294 $__________ $__________

3 GBENR 3 165 $__________ $__________

4 GBWS 2 260 $__________ $__________

5 GBWN 2 265 $__________ $__________

6 GBWNR 3 310 $__________ $__________

7 NHSRS 1 26 $__________ $__________

8 BSSRS 1 113 $__________ $__________

9 SK/JA 4 36 $__________ $__________

10 BK/NW/UT SRS 6 143 $__________ $__________

11 NW03/04 SRS 6 98 $__________ $__________

12 NW05S 2 28 $__________ $__________

13 NW05N 2 13 $__________ $__________

14 NW06N 2 44 $__________ $__________

15 QC/JS 2 158 $__________ $__________

Page 96: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 96 of 113

Survey Area 1 – South Coast of British Columbia

Option Period 2 - Table A

Survey Price

Zone Survey

Name(s) Surveys

/ Year (A)

Planned Number of Samples /

Survey

Price per Survey (B)

(Bidder to insert firm price for each

of the elements below)

Total Price (A*B)

Total Price for Option Period 2 for Survey Area 1 $__________

Survey Area 1 – South Coast of British Columbia

Option Period 2 – Table B

Incremental Price and Contingency Price

Zone Survey

Name(s)

Surveys / Fiscal Year

Planned Number of Samples /

Survey

Discounted Price to Deliver Directly to a Mobile Lab

Incremental Price to +/- a Sample

Site (Bidder to insert

firm price for each of the elements

below)

Contingency Price to add a Sample Day (per Crew

Unit) (Bidder to insert

firm price for each of the elements

below)

1 GBES 2 242 N/A +/- $___________ +$___________

2 GBEN 2 294 N/A +/- $___________ +$___________

3 GBENR 3 165 N/A +/- $___________ +$____________

4 GBWS 2 260 N/A +/- $___________ +$____________

5 GBWN 2 265 N/A +/- $___________ +$____________

6 GBWNR 3 310 N/A +/- $___________ +$____________

7 NHSRS 1 26 N/A +/- $___________ +$____________

8 BSSRS 1 113 N/A +/- $___________ +$____________

Page 97: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 97 of 113

Survey Area 1 – South Coast of British Columbia

Option Period 2 – Table B

Incremental Price and Contingency Price

Zone Survey

Name(s)

Surveys / Fiscal Year

Planned Number of Samples /

Survey

Discounted Price to Deliver Directly to a Mobile Lab

Incremental Price to +/- a Sample

Site (Bidder to insert

firm price for each of the elements

below)

Contingency Price to add a Sample Day (per Crew

Unit) (Bidder to insert

firm price for each of the elements

below)

9 SK/JA 4 36 N/A +/- $___________ +$____________

10 BK/NW/UT SRS 6 143 - $____________ +/- $___________ +$____________

11 NW03/04 SRS 6 98 - $____________

+/- $___________ +$____________

12 NW05S 2 28 - $____________ +/- $___________ +$____________

13 NW05N 2 13 - $____________ +/- $___________ +$____________

14 NW06N 2 44 - $____________ +/- $___________ +$____________

15 QC/JS 2 158 - $____________ +/- $___________ +$____________

Page 98: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 98 of 113

Survey Area 2 – Central Coast of British Columbia:

Pricing Information:

The expectation is that the Contractor collects the Planned Number of Samples / Survey for a given Zone(s) during the course of a survey week (between Sunday and Wednesday, inclusive, where samples are to be shipped for next day delivery. The exception being circumstances where the collection of specific site(s) was not possible due to factors beyond the Contractor’s control, such as due to weather.

Initial Contract Period, Option Period 1, and Option Period 2 – Table A – Survey Price

The proposal is to include the Survey price for each of the Survey Name(s) outlined in the table below. The Survey Price must include all Prices associated with the collection and shipping of the Planned Number of Samples / Survey.

The Survey prices provided in the Initial Contract Period, Option Period 1, and Option Period 2 - Table A are part of the Evaluation of Price.

