ddp1023ang - Buyandsell.gc.ca

advertisement
REQUEST FOR PROPOSAL
Return Bids to:
Environment Canada
Assets, Contracting and Environmental
Management Directorate
2021, Union
Suite 1240
Montreal (Quebec)
H3A 2S9
Attn : Marie-Christine Blais,
Procurement Officer
Title :
Execution of
Maniwaki’s Upper Air
Program
Date : July, 3, 2013
Sollicitation No
K3C3H-13-1023
Sollicitation closes
2 PM Eastern Standard Time
On : August 29, 2013
At:
Address Inquiries to :
Marie-Christine Blais
Telephone
(514) 496-1929
Company’s name and address :
Signature :
1
TABLE OF CONTENTS
PART 1 - GENERAL INFORMATION
1.
2.
3.
Security Requirement
Statement of Work
Debriefings
PART 2 - BIDDER INSTRUCTIONS
1.
2.
3.
4.
Standard Instructions, Clauses and Conditions
Submission of Bids
Enquiries - Bid Solicitation
Applicable Laws
PART 3 - BID PREPARATION INSTRUCTIONS
1.
Bid Preparation Instructions
PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION
1.
2.
3.
Evaluation Procedures
Basis of Selection
Security Requirement
PART 5 – SECURITY AND INSURANCE REQUIEREMENTS
1. Insurance requirements
2. Security Requirements
PART 6 – CERTIFICATIONS
PART 7 - RESULTING CONTRACT CLAUSES
1.
2.
3.
4.
5.
6.
7.
8.
Term of contract
Authorities
Payment
Term of payment
Taxes
Invoicing Instructions
Intellectual Property
Security and Insurance Requirements
List of ANNEX:
Annex A
Statement of Work
Annex B
Financial Proposition
Annex C
Mandatory Requirements
Annex D
Insurances Requirements
Annex E
Security Requirements
Annex F
Former Public Servant Certification
2
PART 1 - GENERAL INFORMATION
1.
Security Requirement
There is a security requirement associated with the requirement. For additional information,
consult Part 5 – Security and insurance Requirements, and Part 6 - Resulting Contract Clauses.
2.
Statement of Work
The Contractor must perform the Work in accordance with the Statement of Work at Annex
"A".
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
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.
Definition of Bidder
"Bidder" means the person or entity (or, in the case of a joint venture, the persons or
entities) submitting a bid to perform a contract for goods, services or both. It does not
include the parent, subsidiaries or other affiliates of the Bidder, or its subcontractors.
Submissions of Bids
1. Canada requires that each bid, at closing date and time or upon request from
the Contracting Authority, be signed by the Bidder or by an authorized
representative of the Bidder. If a bid is submitted by a joint venture, it must be in
accordance with Joint Venture.
2. It is the Bidder's responsibility to:
a. obtain clarification of the requirements contained in the bid solicitation,
if necessary, before submitting a bid;
b. prepare its bid in accordance with the instructions contained in the bid
solicitation;
c. submit by closing date and time a complete bid;
d. send its bid only to the address specified in the bid solicitation. ensure
that the Bidder's name, return address, the bid solicitation number,
and bid solicitation closing date and time are clearly visible on the
envelope or the parcel(s) containing the bid; and,
e. provide a comprehensible and sufficiently detailed bid, including all
requested pricing details, that will permit a complete evaluation in
accordance with the criteria set out in the bid solicitation.
3
3. If Canada has provided bidders with multiple formats of a document (for
example, a document may be downloaded through the Government Electronic
Tendering Service (GETS) but may also be made available on CD-ROM
through GETS), the format downloaded through GETS will take precedence. If
Canada posts an amendment to the bid solicitation revising any documents
provided to bidders in multiple formats, Canada will not necessarily update all
formats to reflect these revisions. It is the Bidder's responsibility to ensure that
revisions made through any bid solicitation amendment issued through GETS
are taken into account in the alternate formats it uses of bid solicitation
documents.
4. Bids will remain open for acceptance for a period of not less than sixty (60)
days from the closing date of the bid solicitation, unless specified otherwise in
the bid solicitation. Canada reserves the right to seek an extension of the bid
validity period from all responsive bidders in writing, within a minimum of three
(3) days before the end of the bid validity period. If the extension is accepted by
all responsive bidders, Canada will continue with the evaluation of the bids. If
the extension is not accepted by all responsive bidders, Canada will, at its sole
discretion, either continue with the evaluation of the bids of those who have
accepted the extension or cancel the solicitation.
5. Bid documents and supporting information may be submitted in either English
or French.
6. Bids received on or before the stipulated bid solicitation closing date and time
will become the property of Canada and will not be returned. All bids will be
treated as confidential, subject to the provisions of the Access to Information
Act (R.S. 1985, c. A-1) and the Privacy Act (R.S., 1985, c. P-21).
7. Unless specified otherwise in the bid solicitation, Canada will evaluate only the
documentation provided with a bidder's bid. Canada will not evaluate
information such as references to Web site addresses where additional
information can be found, or technical manuals or brochures not submitted with
the bid.
8. A bid cannot be assigned or transferred in whole or in part.
Late Bids
Canada will return bids delivered after the stipulated bid solicitation closing date and
time, unless they qualify as a delayed bid as described below.
Delayed Bids
1. A bid delivered to the specified bid receiving unit after the closing date and time
but before the contract award date may be considered, provided the bidder can
prove the delay is due solely to a delay in delivery that can be attributed to the
Canada Post Corporation (CPC) (or national equivalent of a foreign country).
Purolator Inc. is not considered to be part of CPC for the purposes of delayed
bids. The only pieces of evidence relating to a delay in the CPC system that are
acceptable to EC are:
a. a CPC cancellation date stamp; or
b. a CPC Priority Courier bill of lading; or
c. a CPC Xpresspost label
2. that clearly indicates that the bid was mailed before the bid closing date.
3. Misrouting, traffic volume, weather disturbances, labour disputes or any other
causes for the late delivery of bids are not acceptable reasons for the bid to be
accepted by EC.
4
4. Postage meter imprints, whether imprinted by the Bidder, the CPC or the postal
authority outside Canada, are not acceptable as proof of timely mailing.
Legal Capacity
The Bidder must have the legal capacity to contract. If the Bidder is a sole
proprietorship, a partnership or a corporate body, the Bidder must provide, if requested
by the Contracting Authority, a statement and any requested supporting documentation
indicating the laws under which it is registered or incorporated together with the
registered or corporate name and place of business. This also applies to bidders
submitting a bid as a joint venture.
Rights of Canada
Canada reserves the right to:
a)
b)
c)
d)
e)
f)
reject any or all bids received in response to the bid solicitation;
enter into negotiations with bidders on any or all aspects of their bids;
accept any bid in whole or in part without negotiations;
cancel the bid solicitation at any time;
reissue the bid solicitation;
if no responsive bids are received and the requirement is not substantially
modified, reissue the bid solicitation by inviting only the bidders who bid to
resubmit bids within a period designated by Canada; and,
g) negotiate with the sole responsive Bidder to ensure best value to Canada.
Rejection of Bid
1. Canada may reject a bid where any of the following circumstances is present:
a. the Bidder is subject to a Vendor Performance Corrective Measure,
under the Vendor Performance Corrective Measure Policy, which
renders the Bidder ineligible to bid on the requirement;
b. an employee, or subcontractor included as part of the bid, is subject to
a Vendor Performance Corrective Measure, under the Vendor
Performance Corrective Measure Policy, which would render that
employee or subcontractor ineligible to bid on the requirement, or the
portion of the requirement the employee or subcontractor is to
perform;
c. the Bidder is bankrupt or where, for whatever reason, its activities are
rendered inoperable for an extended period;
d. evidence, satisfactory to Canada, of fraud, bribery, fraudulent
misrepresentation or failure to comply with any law protecting
individuals against any manner of discrimination, has been received
with respect to the Bidder, any of its employees or any subcontractor
included as part of the bid;
e. evidence satisfactory to Canada that based on past conduct or
behavior, the Bidder, a subcontractor or a person who is to perform
the Work is unsuitable or has conducted himself/herself improperly;
f. with respect to current or prior transactions with the Government of
Canada:
i. Canada has exercised its contractual remedies of
suspension or termination for default with respect to a
contract with the Bidder, any of its employees or any
subcontractor included as part of the bid;
5
ii. Canada determines that the Bidder's performance on other
contracts, including the efficiency and workmanship as well
as the extent to which the Bidder performed the Work in
accordance with contractual clauses and conditions, is
sufficiently poor to jeopardize the successful completion of
the requirement being bid on.
2. Where Canada intends to reject a bid pursuant to a provision of subsection 1.
(f), the Contracting Authority will so inform the Bidder and provide the Bidder
ten (10) days within which to make representations, before making a final
decision on the bid rejection.
3. Canada reserves the right to apply additional scrutiny, in particular, when
multiple bids are received in response to a bid solicitation from a single bidder
or a joint venture. Canada reserves the right to:
a. reject any or all of the bids submitted by a single bidder or joint
venture if their inclusion in the evaluation has the effect of prejudicing
the integrity and fairness of the process, or;
b. reject any or all of the bids submitted by a single bidder or joint
venture if their inclusion in the procurement process would distort the
solicitation evaluation, and would cause a result that would not
reasonably have been expected under prevailing market conditions
and/or would not provide good value to Canada.