Initial Contract Period, Option Period 1, and Option Period 2 – Table B – Incremental Price and Contingency Price

In addition to the Survey Price, the proposal must also include separate Price adjustments for the following eventualities per survey:

1. The Incremental Price to add or subtract the collection of an individual sample site within a survey Zone at the request of ECCC. The Incremental Price may vary between Zones depending upon the mode of transport for sample collection or other factors.

a. ECCC may adjust sample numbers +/- 10% of the Planned Number of Samples / Survey, or up to 10 samples, whichever is greater.

b. The rate for any deviation from the Planned Sample Number / Survey for a Zone (either added or subtracted) resulting from an adjustment by ECCC, or missed by the Contractor during the course of a survey, will be calculated by adding or subtracting the Incremental Sample Price per sample site to or from the Survey Price. Duplicate collection or collection of sites not specified on the sampling list will not be compensated.

c. In Zone(s) where mixed modes of transport for sample collection (boat, float-equipped aircraft or other) are proposed, the Contractor must provide an Incremental Price to +/- a Sample Site for each mode of sample collection specified for that Zone.

2. The Contingency Price for an additional sampling day (such as for make-up runs or for work that could not be completed Sunday to Wednesday due to unforeseen circumstances), must be quoted to address the costs for one crew unit (e.g. 1 boat: 1 primary operator / 1 sampler; 1 floatplane: 1 pilot / 1 sampler) to remain on site. Prices may vary between Zones. The cost for an additional sampling day will be calculated by adding the Contingency Price (per crew unit) to the Incremental Price per sample multiplied by the number of samples collected that day. This additional work will only be completed if mutually agreed upon by ECCC and the Contractor.

The Discounted, Incremental and Contingency prices provided in the Initial Contract Period, Option Period 1, and Option Period 2 - Table B are for information purposes only and are NOT part of the Evaluation of Price.

Other notes: For all surveys, samples are to be delivered to the following:

ECCC laboratory in North Vancouver (within 27 hours from initial collection)

In the event that samples are delivered to an ECCC lab and are deemed unacceptable from a quality control standpoint (e.g. frozen or >10°C or exceeding holding time limits), these samples will be refused. The Contractor will be responsible for all Prices associated with re-collecting these samples at a mutually agreeable time.

Page 99: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 99 of 113

Survey Area 2 – Central Coast of British Columbia

Initial Contract Period - Table A

Survey Price

Zone Survey

Name(s)

Surveys/Year (A)

Planned Number of Samples /

Survey

Price per Survey (B)

(Bidder to insert firm price for each of the

elements below)

Total Price (A*B)

1 Klemtu 2 22 $____________ $____________

2 Bella Bella 2 74 $____________ $____________

3 Smith Sound 2 21 $____________ $____________

Total Price for the Initial Contract Period for Survey Area 2 $_____________

Survey Area 2 – Central Coast of British Columbia

Initial Contract Period – Table B

Incremental Price and Contingency Price

Zone Survey

Name(s)

Surveys / Fiscal Year

Planned Number of Samples /

Survey

Incremental Price to +/- a Sample Site by Mode of Transport

(ie. floatplane, boat, other) Insert additional columns per mode as required

Contingency Price to add a

Sample Day (per Crew Unit)

Mode:___________ (insert mode) (Bidder to insert firm price for each of the elements below)

Mode:__________ (insert mode) (Bidder to insert firm price for each of the elements below)

1 Klemtu 2 22 +/- $___________ +/- $_____________ +$______________

2 Bella Bella 2 74 +/- $___________ +/- $_____________ +$______________

3 Smith Sound 2 21 +/- $____________ +/- $_____________ +$_______________

Page 100: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 100 of 113

Survey Area 2 – Central Coast of British Columbia

Option Period 1 - Table A

Survey Price

Zone Survey

Name(s)

Surveys/Year (A)

Planned Number of Samples /

Survey

Price per Survey (B)

(Bidder to insert firm price for each of the

elements below)

Total Price (A*B)

1 Klemtu 2 22 $____________ $____________

2 Bella Bella 2 74 $____________ $____________

3 Smith Sound 2 21 $____________ $____________

Total Price for Option Period 1 for Survey Area 2 $_____________

Survey Area 2 – Central Coast of British Columbia

Option Period 1 – Table B

Incremental Price and Contingency Price

Zone Survey

Name(s)

Surveys / Fiscal Year

Planned Number of Samples /

Survey

Incremental Price to +/- a Sample Site by Mode of Transport

(ie. floatplane, boat, other) Insert additional columns per mode as required

Contingency Price to add a

Sample Day (per Crew Unit)

Mode:___________ (insert mode) (Bidder to insert firm price for each of the

elements below)

Mode:__________ (insert mode) (Bidder to insert firm price for each of the

elements below)