Communications - Solicitation Period
To ensure the integrity of the competitive bid process, enquiries and other
communications regarding the bid solicitation must be directed only to the Contracting
Authority identified in the bid solicitation. Failure to comply with this requirement may
result in the bid being declared non-responsive.
To ensure consistency and quality of information provided to bidders, significant
enquiries received and the replies to such enquiries will be provided simultaneously to
bidders to which the bid solicitation has been sent, without revealing the sources of the
enquiries.
Price Justification
In the event that the Bidder's bid is the sole responsive bid received, the Bidder must
provide, on Canada's request, one or more of the following price justification:
a) a current published price list indicating the percentage discount available to
Canada; or
b) a copy of paid invoices for the like quality and quantity of the goods, services or
both sold to other customers; or
c) a price breakdown showing the cost of direct labour, direct materials, purchased
items, engineering and plant overheads, general and administrative overhead,
transportation, etc., and profit; or
d) price or rate certifications; or
e) any other supporting documentation as requested by Canada.
Bid Costs
No payment will be made for costs incurred in the preparation and submission of a bid
in response to the bid solicitation. Costs associated with preparing and submitting a bid,
as well as any costs incurred by the Bidder associated with the evaluation of the bid, are
the sole responsibility of the Bidder.
6
Conduct of Evaluation
1. In conducting its evaluation of the bids, Canada may, but will have no obligation
to, do the following:
a. seek clarification or verification from bidders regarding any or all
information provided by them with respect to the bid solicitation;
b. contact any or all references supplied by bidders to verify and validate
any information submitted by them;
c. request, before award of any contract, specific information with
respect to bidders' legal status;
d. conduct a survey of bidders' facilities and/or examine their technical,
managerial, and financial capabilities to determine if they are
adequate to meet the requirements of the bid solicitation;
e. correct any error in the extended pricing of bids by using unit pricing
and any error in quantities in bids to reflect the quantities stated in the
bid solicitation; in the case of error in the extension of prices, the unit
price will govern.
f. verify any information provided by bidders through independent
research, use of any government resources or by contacting third
parties;
g. interview, at the sole costs of bidders, any bidder and/or any or all of
the resources proposed by bidders to fulfill the requirement of the bid
solicitation.
2. Bidders will have the number of days specified in the request by the Contracting
Authority to comply with any request related to any of the above items. Failure
to comply with the request may result in the bid being declared non-responsive.
Joint Venture
1. A joint venture is an association of two or more parties who combine their
money, property, knowledge, expertise or other resources in a single joint
business enterprise, sometimes referred as a consortium, to bid together on a
requirement. Bidders who bid as a joint venture must indicate clearly that it is a
joint venture and provide the following information:
a. the name of each member of the joint venture;
b. the Procurement Business Number of each member of the joint
venture;
c. the name of the representative of the joint venture, i.e. the member
chosen by the other members to act on their behalf, if applicable;
d. the name of the joint venture, if applicable.
2. If the information is not clearly provided in the bid, the Bidder must provide the
information on request from the Contracting Authority.
3. The bid and any resulting contract must be signed by all the members of the
joint venture unless one member has been appointed to act on behalf of all
members of the joint venture. The Contracting Authority may, at any time,
require each member of the joint venture to confirm that the representative has
been appointed with full authority to act as its representative for the purposes of
the bid solicitation and any resulting contract. If a contract is awarded to a joint
venture, all members of the joint venture will be jointly and severally or solidarity
liable for the performance of any resulting contract.
Conflict of Interest - Unfair Advantage
1. In order to protect the integrity of the procurement process, bidders are advised
that Canada may reject a bid in the following circumstances:
7
a. if the Bidder, any of its subcontractors, any of their respective
employees or former employees was involved in any manner in the
preparation of the bid solicitation or in any situation of conflict of
interest or appearance of conflict of interest;
b. if the Bidder, any of its subcontractors, any of their respective
employees or former employees had access to information related to
the bid solicitation that was not available to other bidders and that
would, in Canada's opinion, give or appear to give the Bidder an unfair
advantage.
2. The experience acquired by a bidder who is providing or has provided the
goods and services described in the bid solicitation (or similar goods or
services) will not, in itself, be considered by Canada as conferring an unfair
advantage or creating a conflict of interest. This bidder remains however
subject to the criteria established above.
3. Where Canada intends to reject a bid under this section, the Contracting
Authority will inform the Bidder and provide the Bidder an opportunity to make
representations before making a final decision. Bidders who are in doubt about
a particular situation should contact the Contracting Authority before bid closing.
By submitting a bid, the Bidder represents that it does not consider itself to be in
conflict of interest nor to have an unfair advantage. The Bidder acknowledges
that it is within Canada's sole discretion to determine whether a conflict of
interest, unfair advantage or an appearance of conflict of interest or unfair
advantage exists.
Entire Requirement
The bid solicitation documents contain all the requirements relating to the bid
solicitation. Any other information or documentation provided to or obtained by a bidder
from any source are not relevant. Bidders should not assume that practices used under
previous contracts will continue, unless they are described in the bid solicitation.
Bidders should also not assume that their existing capabilities meet the requirements of
the bid solicitation simply because they have met previous requirements.
Further Information


For further information, bidders may contact the Contracting Authority identified
in the bid solicitation.
For bid solicitations enquiries concerning receipt of bids may be addressed to
the Contracting Authority identified in the bid solicitation.
2.
Submission of Bids
Bids must be submitted only by the date, time and place indicated on page 1 of the bid
solicitation.
Due to the nature of the bid solicitation, bids transmitted by facsimile will not be accepted.
3.
Enquiries - Bid Solicitation
All enquiries must be submitted in writing to the Contracting Authority no later than three (3)
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
8
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 questions or may request that the Bidder do so, so that
the proprietary nature of the question is eliminated, and the enquiry can be answered with copies
to all bidders. Enquiries not submitted in a form that can be distributed to all bidders may not be
answered by Canada.
4.
Applicable Laws
Any resulting contract must be interpreted and governed, and the relations between the parties
determined, by the laws in force in Quebec.
Bidders may, at their discretion, substitute the applicable laws of a Canadian province or territory
of their choice without affecting the validity of their bid, by deleting the name of the Canadian
province or territory specified and inserting the name of the Canadian province or territory of their
choice. If no change is made, it acknowledges that the applicable laws specified are acceptable
to the bidders.
5.
Former Public Servant
Contracts with 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 with FPS, bidders
must provide the information required below. – Please refer to PART 6 –Certifications.
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 (3 hard copies)
Section II:
Financial Bid (3 hard copies)
Section III:
Certifications (3 hard copies)
Prices must appear in the financial bid only. No prices must be indicated in any other section of
the bid.
Canada requests that bidders follow the format instructions described below in the preparation of
their bid:
a)use 8.5 x 11 inch (216 mm x 279 mm) paper;
b)use a numbering system that corresponds to the bid solicitation.
In April 2006, Canada issued a policy directing federal departments and agencies to take the
necessary steps to incorporate environmental considerations into the procurement process Policy
on
Green
Procurement
(http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achatsprocurement/politique-policy-eng.html). To assist Canada in reaching its objectives, bidders
should:
9
1. use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre certified as originating from
a sustainably-managed forest and containing minimum 30% recycled content; and
2. use an environmentally-preferable format including black and white printing instead of
colour printing, printing double sided/duplex, using staples or clips instead of cerlox,
duotangs or binders.
Section I:
Technical Bid
In their technical bid, bidders should explain and demonstrate how they propose to meet the
requirements and how they will carry out the work.
Complete and join to your proposal at closing date Annex « B ».
The bidders must provide all documents needed to evaluate his or her proposal, including the
résumés of the proposed staff, proof of general liability insurance, security clearance, etc.
Section II:
Financial Bid
Complete and join to your proposal at closing date Annex « C ».
ALL INFORMATION RELATING TO PRICE MUST APPEAR ONLY IN THE FINANCIAL BID. No
price may be indicated in any other section of the bid. The bid must cover the prescribed length of
the contract, including option years.
Bidders must submit their financial bid in accordance with the Basis of Payment. The total amount
of Applicable Taxes must be shown separately.
Bidders must submit their financial bid in accordance with the Basis of Payment. An overall firm
and break down price to cover all the work including travel expenses. The total amount of the
Goods and Services Tax (GST), Quebec Sale Tax (QST) or Harmonized Sale Tax (HST), if
applicable, must be shown separately.
Section III:
Certifications
Bidders must complete and submit the certifications required under Part 6 with bid at closing date
Complete and Join to your proposal at closing date Annex « F ».
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
1.1.1 Mandatory Technical Criteria
A negative response to any of the following mandatory requirements will result in the
disqualification of the bid without any other consideration: Reference Annex «B»
1.1.2
Point Rated Technical Criteria
10
To be eligible, the bidder must receive a passing mark of 112.5/150 (75%) in the
technical evaluation based on the following grid.
TECHNICAL CRITERIA
Use a text to clearly explain how you are going to meet all the criteria listed
below.
UNDERSTANDING OF MANDATE
Objectives
Mandat :
Autorisations
Site and Buildings
Upper air soundings
Snow Program
Procurement process
Communications
Maintenance/ Repairs
Obligation/ Regulatory Compliance
Reporting
PROPOSED METHODOLOGY
Performance of observation programs
Performance of maintenance work
Follow-up of observations (QA/QC)
Logistics/schedule
Administration
Reporting of problems
Regulatory compliance
Compliance with obligations
CONTRACTOR’S EXPERIENCE
Contractor’s experience in administering similar contracts (aerology or
meteorology)
Contractor’s certification
EMPLOYEES’ EXPERIENCE
Candidates’ experience in managing similar contracts (Maximum of 3 points by
candidate)
Candidates’ certification (Maximum of 3 points by candidate)
Schooling (Maximum of 3 points by candidate)
Candidates’ experience in the execution of a similar mandate (Maximum of 8
points by candidate)
NOTES / COMMENTS :
Breakdown of points per year of experience :
3 years = 100%
2 years = 75%
1 year = 50%
0 year = 25%
TOTAL
1.2
MAXIMUM
POINTS
45
10
35
35
5
5
5
2
5
3
5
5
19
15
4
51
9
9
9
24
150
Calculation Chart
a) The proposal obtaining the highest technical evaluation will be awarded 60 point. Any
other proposals deemed technically acceptable shall be prorated.
11
b) The proposal offering the lowest price, while being technically acceptable, will be
awarded 40 points. Other technically acceptable proposals will receive a prorated score
c) The final evaluation score will be calculated by adding the weighted technical and
financial values. The contractor that receives the highest score will be awarded the
contract. In the event of a tie, the contractor that receives the highest technical score will
be awarded the contract
Sample calculation
Technical
evaluation
Proposition #1
Proposition # 2
Proposition #3
131.4 / 150 = 87.6%
118.26/150 =
78.84%
113 / 150 = 75.33%
60 points
54 points
(78.84/87.6X60)
51.59 points
(75.33/87.6X60)
66 000 $
26.67
(44000/66000X40)
86.67 points
55 000 $
32
(44000/55000X40)
86 points
44 000 $
Technical weighting
Price
Price weighting
Final score
40 points
97.59 points
Company selected: Proposal #3 (97.59 points)
2.
Basis of Selection
1. To be declared responsive, a bid must:
a) comply with all the requirements of the bid solicitation; and
b) meet all mandatory technical evaluation criteria; and
c) Obtain the required minimum of 75% overall of the points 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. The responsive bid with
the lowest evaluated price will be recommended for award of a contract.
3. Security and Insurance Requirement: At the date of bid closing, the conditions stated in
PART 5- Security and Insurance Requirements must be met
PART 5 – SECURITY AND INSURANCE REQUIEREMENTS
1
Security Requirements
Access limitations
Departments must limit access to classified and protected information and other assets to those
individuals who need to know the information and who have the appropriate security screening
level.
Security Screening
The Government of Canada must ensure that individuals with access to government information
and assets are reliable and trustworthy.
12
Departments must ensure that, prior to the commencement of duties, individuals with access to
government assets (except for Governor-in-Council appointees) undergo a reliability check and
are granted reliability status.
For more information on the Policy, refer to the following Web site:
http://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=16578&section=text
The Contractor and all employees who will have access to the site will have to undergo federal
government security screening to obtain and maintain the necessary reliability status before the
contract is signed. All persons assigned to this contract must fill out the form in ANNEX « E ».
YOU HAVE TO JOIN THE COMPLETED FORMS, FOR EACH EMPLOYEE ALLOCATED TO THIS CONTRACT,
TO YOUR SUBMISSION AT CLOSING DATE
2
Insurance Requirements
If awarded a contract as a result of the bid solicitation, the bidder must be insured in accordance
with the insurance requirements described in Annex D
The Contractor must comply with the insurance requirements specified in Annex "D." The
Contractor must maintain the required insurance coverage for the duration of the contract.
Compliance with the insurance requirements does not release the Contractor from or reduce its
liability under the contract.
The Contractor is responsible for deciding if additional insurance coverage is necessary to fulfil its
obligation under the contract and to ensure compliance with any applicable laws. Any additional
insurance coverage is at the Contractor's expense and for its own benefit and protection.
The Contractor, at the request of the Contracting Authority, may have to forward a certificate of
insurance indicating the coverage and confirming that the insurance policy compliant with the
requirements is in force. Coverage must be placed with an insurer licensed to do business in
Canada. The Contractor must, if requested by the Contracting Authority, forward to Canada a
certified true copy of all applicable insurance policies.
PART 6 - CERTIFICATIONS
Bidders must provide the required certifications and related documentation to be awarded a
contract. Canada will declare a bid non-responsive if the required certifications and related
documentation are not completed and submitted as requested.
Compliance with the certifications bidders provide to Canada is subject to verification by Canada
during the bid evaluation period (before award of a contract) and after award of a contract. The
Contracting Authority will have the right to ask for additional information to verify bidders'
compliance with the certifications before award of a contract. The bid will be declared nonresponsive if any certification made by the Bidder is untrue, whether made knowingly or
unknowingly. Failure to comply with the certifications, to provide the related documentation or to
comply with the request of the Contracting Authority for additional information will also render the
bid non-responsive.
1.
Mandatory Certifications Required with the Bid
Bidders must submit the following duly completed certifications with their bid. Reference
ANNEX F
13
Contracts with 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 with FPS, bidders
must provide the information required below.
Definitions
For the purposes of this clause,"former public servant" is any former member of a department
as defined in the Financial Administration Act, R.S., 1985, c. F-11, a former member of the
Canadian Armed Forces or a former member of the Royal Canadian Mounted Police. A former
public servant may be:
a. an individual;
b. an individual who has incorporated;
c.
a partnership made of former public servants; or
d. a sole proprietorship or entity where the affected individual has a controlling or major
interest in the entity.
"lump sum payment period" means the period measured in weeks of salary, for which payment
has been made to facilitate the transition to retirement or to other employment as a result of the
implementation of various programs to reduce the size of the Public Service. The lump sum
payment period does not include the period of severance pay, which is measured in a like
manner.
"pension" means, a pension or annual allowance paid under the Public Service Superannuation
Act (PSSA), R.S., 1985, c.P-36, and any increases paid pursuant to the Supplementary
Retirement Benefits Act, R.S., 1985, c.S-24 as it affects the PSSA. It does not include pensions
payable pursuant to the Canadian Forces Superannuation Act, R.S., 1985, c.C-17, the Defence
Services Pension Continuation Act, 1970, c.D-3, the Royal Canadian Mounted Police Pension
Continuation Act , 1970, c.R-10, and the Royal Canadian Mounted Police Superannuation Act,
R.S., 1985, c.R-11, the Members of Parliament Retiring Allowances Act , R.S., 1985, c.M-5, and
that portion of pension payable to the Canada Pension Plan Act, R.S., 1985, c.C-8.
PART 7 - RESULTING CONTRACT CLAUSES
1. Term of Contract
1.1 Contract Period
The term of the contract is one year from the contract award date.
1.2 Contract Extension Period
The contractor gives Environment Canada the irrevocable option to extend the term of the
contract for a maximum of four (4) additional periods of one year each, based on the same
conditions. The contractor accepts, during the extended contract period, to be paid according to
the relevant terms set out in the Basis of Payment.
EC may exercise this option at any time by sending written notice to the contractor at least thirty
(30) calendar days before the contract expiry date. This option may only be exercised by the
contracting authority, and will be evidenced, for administrative purposes only, through a contract
amendment.
14
2. Authorities
2.1 Contracting Authority
Marie-Christine Blais
Procurement and Contracting Officer
Workplace Services and Contracting
Assets, Contracting and Environmental Management Directorate
2021 Union, Suite 1240
Montreal QC H3A 2S9
Marie-christine.blais@ec.gc.ca
Telephone :514-496-1929
Facsimile:514-283-4439
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.
2.2
Project Authority
The name and contact information of the Departmental Representative shall be known
upon contract award.
The Project Authority is the representative of the department or agency for whom the Work is
being carried out under the Contract and is responsible for all matters concerning the technical
content of the Work under the Contract. Technical matters may be discussed with the Project
Authority, however the Project Authority has no authority to authorize changes to the scope of the
Work. Changes to the scope of the Work can only be made through a contract amendment
issued by the Contracting Authority.
2.3
Contractor's Representative
Name : ______
Title: ______
Organization: ______
Address: ______
Telephone number : ______
Fax number : ______
E-mail : ______
3.
Payment
3.1
Basis of Payment
FIRM PRICE
In consideration of the contractor satisfactorily completing all of its obligation under the contract,
the Contractor will be paid firm price, as indicated in Annex « C » for the services set out in
ANNEX « A » that are provided during the contract period. The Goods and Services Tax, is
extra, if applicable.
15
FIRM HOURLY RATE
The contractor will be paid firm rates, as stipulated in Annex « C », for work or overtime
requested by the technical authority that is performed under the contract. The Goods and
Services Tax is extra, if applicable.
3.2
Contract Extension
FIRM PRICE
During the contract extension period, the contractor will be paid a firm price (see Annex « C »)
for the services set out in ANNEX « A » that are provided during the contract period. The Goods
and Services Tax is extra, if applicable.
FIRM HOURLY RATE
During the contract extension period, the contractor will be paid firm hourly rates, as stipulated
in Annex « C »), for work or overtime requested by the technical authority that is performed
under the contract. The Goods and Services Tax, is extra, if applicable.