1 Klemtu 2 22 +/- $___________ +/- $_____________ +$______________

2 Bella Bella 2 74 +/- $___________ +/- $_____________ +$______________

3 Smith Sound 2 21 +/- $____________ +/- $_____________ +$_______________

Page 101: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 101 of 113

Survey Area 2 – Central Coast of British Columbia

Option Period 2 - Table A

Survey Price

Zone Survey

Name(s)

Surveys/Year (A)

Planned Number of Samples /

Survey

Price per Survey (B)

(Bidder to insert firm price for each of the

elements below)

Total Price (A*B)

1 Klemtu 2 22 $____________ $____________

2 Bella Bella 2 74 $____________ $____________

3 Smith Sound 2 21 $____________ $____________

Total Price for Option Period 2 for Survey Area 2 $_____________

Page 102: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 102 of 113

Survey Area 2 – Central Coast of British Columbia

Option Period 2 – Table B

Incremental Price and Contingency Price

Zone Survey

Name(s)

Surveys / Fiscal Year

Planned Number of Samples /

Survey

Incremental Price to +/- a Sample Site by Mode of Transport

(ie. floatplane, boat, other) Insert additional columns per mode as required

Contingency Price to add a

Sample Day (per Crew Unit)

Mode:___________ (insert mode) (Bidder to insert firm price for each of the

elements below)

Mode:__________ (insert mode) (Bidder to insert firm price for each of the

elements below)

1 Klemtu 2 22 +/- $___________ +/- $_____________ +$______________

2 Bella Bella 2 74 +/- $___________ +/- $_____________ +$______________

3 Smith Sound 2 21 +/- $____________ +/- $_____________ +$_______________

Survey Area 3 – North Coast of British Columbia:

Pricing Information:

The expectation is that the Contractor collects the Planned Number of Samples / Survey for a given Zone(s) during the course of a survey week (between Sunday and Wednesday, inclusive, where samples are to be shipped for next day delivery. The exception being circumstances where the collection of specific site(s) was not possible due to factors beyond the Contractor’s control, such as due to weather.

Initial Contract Period, Option Period 1, and Option Period 2 – Table A – Survey Price

The proposal is to include the Survey Price for each of the Survey Name(s) outlined in the table below. The Survey Price must include all Prices associated with the collection and shipping of the Planned Number of Samples / Survey.

The Survey prices provided in the Initial Contract Period, Option Period 1, and Option Period 2 - Table A are part of the Evaluation of Price.

Initial Contract Period, Option Period 1, and Option Period 2 – Table B – Incremental Price and Contingency Price

In addition to the Survey Price, the proposal must also include separate Price adjustments for the following eventualities per survey:

1. The Incremental Price to add or subtract the collection of an individual sample site within a survey Zone at the request of ECCC. The Incremental Price may vary between Zones depending upon the mode of transport for sample collection or other factors.

a. ECCC may adjust sample numbers +/- 10% of the Planned Number of Samples / Survey, or up to 10 samples, whichever is greater.

b. The rate for any deviation from the Planned Sample Number / Survey for a Zone (either added or subtracted) resulting from an adjustment by ECCC, or missed by the Contractor during the course of a survey, will be calculated by adding or subtracting the Incremental Sample Price per sample

Page 103: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 103 of 113

site to or from the Survey Price. Duplicate collection or collection of sites not specified on the sampling list will not be compensated.

c. In Zone(s) where mixed modes of transport for sample collection (boat, float-equipped aircraft or other) are proposed, the Contractor must provide an Incremental Price to +/- a Sample Site for each mode of sample collection specified for that Zone.

2. The Contingency Price for an additional sampling day (such as for make-up runs or for work that could not be completed Sunday to Wednesday due to unforeseen circumstances), must be quoted to address the costs for one crew unit (e.g. 1 boat: 1 primary operator / 1 sampler; 1 floatplane: 1 pilot / 1 sampler) to remain on site. Prices may vary between Zones. The cost for an additional sampling day will be calculated by adding the Contingency Price (per crew unit) to the Incremental Price per sample multiplied by the number of samples collected that day. This additional work will only be completed if mutually agreed upon by ECCC and the Contractor.

The Discounted, Incremental and Contingency prices provided in the Initial Contract Period, Option Period 1, and Option Period 2 - Table B are for information purposes only and are NOT part of the Evaluation of Price.

Other notes: For all surveys, samples are to be delivered to the following:

ECCC laboratory in North Vancouver (within 27 hours from initial collection)

In the event that samples are delivered to an ECCC lab and are deemed unacceptable from a quality control standpoint (e.g. frozen or >10°C or exceeding holding time limits), these samples will be refused. The Contractor will be responsible for all Prices associated with re-collecting these samples at a mutually agreeable time.