4.
Terms of Payment - Monthly
Environment Canada will pay the contractor each month for work completed during the month
covered by the invoice in accordance with the payment provisions of the contract if
a)
b)
c)
a complete and accurate invoice, along with any other documents required by the
contract, are submitted in accordance with the invoicing instructions set out in the
contract;
all these documents are verified by EC;
the delivered work has been accepted by EC
5.
Taxes
1. Federal government departments and agencies are required to pay Applicable Taxes.
2. Applicable Taxes will be paid by Canada as provided in the Invoice Submission section. It is
the sole responsibility of the Contractor to charge Applicable Taxes at the correct rate in
accordance with applicable legislation. The Contractor agrees to remit to appropriate tax
authorities any amounts of Applicable Taxes paid or due.
3. The Contractor is not entitled to use Canada’s exemptions from any tax, such as provincial
sales taxes, unless otherwise specified by law. The Contractor must pay applicable
provincial sales tax, ancillary taxes, and any commodity tax, on taxable goods or services
used or consumed in the performance of the Contract (in accordance with applicable
legislation), including for material incorporated into real property.
4. In those cases where Applicable Taxes, customs duties, and excise taxes are included in
the Contract Price, the Contract Price will be adjusted to reflect any increase, or decrease,
of Applicable Taxes, customs duties, and excise taxes that will have occurred between bid
submission and contract award. However, there will be no adjustment for any change to
increase the Contract Price if public notice of the change was given before bid submission
date in sufficient detail to have permitted the Contractor to calculate the effect of the
change.
5. Tax Withholding of 15 Percent – Canada Revenue Agency
16
i. Pursuant to the Income Tax Act, 1985, c. 1 (5th Supp.) and the Income
Tax Regulations, Canada must withhold 15 percent of the amount to be
paid to the Contractor in respect of services provided in Canada if the
Contractor is not a resident of Canada, unless the Contractor obtains a
valid waiver from the Canada Revenue Agency. The amount withheld will
be held on account for the Contractor in respect to any tax liability which
may be owed to Canada.
6.
Invoicing Instruction
The contractor will invoice the Meteorological Service of Canada for the total amount of services
provided and hours worked, if applicable, during the previous month. Payment will be made 30
days following the date of receipt of the invoice.
Each invoice must be supported by:
A monthly report to the technical authority showing the hours worked, the work performed and a
brief description of the services rendered.
Invoices must be sent to the Financial Officer:
The name and contact information of the Technical Authority shall be known upon
contract award
7.
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 .
8.
Security and Insurance Requirements
The contractor must respect all requirements related to Insurance and Security stated in PART 5Security and Insurance Requirements must be met
17
ANNEX "A"
STATEMENT OF WORK
1.0 BACKGROUND
The Meteorological Service of Canada (MSC) operates the Canadian upper air, meteorological,
climate and hydrological networks, among others. One of the important components of its
mandate is the acquisition of data from its networks. The upper air data collected are used to
reinitialize digital models for producing weather forecasts.
2.0 OBJECTIVE
Conduct two upper air soundings, in the morning and evening, every day of the year for
Environment Canada's Meteorological Service of Canada. The site and buildings for these
soundings shall be provided by the Contractor, and shall be identified in this contract as the
Maniwaki Upper Air Station. The Maniwaki Upper Air Station shall be located within 20 km of
downtown Maniwaki, Quebec. All equipment and instruments shall be provided by Environment
Canada’s MSC.
The requested services shall be performed for one (1) year, from the date of the contract award,
with the possibility of four (4) extensions of one (1) year each.
3.0 MANDATE
Abbreviations
EC
MSC
MSC-Quebec
M&T
EST
UTC
MANUPP
OHS
mbar
Environment Canada
Meteorological Service of Canada
MSC-Quebec Region
Monitoring & technologies
Eastern standard time
Coordinated Universal Time
Manual of Upper Air Observations
Occupational Health and Safety
millibar
3.1 AUTHORIZATIONS
3.1.1 Before bids are accepted, the bidder shall have its facilities proposed for the requested
services approved by Environment Canada’s MSC project officer, who will evaluate, with the
bidder, the feasibility of the soundings at the proposed facilities. It is imperative for the MSC that
the proposed facilities meet the site selection criteria in order for the bid to be considered
responsive in the tendering process. The site selection criteria are that the selected site must be
free enough of obstacles, such as trees, high-voltage power lines, etc. to ensure the safe release
of the sounding balloon and adequate reception of its radio signal, even if the probe is near the
18
horizon (see section 3.2.6). Because the site conditions can be highly variable, only the MSC
project officer can approve the sites and facilities proposed by bidders.
3.1.2 The bidder is responsible for obtaining in advance and in writing all authorizations
necessary from its community in order to carry out the services required in this contract. These
authorizations include those from the municipality or city where the bidder proposes to carry out
the services requested in this contract. If the proposed facilities are near a controlled area, such
as an airport, the bidder must also obtain prior written authorization from the relevant authorities
for the period covered by the contract (one fixed year and four option years) before bidding.
3.2
SITE AND BUILDINGS
3.2.1 The Contractor shall provide the site and buildings required to carry out this contract. The
site and buildings must be located within 20 km of downtown Maniwaki, Quebec.
3.2.2 The Contractor shall provide a clean, heated, safe facility with power and communication
services (telephone and Internet) near (150 m (500 ft.) maximum) the garage where the balloons
will be inflated. The facility shall be used to store the electronic and communications equipment
required for the upper air soundings. The minimum dimensions required for the building are 3 m x
3.7 m (10 ft. x 12 ft.). The facility must have a 120-VAC electrical current with two 15-amp circuit
breakers, available for MSC use only. Additional communication lines may be installed as
required by the MSC at its own expense.
3.2.3 The Contractor shall provide a garage for the storage of the helium carts and the inflation of
the balloons. The garage does not have to be heated. The minimum dimensions required for the
garage are 4.8 m (16 ft.) wide by 6 m (20 ft.) deep and 3.6 m (12 ft.) high. The garage door must
have a minimum opening of 3 m (10 ft.) wide by 3 m (10 ft.) high. A concrete bed that is the same
level as the garage floor is required in front of the garage door for receiving cart deliveries. The
garage floor must be made of concrete and able to support up to eight carts weighing 1.5 tons
each.
3.2.4 The land around the garage and facility shall be generally flat and the area must be at
least 60 m x 60 m (200 ft. x 200 ft.). The MSC will install a treated-wood platform on the land,
measuring 1.2 m x 2.4 m (4 ft. x 8 ft.) and 1.2 m (4 ft.) high, where meteorological instruments
and two antennas will be installed.
3.2.5 Five cables shall be routed in the ground between the platform and the facility provided by
the Contractor. One of the cables will be the source of electrical power for the meteorological
instruments, one will receive the meteorological instrument data signal and three will be for the
antennas.
The cables must be buried in the ground from the platform to the facility where the interior
electronic equipment will be installed. The depth at which the cables will be buried will depend on
the surrounding activities, such as heavy vehicle movement.
3.2.6 Clearing of the land and the surrounding area requires a flat area free of any nearby
obstacles covering a 360-degree circle around the balloon launch site. Using the horizon as a
reference, the clearing of all obstructions shall be:
19


05-degree angle for the first 300 m (1,000 ft.)
15-degree angle from 300 m to 600 m (1,000 to 2,000 ft.)
3.2.7 The cost of the installation of the equipment and instruments required for the operation of
the upper air sounding program will be covered by the MSC.
3.2.8 The complexity and estimated costs of the installation will be taken into consideration in
the evaluation of bids and will have a direct impact on the call for tenders.
3.3
UPPER AIR AND SNOW PROGRAMS
3.3.1 The Contractor or its employee(s) shall prepare the upper air sounding, launch the sounding
balloon and monitor the sounding on the computer up to 400 millibars. When 400 mbar is
reached, a second launch is not required, because the sounding is valid. Sounding monitoring
and transmission of upper air messages is done automatically. The Contractor or its personnel
shall close the flight, a computer process, after the sounding is complete or before the next
sounding.
3.3.2 Upper air soundings must be conducted in the morning around 06:15 EST (11:15 UTC) and
in the early evening around 18:15 EST (23:15 UTC). Soundings must be carried every day of the
year with no exceptions.
3.3.3 A second sounding may be required if equipment is defective or if the balloon bursts before
reaching 400 millibars. When necessary, the second sounding shall be conducted at or before
06:30 EST and/or 18:30 EST. However, there shall be no more than two second soundings per
month. The Contractor will receive no additional amounts in the event of a supplementary
sounding.
3.3.4
The schedule for an upper air sounding is as follows:
Morning
05:45
06:15
06:45
08:30
Evening
17:45
18:15
18:45
20:30
Preparation: balloon, probe, computer MW31
Launch balloon and begin sounding
Sounding is conducted with no monitoring
Upper air flight is completed automatically
UTC
10:45
11:15
11:45
13:30
UTC
Preparation: balloon, probe, computer MW31
Launch balloon and begin sounding
Sounding is conducted with no monitoring
Upper air flight is completed automatically
22:45
23:15
23:45
01:30
3.3.5 ANNEX A2 explains the certification policy for observers who carry out upper air
soundings. Refer to this ANNEX for an understanding of MSC’s internal process for maintaining
the operational knowledge of contract personnel for conducting upper air soundings.
20
3.3.6 The daily tasks related to the SNOW program must be carried out in accordance with the
program standards (observation guide, ‘SNOW-procedures-Version2004’ document). Les The
main tasks are liquid and solid precipitation measurement using the sensors authorized by the
Department and the daily transmission of the data collected by phone.
Description of the Snow program
Every day between the beginning of October and the end of April, at 8:00 a.m. (EST), the
Contractor shall go to the measurement site and measure the precipitation amounts that have
fallen overnight with the instruments provided by the Department (standard type rain gauge and a
nipher snow gauge) in accordance with the measurement procedures descriped in the program
information bulletin. The Contractor shall record the data on the program form and transmit them
by telephone, following the voice instructions given by an interactive system (ONTAP).
3.3.7 The Contractor shall carry out the basic maintenance of the sampling site, which includes
removing the snow from access areas, cutting the grass, managing shipping and receiving of
sampling materials and periodic cleaning of the inside of the building.
3.4 INFLATION GAS - HELIUM
3.4.1 To enable the balloon and the probe to rise in the atmosphere, a gas lighter than air is used
to inflate the balloon. The MSC uses helium for its operations in Maniwaki.
3.4.2 A helium supplier appointed by the MSC shall supply the station by road. To obtain
helium, the Contractor must communicate with the MSC’s financial officer in order to coordinate
helium delivery.
3.4.3 The balloon inflation area, located in the inflation building, shall be used to store the
helium carts. A helium delivery comprises approximately 6 carts containing 12 gas carts, all
connected to a master valve.
3.4.4 Each cart weighs approximately 2,000 lb., and is therefore difficult to handle despite its
casters. The helium supplier is required to deliver all carts inside the buildings and collect empty
carts.
3.4.5 The Contractor must be present when helium is being delivered. The Contractor shall
coordinate meetings for the delivery of helium carts with the supplier and the MSC financial officer
for each delivery. There should be approximately three deliveries and collections annually.
3.4.6
Six to eight carts shall be stored in the garage at one time.
3.5
COMMUNICATIONS
3.5.1 At contract award, the Contractor shall ensure it has a telephone line billed to its own
account with the service supplier. The line must be operational at the start date of the contract so
that the MSC may make contact when necessary.
3.5.2 The MSC shall reimburse the Contractor for any long-distance charges incurred to meet
upper air program requirements. In the event of such charges, the Contractor shall attach these
expenditures to the monthly invoice, along with supporting documents and explanation.
21
3.5.3 If necessary, the MSC may install additional telephone lines in the upper air sounding
program area.
3.5.4 The Contractor shall immediately report all communication equipment failures to the
National Monitoring Desk (NMD) at 1-800-726-2181. The office is open 24 hours a day, seven
days a week, and serves as an operational point of contact for all the meteorological network
stations in Canada. The technicians at the office provide assistance to station personnel in the
event of equipment failure or operational problems.
3.5.5 The MSC provides a computer for compiling upper air data and for sending messages to
the central MSC server. At no time may the computer be used for any purpose other than those
described in the present contract, on penalty of cancellation of the contract. A second computer is
available as a replacement in case of malfunction of the operational computer. This second
computer may be used only as a replacement for the operational computer if problems arise.
3.5.6 The Contractor must have a computer with a modem or LAN for sending and receiving
emails. The Contractor shall subscribe to an Internet service and provide the project officer and
its personnel with a functioning email address at the station for the entire term of the contract.
The Contractor shall use the telephone line being billed to its account for this service.
3.5.7 As part of the activities required at the station, the Contractor or its personnel must check
their email/fax every day of the week and respond to requests from the MSC.
3.6 MAINTENANCE/REPAIRS
3.6.1 At the request of an MSC-Quebec inspector, the Contractor shall perform certain
maintenance tasks or minor repairs on certain instruments or meteorological sensors. If a
maintenance or repair request is made outside of normal working hours, the Contractor would
receive financial compensation as per the hourly rate set out in ANNEX C.
3.6.2 The Contractor shall be responsible for the cleanliness and proper functioning of the
instruments. In the winter, the Contractor must ensure that snow is removed from the
instruments. Removing snow from the instruments shall be part of the Contractor's regular
tasks. The Contractor or its personnel must immediately notify the MSC NMD of any anomalies
at the meteorological site or defects or failures with the equipment or instruments.
3.6.3 The Contractor is responsible for snow removal and maintenance of the MSC-Quebec
site where the Contractor and its personnel work and move around. The Contractor is responsible
for ensuring that the snow removal Contractor removes the snow and covers the ice with sand,
whenever necessary, on the probe launching area, as well as on the access road to the station.
The Contractor shall, when necessary, clear the snow from and maintain the steps providing
access to the operations building. Failure to keep the station areas safe could lead to workrelated accidents for which the Contractor could be held responsible.
3.6.4 The Contractor is responsible for the cleanliness of the work area as well as the
housekeeping maintenance. If the Contractor does not ensure regular maintenance, it will be
charged the fees incurred by MSC-Quebec as a result of its negligence.
22
3.6.5 The Contractor must carry out repairs or maintenance at the station upon request by the
MSC. If the MSC asks the Contractor or its personnel to participate in tasks that are not included
in the contract or asks that additional work is completed outside the station’s normal hours of
operation, the Contractor shall receive financial compensation at the hourly rate established for
additional work.
3.7
REPORTS
3.7.1 The Contractor shall by means of fax send the station work schedule at the beginning of
each month, indicating personnel travel days
3.7.2 Anomaly Report: The Contractor or its personnel shall, by means of a fax or an email,
inform the project officer of the reasons for a late or missed upper air sounding immediately after
the fact. Emails shall be sent to the address of the project officer and to the on-call technician.
3.7.3 Monthly Report: The Contractor or its personnel shall submit a monthly report within 10
business days of the last day of the month. The complex report shall be explained in detail and
will be part of the personnel training. The report shall be presented in two parts, with one part
sent by email, and the other (DVD) sent by mail. The first part, sent by email, shall contain the
following information: UA inventory, AMS data, flight data (E-files), monthly report and flight
summary. The second part, burned onto a DVD by the Contractor or its personnel, shall contain
the “DC3DB” file for each flight. The part submitted by email shall be sent to the address of the
project officer and to the on-call technician. The Contractor shall be responsible for the DVD
shipping fees. The DVD shall be sent to the address of the project officer.
3.7.4 The Contractor shall ensure that an inventory of forms, office supplies, alternative
meteorological instruments, upper air probes, 800 g balloons, ceiling balloons, cords and helium
is maintained at the the station all times. When necessary, the Contractor shall make a list of
items that are lacking and send it by fax to the project officer. The Contractor shall establish the
station’s needs for the year on June 1 of each year.
3.7.5 The monthly site inspection report shall be filled out, as well as signed and dated at the
bottom of the report, by the Contractor or its representative each month and sent to the project
officer. This monthly report confirms that the site and work procedures comply with Part II of the
Canada Labour Code (available at the following address: http://lois-laws.justice.gc.ca/eng/acts/L2/index.html). If the monthly reports are not completed and submitted to the project officer, as
stipulated in the contract, the Contractor shall be penalized for the omission and, in the case of a
work-related accident, could be considered negligent in the delivery of services requested in this
contract.
3.7.6 The monthly upper air report must be prepared and mailed to MSC Head Office on the
first day of each month. The report includes an updated inventory of the station and the
inspection report.
3.8 SUPPORT/MANAGEMENT
23
3.8.1 The Contractor must be available at all times during the term of this contract. If an
absence is required, the Contractor shall notify the project officer in advance and identify a
replacement. The replacement must have the necessary authority to make administrative and
operational decisions.
3.8.2 The Contractor is responsible for complying with current laws and regulations governing
hazardous materials. It must dispose of materials deemed hazardous in accordance with the
MSC technician's directions.
3.8.3 As stated in section 3.7.4, the Contractor shall keep an up-to-date inventory of the items
required to operate the upper air station. Probes, balloons, cords, batteries, CDs/DVDs, forms
and helium must be kept in sufficient supply so as not to compromise the upper air program.
Certain items, such as probes and balloons, can take several weeks to obtain. The Contractor
must anticipate future needs and inform the financial officer or the project officer before certain
items are required.
3.8.4 The Contractor must immediately inform the project officer of an oil spill or any other
event that is potentially dangerous for the environment occurring at the site. Failure to comply
with this directive could result in the Contractor being found negligent and facing legal or civil
action.
3.8.5 All costs incurred by the Contractor in carrying out actions related to an accidental spill of
dangerous materials at the site shall be entirely reimbursed by the Contractor.1 Unless it is
proven that the Contractor or its employees acted with negligence causing harm to the
environment or simply did not follow MSC-Quebec directives
4.0 PERSONNEL/TRAINING
4.1 PERSONNEL MANAGEMENT
4.1.1 In order to provide the services required by this contract, the Contractor is responsible for
hiring and paying the necessary personnel from the funds received through the contract. The
Contractor is retained as an independent Contractor for the sole purpose of carrying out the work.