Survey Area 3 – North Coast of British Columbia

Initial Contract Period – Table A

Survey Price

Zone Survey

Name(s)

Surveys / Fiscal Year (A)

Planned Number of Samples /

Survey

Price per Survey (B)

(Bidder to insert firm price for each

of the elements below)

Total Price (A*B)

1 Virago Sound to Rose Point

2 15 $____________ $____________

2 Skidegate Inlet 2 20 $____________ $____________

3 Prince Rupert (North) 2 18 $____________ $____________

4 Prince Rupert (South) 2 24 $____________ $____________

5 Prince Rupert Commercial Area 1 5 $____________ $____________

6 Douglas Channel 2 21 $____________ $____________

Page 104: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 104 of 113

Survey Area 3 – North Coast of British Columbia

Initial Contract Period – Table A

Survey Price

Zone Survey

Name(s)

Surveys / Fiscal Year (A)

Planned Number of Samples /

Survey

Price per Survey (B)

(Bidder to insert firm price for each

of the elements below)

Total Price (A*B)

Total Price for the Initial Contract Period for Survey Area 3 $____________

Page 105: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 105 of 113

Survey Area 3 – North Coast of British Columbia

Initial Contract Period – Table B

Incremental Price and Contingency Price

Zone Survey

Name(s)

Surveys / Fiscal Year (A)

Planned Number of Samples /

Survey

Incremental Price to +/- a Sample Site by Mode of Transport

(e.g. floatplane, boat, other) (Bidder to insert firm price for each of the

elements below)

Contingency Price to add a Sample

Day (per Crew Unit) (Bidder to insert firm price for each of the

elements below)

1 Virago Sound to Rose Point

2 15 +/- $__________ +/- $___________ +$_____________

2 Skidegate Inlet 2 20 +/- $__________ +/- $___________ +$_____________

3 Prince Rupert (North) 2 18 +/- $__________ +/- $___________ +$_____________

4 Prince Rupert (South) 2 24 +/- $__________ +/- $___________ +$_____________

5 Prince Rupert Commercial Area 1 5 +/- $__________ +/- $___________ +$______________

6 Douglas Channel 2 21 +/- $__________ +/- $____________ +$______________

Page 106: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 106 of 113

Survey Area 3 – North Coast of British Columbia

Option Period 1 – Table A

Survey Price

Zone Survey

Name(s)

Surveys / Fiscal Year (A)

Planned Number of Samples /

Survey

Price per Survey (B)

(Bidder to insert firm price for each

of the elements below)

Total Price (A*B)

1 Virago Sound to Rose Point

2 15 $____________ $____________

2 Skidegate Inlet 2 20 $____________ $____________

3 Prince Rupert (North) 2 18 $____________ $____________

4 Prince Rupert (South) 2 24 $____________ $____________

5 Prince Rupert Commercial Area 1 5 $____________ $____________

6 Douglas Channel 2 21 $____________ $____________

Total Price for Option Period 1 for Survey Area 3 $____________

Page 107: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 107 of 113

Survey Area 3 – North Coast of British Columbia

Option Period 1 – Table B

Incremental Price and Contingency Price

Zone Survey

Name(s)

Surveys / Fiscal Year (A)

Planned Number of Samples /

Survey

Incremental Price to +/- a Sample Site by Mode of Transport

(e.g. floatplane, boat, other) (Bidder to insert firm price for each of the

elements below)

Contingency Price to add a Sample

Day (per Crew Unit) (Bidder to insert firm price for each of the

elements below)

1 Virago Sound to Rose Point

2 15 +/- $__________ +/- $___________ +$_____________

2 Skidegate Inlet 2 20 +/- $__________ +/- $___________ +$_____________

3 Prince Rupert (North) 2 18 +/- $__________ +/- $___________ +$_____________

4 Prince Rupert (South) 2 24 +/- $__________ +/- $___________ +$_____________

5 Prince Rupert Commercial Area 1 5 +/- $__________ +/- $___________ +$______________

6 Douglas Channel 2 21 +/- $__________ +/- $____________ +$______________

Page 108: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 108 of 113

Survey Area 3 – North Coast of British Columbia

Option Period 2 – Table A

Survey Price

Zone Survey

Name(s)

Surveys / Fiscal Year (A)