Neither the Contractor nor its employees are considered employees, servants or agents of Her
Majesty for the purposes of the contract. The Contractor is obliged to make all deductions and
payments required by law for its employees, specifically for the Canada or Quebec pension plans,
employment insurance, worker's compensation and income tax. The employees must be
identified in the Contractor’s bid.
4.1.2 The minimum education level required for personnel is completion of secondary school or
equivalent and a practical knowledge of personal computers and the Windows operating system.
Copies of diplomas will be required.
4.1.3 The Contractor shall immediately notify the project officer in writing of any changes in
personnel in order that a training session (see ANNEX A1: Training and ANNEX A2 Upper Air
Sounding Certification Policy) can be arranged for the new employee(s), if necessary, in
accordance with the previous and following paragraphs.
24
4.1.4 The Contractor's personnel may not exceed three people including the Contractor, if the
Contractor is performing the work.
4.1.5 The project officer may require that the Contractor remove, replace or refuse to hire any
person who does not have valid certification (see ANNEX A2: Upper Air Sounding Certification
Policy) or who demonstrates insufficient reliability to carry out the upper air and climate programs
and related tasks.
4.1.6 All expenses for recruitment and initial, annual and supplementary training for the
Contractor and its personnel shall be the responsibility of the Contractor.
4.1.7 The Contractor and its personnel must have a valid driver’s licence. A copy of the valid
driver’s licences will be requested.
4.2 RULES OF CONDUCT
4.2.1 The Contractor shall respond in a courteous and professional manner to information
requests from employees from other departments and services or the general public. The
Contractor shall display irreproachable behaviour and a clean and tidy appearance.
4.2.2 The Contractor shall ensure that no alcoholic beverages or illegal drugs are brought to
the station.
4.2.3 The Contractor shall ensure that no personnel member under the influence of alcohol or
illegal drugs acts as an observer. Meteorological and/or upper air observations may not be
carried out by an employee affected by a prescription medication.
4.2.4 The Contractor shall be truthful and beyond reproach in carrying out the contract. The
Contractor shall not at anytime succumb to pressure from aeronautical clientele or anyone else to
modify the meteorological conditions observed. If this occurs, the Contractor must inform the
project officer immediately.
4.3 INITIAL TRAINING
4.3.1 Upon contract award, the MSC shall provide initial training to the Contractor and its
personnel (maximum 3 people). Training lasts approximately three days. The Contractor shall
cover the salaries of the Contractor's employees during training.
4.3.2 The MSC shall provide the training at the site provided to the Contractor by the MSC. The
MSC shall cover its trainer’s salary and travelling expenses. The Contractor shall cover the
salaries and travel, transportation, residence and meal expenses of the Contractor's employees
during training. The Contractor and its employees shall receive basic training in the maintenance
and repair of certain meteorological instruments or sensors, as well as certain other pieces of
equipement necessary for the operation of the station.
4.3.3 The Contractor and its personnel shall successfully complete the initial training course
before conducting upper air soundings.
4.4 ANNUAL TRAINING
4.4.1 The MSC plans to provide supplementary annual training, if necessary, for each
additional year of the contract. The Contractor shall notify the project officer if training is required.
The MSC shall cover the costs of the trainer. The Contractor shall cover the salaries and travel,
25
residence and meal expenses of the Contractor's employees during training.
4.5 SUPPLEMENTARY TRAINING
4.5.1 The cost of any training other than initial and annual training shall be covered by the
Contractor. These costs include travel and living expenses for the MSC trainer. The Contractor
shall cover the salaries and travel and living expenses of the Contractor's employees during
training.
4.5.2 When the Contractor is responsible for paying training costs, the MSC shall provide a
detailed summary of living expenses (transportation, accommodation and meals) to the
Contractor with the invoice.
4.5.3 The Contractor shall make every reasonable effort to ensure additional training sessions
coincide with an inspection visit planned by an MSC inspector.
4.6
CERTIFICATION
4.6.1 The project officer certifies or cancels the certification of personnel at the meteorological
stations. MSC inspectors are responsible for recommending the issuance or cancellation of the
certification of observers at the upper air/meteorological stations.
4.6.2 The project officer may cancel an observer’s certification when there is reason to believe
that the observer’s performance does not meet the meteorological program standards. An
evaluation of the observer shall be conducted by an MSC inspector before the certificate is
cancelled.
4.6.3 Certification will be automatically revoked when an observer, working part time or full
time, does not conduct a complete upper air sounding within a period of 60 consecutive days.
Therefore, a work schedule shall be established to prevent an observer from having long
periods of inactivity between work days.
4.6.4 An observer's certification shall be revoked automatically if the observer leaves the
Contractor's employment.
4.6.5 An observer whose certification has been revoked cannot conduct upper air soundings,
on penalty of cancellation of the contract.
4.6.6 If a Contractor wishes to revoke or reinstate an observer’s certification, the Contractor
shall send the request to the MSC. If the MSC has no objections to the certification, it will begin
the certification process at the station, on an agreed-upon date.
4.6.7 In order to be recertified, an observer whose certification has been revoked must take the
certification exam again and demonstrate his/her ability to carry out the meteorological
programs. The certification exam shall be administered at the station by an MSC inspector.
26
4.6.8 The MSC meteorological observer certificate is not transferable from one station to
another and is valid only for the certificate location. A new certificate must be issued for any
new work location.
4.6.9 Only personnel assigned by the MSC are authorized to issue an observation certificate
for a new site to a certified observer being transferred to another station.
5.0 OCCUPATIONAL HEALTH AND SAFETY
5.1 The Contractor shall rigorously comply with all fire regulations and general health and safety
regulations issued by the local airport authorities or the MSC project officer. Any issue concerning
the health and safety of personnel assigned to upper air and climate observations or any other
person working at the site shall be immediately brought to the attention of the MSC project officer.
Any other provision concerning health and safety covered in another paragraph of the present
document shall also be applicable.
5.2 The Contractor shall comply with all the applicable provisions of Part III of the Canada
Labour Code (http://laws-lois.justice.gc.ca/eng/acts/L-2/page-3.html) pertaining to hours of work
and the other sections related to labour relations.
5.3 The Contractor shall comply with all the applicable provisions of Part II of the Canada Labour
Code (http://laws-lois.justice.gc.ca/eng/acts/L-2/page-2.html) pertaining to occupational health
and safety.
5.4 The Contractor shall post Part II of the Canada Labour Code, or arrange to have it posted, in
a location at the work site that is accessible to all employees.
5.5 The Contractor must ensure that all employees are aware of all known and foreseeable risks
to occupational health and safety. Such risks include those associated with filling balloons, using
compressed gases and mercury, and operating the tilt-up tower for the anemometer.
5.6 The Contractor shall ensure that all hazardous materials and substances are identified,
correctly labelled, and safely stored and handled.
5.7 The Contractor shall ensure that all protective equipment necessary for personnel safety is
available and in good condition, and that all employees know how to use it properly.
5.8 The Contractor is responsible for creating a file and investigating all known incidents and
other hazardous occurrences on the work site. Where necessary, the Contractor shall draft a
Hazardous Occurrence Investigation Report (HOIR) (Service Canada LAB1070 report) and
forward a copy to the project leader and to Environment Canada's Human Resources Branch,
Quebec Region. Other copies may be completed with the local airport authorities or the regional
office, as required.
5.9 The Contractor shall adhere to the oral or written instructions given by the person in charge
of occupational health and safety at the MSC, by a Health Canada or Labour Canada officer.
5.10 The Contractor shall comply with standing orders and other regulations in effect on the work
site regarding the safety of people at the station and the protection of property from loss or
damage, whatever the cause.
5.11 The Contractor shall comply with all rules and regulations pertaining to fire which are
specified by the airport authority, the regional office or the project officer.
27
5.12 The Contractor shall comply with WHMIS (Workplace Hazardous Materials Information
System) regulations. This includes, but is not limited to ensuring that all controlled products as
defined by WHMIS are correctly identified and labelled, ensuring that the corresponding material
data safety sheets are available for each controlled product identified, and ensuring that all
personnel are trained in the correct and safe handling, storage and use of each controlled
product.
5.13 The Contractor shall ensure that all personnel involved in shipping or receiving hazardous
materials (such as compressed gas cylinders and batteries) possess and maintain the training
and certification required for TDG (transportation of dangerous goods) in order to comply with
regulations.
5.14 The Contractor shall make sure that all compressed gas cylinders are handled safely in
accordance with the MSC technician’s guidlines and that they are correctly prepared and labelled,
and that the required documentation is included with them before shipment.
5.15 The Contractor shall, within 30 days of the start of the contract, provide the Crown with
proof of WHMIS certification for all employees. If necessary, the Contractor shall provide training
to all new personnel within 30 days of the start date of the candidate(s).
5.16 Within 30 days of the start of the contract, the Contractor shall provide proof that at least
one employee appointed to the contract is certified under the Transportation of Dangerous Goods
Act training program. Proof shall be sent for each change in personnel. The Contractor may be
required to provide proof of certification for each of these employees. The Contractor shall, upon
request, send EC a copy of the valid certification of each of its employees, for the duration of the
contract.
5.17 The Contractor shall provide to EC, if necessary, proof of a workers' compensation system
for all its employees in the province where the work will be done.
5.18 The Contractor shall be responsible for its own safety and for that of its employees. It shall
release the MSC and the Department from any liability in respect of claims, losses, actions,
damages, legal proceedings, fees, costs or lawsuits by anyone in any way whatsoever as a result
of death or bodily injury of an employee, or the loss of property or physical damage occurring as a
result of activities carried out by the Contractor for the provision of services under this contract.
5.19 The Contractor shall ensure that its employee(s) possess and use appropriate personal
protective clothing to work at the site. If this is not the case, the Contractor shall take the
necessary measures to correct the situation.
5.20 The Contractor is required to prepare the monthly worksite inspection report (see ANNEX
A3: Site Inspection Report) and send it by email or fax to the project leader, at the beginning of
every month.
6.0 SECURITY REQUIREMENTS
6.1 Every employee of the Contractor who is required to perform work under the contract shall
hold a valid ‘’RELIABILITY’’ status certificate obtained by Environment Canada’s Security
Division. The security screening and authorization process will be carried out on behalf of the
successful Contractor's personnel using the form in ANNEX E.
28
7.0 EQUIPMENT/MATERIALS PROVIDED BY THE MSC
7.1 The MSC shall provide all the sensors and upper air and meteorological instruments
necessary for carrying out the programs in this contract.
7.2 The MSC shall be responsible for providing the Contractor with the telephone and/or Internet
communication lines and equipment necessary to transmit upper air, climatological and
meteorological data.
7.3 The MSC shall provide the probes, balloons, helium and other goods required to carry out
the upper air and climate programs. The MSC shall provide the envelopes for the shipment of
forms, disks and monthly reports.
7.4 The Contractor shall cover the cost of mailing, including envelopes, stamps, etc.
7.5 The Contractor shall keep copies of forms and summaries on the facility for the entire
contract term.
7.6 On completion of the contract, the Contractor shall return to the MSC in good condition all
property (identified in the inventory, see section 7.7) provided to fulfill this contract.
7.7 At the beginning and end of the contract, the MSC representative shall conduct an inventory
of all property belonging to the MSC.
8.0 QUALITY CONTROL/PENALTIES
8.1 The MSC shall monitor the Contractor's performance in the context of the upper air and
climate programs on a daily basis. It shall inform the Contractor of any deficiencies found and
request that corrective measures be taken as soon as possible. Such breaches of contract shall
lead to penalties in the monthly payments to the Contractor (see ANNEX A4). In the event that
corrective measures are not taken to the satisfaction of the project officer, the contract may be
terminated. Quality control will focus mainly on the content of upper air soundings, late
soundings and missed soundings.
8.2 The MSC shall provide the services of a qualified technician to inspect, calibrate and repair
upper air and meteorological instruments and equipment. The facilities of the Contractor and the
upper air program will also be inspected. The inspections will be conducted once a year, and
more frequently if necessary. The purpose of the inspections is to verify compliance with
standards and procedures in effect at upper air stations, including occupational health and safety
requirements.
29
ANNEX "A1"
TRAINING
1. Upper air program training
1.1 Content
Training by the MSC representative at the station includes:




2 days of theory for using helium gas
2 complete upper air soundings for each student
0.5 day for weekly and monthly verifications and forms to be completed
0.5 day for other programs specific to each site
The MSC representative shall retain each candidate's training record.
At the request of the Contractor and with the consent of the project leader, provide additional
training sessions on site over the course of the year. The Contractor shall cover the cost of these
sessions.
30
ANNEX "A2"
UPPER AIR SOUNDING CERTIFICATION POLICY
1.1 Policy
It is an MSC policy that upper air observers must have certification issued by the MSC to conduct
upper air soundings.
1.2 Purpose of the policy
The purpose of the policy is to maintain the integrity of the MSC meteorology network data. This
is possible only by ensuring the competency of observers. Upper air observers must therefore
demonstrate that they have the required knowledge and skill to adequately conduct upper air
soundings.
1.3
Certification
In order to qualify for an upper air observation certificate, candidates must:
a) take the training required to conduct upper air soundings in accordance with MSC standards
and procedures;
b) obtain certification from an authorized MSC representative to operate and maintain certain
equipment; and
c) when initial training is completed, demonstrate their ability to conduct an upper air sounding
without the assistance of an authorized MSC representative.
1.4 Operational requirements
Obtain certification as an upper air observer to conduct upper air soundings in accordance with
MSC standards through training given at the upper air station to which the observer is assigned.
1.5 Conditions for non-certification/revocation
1.5.1 The project officer shall revoke the certification of an upper air observer if the officer has
reason to believe that the observer's performance no longer meets the standards. An authorized
MSC representative shall evaluate the observer's work at the station before decertification is
recommended.
1.5.2 Certification shall be automatically revoked if an observer does not perform an average of
at least one upper air observation per week for the first 26 weeks of certification, and at least
one upper air observation on each of 60 consecutive days thereafter.
1.5.3 An observer's certification shall be revoked automatically if the observer resigns.
31
1.6 Written notification
1.6.1 The project officer or his/her authorized representative shall provide the observer with
written notification, including the date, site and reason for non-certification/revocation of
certification. A copy of the notification shall be sent to:


the Contractor
the contracting authority
1.6.2 When upper air sounding certification is revoked, the observer shall not conduct upper air
soundings. If this notification is ignored, the contract shall be cancelled immediately.
1.7 Recertification procedures
1.7.1 In the event that a Contractor wishes to have an observer recertified, the Contractor shall
make a request to the project officer, who shall initiate recertification procedures at the station.
Advance notice of 30 business days is usually required. The Contractor shall cover the costs of
the recertification.
1.7.2 To be recertified, an observer is required to demonstrate the ability to conduct upper air
soundings. The recertification examination shall be completed at the station. At the discretion of
the MSC representative, a written examination may also be required.
1.7.3 At the discretion of the project officer, the observer may be required to repeat the training in
order to be recertified.
32
ANNEX "A3"
SITE INSPECTION REPORT
STATION:
DATE OF INSPECTION:
Yes
No
1. Buildings, structures, steps, paths, ramps, railings, etc. are in good
condition.
2. Protective devices, machinery, instruments, tools, etc. are in good
working order.
3. Electrical systems are in good working order (wires, cables,
functioning lights, extension cables are not frayed).
4. Fence is in good condition.
5. Fence doors are in good condition and working properly.
N/A
N/A
6. Entrances/exits are kept clear of all obstructions.
7. The grounds are well maintained in the summer - (grass cut, brush
and weeds removed).
N/A
8. The grounds are well maintained in the winter - (snow is removed
from driveways, entrances and steps). Abrasives are spread on icy
areas.
9. Buildings are kept free of rodents.
10. Sanitary equipment, toilets and sinks are clean, in good working
order and well stocked.
11. Water pipe heating cables are working properly.
N/A
12. Potable drinking water is available.
13. Fire extinguishers are in place and have been checked within the
last year.
14. First aid kit available and in good condition (including inventory and
usage doc)
15. WHMIS* and material safety data sheets (MSDS) are up to date.
16. Helium carts are stored and properly secured.
33
17. Intrusion alarm system is installed and operational.
18. Fire alarm system is installed and operational.
19. Flammable products are stored in an approved cabinet.
20. Emergency plan in place.
a) Evacuation procedures are posted;
b) Emergency numbers are posted:
21. No smoking" signs are posted.
22. Emergency lights are operational and illuminate exits.
23. There is no water leakage from the mechanical room.
24. Levels of ventilation, lighting and noise are acceptable.
25. Housekeeping maintenance is done properly and regularly.
26. Limited number of insects (especially flies).
27. Heating system is working properly. There is no leakage from the oil
tank or oil pipes.
28. Air conditioning system is working properly.
29. General condition of the site, buildings and instruments is good.
30. Mercury recovery kit is available and in good condition.
31. Mercury thermometers are properly stored to protect them from any
damage.
32. Controlled products are listed and the list is readily available and up
to date (no older than three years).
33. Limited quantity of glycol is stored in appropriate containers and
adequately labelled.
34. Personal protective equipment, particularly for risks associated with
the following, is in good condition:
a) Balloon filling (protection for hearing and eyesight);
b) Mercury recovery kit (including gloves);
c) Battery activation (protective gloves and goggles).
35. Used glycol is stored in adequate recovery containers and properly
labelled.
36. Electrical tools are in good condition with operating manuals.
37. The eye-wash system is ready for use and the liquid in the bottle is not
past the expiration date.
38. A management system for the disposal of glycol, oil and battery acid is
in place and followed.
* Workplace Hazardous Materials Information System / NOTE: “NOs” must be explained.
34
ANNEX "A4"
TABLE OF PENALTIES
SITUATIONS
Early sounding
An upper air sounding is deemed early when it is carried out before
11:15 UTC in the morning or before 23:15 UTC in the evening.
Late sounding
If the launch is performed after 11:29 UTC, but before 13:45 UTC in the morning, or
after 23:29 UTC, but before 01:45 UTC in the evening, the sounding shall be recorded
as "late" and a fax shall be sent to notify the project officer of the late sounding.
Missed sounding If the launch is not performed before 13:45 UTC in the morning or 01:45 UTC in the
evening, the sounding shall be recorded as “missed” and a fax shall be sent to notify
the project officer of the missed sounding.