Planned Number of Samples /

Survey

Price per Survey (B)

(Bidder to insert firm price for each

of the elements below)

Total Price (A*B)

1 Virago Sound to Rose Point

2 15 $____________ $____________

2 Skidegate Inlet 2 20 $____________ $____________

3 Prince Rupert (North) 2 18 $____________ $____________

4 Prince Rupert (South) 2 24 $____________ $____________

5 Prince Rupert Commercial Area 1 5 $____________ $____________

6 Douglas Channel 2 21 $____________ $____________

Total Price for Option Period 2 for Survey Area 3 $____________

Page 109: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 109 of 113

Survey Area 3 – North Coast of British Columbia

Option Period 2 – Table B

Incremental Price and Contingency Price

Zone Survey

Name(s)

Surveys / Fiscal Year (A)

Planned Number of Samples /

Survey

Incremental Price to +/- a Sample Site by Mode of Transport

(e.g. floatplane, boat, other) (Bidder to insert firm price for each of the

elements below)

Contingency Price to add a Sample

Day (per Crew Unit) (Bidder to insert firm price for each of the

elements below)

1 Virago Sound to Rose Point

2 15 +/- $__________ +/- $___________ +$_____________

2 Skidegate Inlet 2 20 +/- $__________ +/- $___________ +$_____________

3 Prince Rupert (North) 2 18 +/- $__________ +/- $___________ +$_____________

4 Prince Rupert (South) 2 24 +/- $__________ +/- $___________ +$_____________

5 Prince Rupert Commercial Area 1 5 +/- $__________ +/- $___________ +$______________

6 Douglas Channel 2 21 +/- $__________ +/- $____________ +$______________

Page 110: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 110 of 113

ANNEX C

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.

Page 111: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 111 of 113

l. Owners' or Contractors' Protective Liability: Covers the damages that the Contractor becomes legally obligated to pay arising out of the operations of a subcontractor..

m. Amendment to the Watercraft Exclusion to extend to incidental repair operations on board watercraft.

n. 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.

For 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.

Marine liability insurance

1. The Contractor must obtain protection and indemnity insurance that must include excess collision liability and pollution liability. The insurance must be placed with a member of the International Group of Protection and Indemnity Associations or with a fixed market in an amount of not less than the limits determined by the Marine Liability Act, S.C. 2001, c. 6. Coverage must include crew liability, if it is not covered by Worker's Compensation as detailed in paragraph (2.) below.

2. The Contractor must obtain worker's compensation insurance covering all employees engaged in the Work in accordance with the statutory requirements of the territory or province or state of nationality, domicile, employment, having jurisdiction over such employees. If the Contractor is subject to an additional contravention, as a result of an accident causing injury or death to an employee of the Contractor or subcontractor, or due to unsafe working conditions, then such levy or assessment must be paid by the Contractor at its sole cost.

3. The protection and indemnity insurance 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 as additional insured should read as follows: Canada, represented by Public Works and Government Services Canada.

b. Waiver of subrogation rights: Contractor's Insurer to waive all rights of subrogation against Canada as represented by ____________ (insert department) and Public Works

Page 112: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 112 of 113

and Government Services Canada for any and all loss of or damage to the watercraft however caused.

c. 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.

d. Cross liability and 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.

e. Litigation rights: Pursuant to subsection 5(d) of the Department of Justice Act, R.S.C. 1985, 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.

For 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.

Aviation Liability Insurance

1. The Contractor must obtain Aviation Liability Insurance for Bodily Injury (including passenger Bodily Injury) and Property Damage, 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 $5,000,000 per accident or occurrence and in the annual aggregate.

2. The Aviation 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, represented by Public Works and Government Services Canada.

b. 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.

Page 113: Bid Solicitation No.: 5000047405 RETURN BIDS TO: RETOURNER

Bid Solicitation No.: 5000047405

Page 113 of 113

c. 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.

d. 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.

e. Employees and, where applicable, Volunteers must be included as Additional Insured.

f. Aviation Passenger Liability and inclusive Medical Payments: If sub-limits are applicable to Contractor's policy conforming to international carriage agreements or otherwise, such sub-limits must in any event be, not less than, $300,000 per person. The per accident limit should be no less than $300,000 multiplied by the number of passengers.

g. 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.

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

i. Non-owned Aircraft Liability: To protect the Contractor for liabilities arising from its use of aircraft owned by other parties including Canada.

j. 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.

For 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.