Extreme weather The Contractor is not required to go to the upper air station and conduct an upper air
conditions and
sounding in the event of the following weather and road conditions:
impassable
roads
1. Prevailing winds are stronger than 70 km/hr and:
a) visibility is less than 400 metres (1/4 mile); or
b) the chill factor is greater than 2.300 watts/metre2 (approximately -50 degrees
Celsius)
Or
2. The roads are closed.
Sounding quality An error in the basic information entered before the sounding, such as incorrect
surface temperature or pressure, causes the sounding to be rejected.
Message
Delivery
If the upper air messages are sent late, the sounding shall be considered “late.” If
the upper air messages are not transmitted within one hour of the message
transmission time, the sounding shall be considered “missed.”
TABLE OF PENALTIES
SITUATION
For each early upper air sounding
For each missed upper air sounding
For each late upper air sounding
PENALTY
$15
No payment
$25
For each incomplete CLIMAT message
For each missed CLIMAT message
$15
$25
For each monthly site inspection report (Occupational
Health and Safety Program)
$50
For each monthly upper air report, including the inventory
of station items, submitted on the 1st of each month by
mail to MSC head office
$50
35
ANNEX "A5"
SNOW PROGRAM
INFORMATION BULLETIN
MEASUREMENT OF SOLID PRECIPITATION
SNOW PROGRAM
ENVIRONMENT CANADA
METEOROLOGICAL SERVICE OF CANADA
QUEBEC REGION
2004 version
TABLE OF CONTENTS
Page 3…….INTRODUCTION
Page 4…….DEFINITIONS
Page 7…….SNOW MEASUREMENT
Page 8…….SNOW MEASUREMENT INSTRUMENTS
Page 9…….SNOW REPORTS
Page 10…….EXAMPLES OF SNOW MEASUREMENT
Page 12……NIPHER SNOW GAUGE
Page 15……PRESENT AND PAST WEATHER DESCRIPTION CODES
Page 17……THICKNESS OF THE SNOW ON THE GROUND AND MISSED OBSERVATION
Page 18……TRANSMISSION OF OBSERVATIONS
36
INTRODUCTION
Snow is one of the most decisive factors in our country. Snowfall amounts are significant year
after year.
Whether from an industrial, commercial, recreational or personal perspective, snowfall amounts
are always must-know information. Knowing how much snow has fallen can answer any number
of questions: Shoes or boots? Is there enough snow on the ground to begin clearing parking lots,
streets and highways? Is there enough fresh snow for skiing, snowshoeing and snow boarding,
and are the facilities open? How long will it take me to shovel my walk?
Therefore, snow plays an important role in planning our lives and our people’s activities. And for
some areas, this is true all year round.
So, how is this measurement information obtained? And by whom?
Snow measurements are obtained by following certain measurement procedures and using
instruments specially designed to measure snow, combined with as much knowledge and
experience as possible.
These measurements are taken by observers who either volunteer with or are employed by
organizations such as the Meteorological Service of Canada, a branch of Environment Canada.
Observers measure the snow near their homes or a designated public area, often near a weather
measurement site, to which they are assigned. The sites are often located at an airport.
For the Quebec region, Environment Canada has created the following short manual to help
observers accurately report what is observed as snow as consistently as possible at all sites in
order to ensure the public receives reliable information.
DEFINITIONS
Snow cannot be measured just anywhere. The instruments used to collect snow must be
adequately exposed to the precipitation. They must be located in an area that is representative of
the local conditions, while also being protected from the effects of buildings, houses, trees and
ground deformations. They must also be structured in such a way that prevents them from
collecting blowing snow. Finally, they must be accessible to the observers who check them
everyday, but must not be affected by snow removal operations.
Environment Canada inspectors must take all these criteria into consideration when installing the
instruments.
Example of a site:
37
DEFINITIONS
What is snow?
Snow is made up of ice crystals, influenced by and bound together as a result of factors in their
environment. Wind, temperature and the physical environment contribute to the creation of
different types of snow. The following are the most common types:
Snow flakes
This is the “basic” type of snow generally designated by the word “snow.” The ice crystals that fall
from the clouds are often star shaped and accumulate in groups of various sizes. The wind and
temperature allow for the formation of flakes of varying sizes.
Snow pellets
During showers, when atmospheric mixing is more significant, ice crystals accumulate in ball
shapes of one or more millimetres in diameter. The balls remain soft and can break up. After the
showers, the accumulation of snow pellets on the ground can often be observed.
Snow grains
Snow grains are the solid equivalent of drizzle. They are formed in low clouds (stratus) and are
often observed in foggy conditions, like drizzle. A temperature below zero is the only difference
between drizzle and snow grains because it keeps the snow grains in their solid form. In this
case, the ice crystals remain separated. Small ice needles of less than one millimetre in diameter
and up to five millimetres in length are observed. Snow grains are sometimes mixed with other
types of snow.
Ice pellets
Ice pellets are observed during conditions that are favourable to freezing rain. Ice pellets are
formed when snow falls through a layer of air where the temperature is above zero and partially
or completely thaws, but then has time to freeze again before reaching the ground. These small
balls of ice are hard, often wet and may, for a certain amount of time, accompany either snow or
freezing rain. These small balls hurt when they hit our faces.
38
Ice crystals
This type of precipitation is observed when it is quite cold, generally below -15 degrees, but more
often at -30 degrees or lower. The temperature, the amount of dust in the air and the humidity
allow for the formation of these very small ice crystals, directly from what is present. Therefore,
few or no clouds are present. Visibility can be reduced, sometimes significantly. Ice crystals may
also produce a halo phenomenon around the Sun or Moon. However, the snow itself cannot be
seen because the crystals are so small. Even when this type of snow falls (or floats) all day, it
produces only trace accumulation.
All the types of snow above are considered (reported as) snow in our program.
Snow Measurement
The amount of snowfall over a given period is determined by using a ruler to measure the newly
fallen snow in several locations and then calculating the average height. Where possible, the
thickness of the new snow must be measured in areas where the fallen snow has not been
disturbed by the wind. When the snow has been blown by the wind, the thickness of the snow in
the snow drifts and in exposed areas must be measured; the observer must therefore estimate
the thickness of the snow that would have accumulated had there been no wind.
Snow may melt between observations. Therefore, the amount of snow that remains when
the observation is made will not be the total thickness of snow that has accumulated since the
last observation. Under these conditions, the height recorded would be only an estimate of what
the thickness would have been had it not melted.
When only snow has fallen and part or all of the snow has melted before the observation,
the amount of water collected in the snow gauge must be measured to obtain the snow water
equivalent, which must then be multiplied by 10 and converted into centimetres to obtain the
estimated snowfall.
Ex. 1: 10.0 mm of water in the now gauge corresponds to 10.0 cm of fallen snow.
Ex. 2: 1.0 mm of water in the now gauge corresponds to 1.0 cm of fallen snow.
Ex. 3: 0.6 mm of water in the now gauge corresponds to 0.6 cm of fallen snow.
Snow Measurement Instruments
SNOW BOARD
A snow board is a square board measuring approximately 30 cm square and 2.5 cm thick, at the
centre of which is attached a 30-cm high iron rod topped with an eye hook. A brightly coloured
ribbon can be attached to the eye hook in order to locate the board after each snowfall.
Installation of the snow board
It is difficult to precisely measure all snowfalls. The wind blows the snow in certain areas and it
accumulates in snow drifts in others. To obtain exact data, observations must be made in several
areas, and snow boards must be installed where snow is not disturbed by the wind. All the
observations are used to establish an average snowfall height.
39
Unfortunately, it is not always easy for the observer to obtain or use several snow boards or to
read them after a snowfall. The observer generally only has one snow board, which must
therefore be installed in the most representative area and, once cleaned off, always carefully
replaced horizontally and level. In short, the purpose of this instrument is to distinguish between a
layer of recently fallen snow from the old snowcover on the ground. If the observer has reason
to believe that the snow board is not providing accurate snowfall heights, he/she is asked
to verify the height by measuring it at appropriate sites.
SNOW RULER
For each observation, snow height is measured using a snow ruler graduated in two tenths
(0.2 cm) of a centimetre with a numbered graduation in centimetres. The snow ruler is used to
measure the accumulated snow on the snow board or at appropriate sites. After each
observation, the snow board is cleared and replaced on the layer of accumulated snow on the
ground, ensuring that the top part is at the same level as the snow cover.
The accumulation of snow pellets, snow grains, ice pellets and ice crystals must be measured on
the ground, as is the case with a snowfall. The result must then be added to the height of the
other snowfalls. The water equivalent must be measured or estimated the same way as snow.
Snow Reports
The accumulated thickness of fresh snow since the last complete observation must be included
in an hourly observation for which snow accumulation (rounded value) is equal to or more than
2 cm. Other observations must also be made on an hourly basis when there is an additional
accumulation of 2 cm or more.
NOTE 1:
The thickness of fresh snow will not be recorded if the snow melts
when it reaches the ground.
NOTE 2:
The value indicated under the heading ACCUMULATED SNOW
must always be equal to the value entered under SNOWFALL,
unless there has been snowmelt. In this case, the value of the
accumulated snow will be less than the value of the snowfall.
UNIT OF MEASURE
Accumulated snow will be measured in centimetres. The height of the snow must normally be
rounded to the nearest centimetre. TRACE (TR) precipitation is precipitation of less than 0.2 cm.
Example:
TIME
Accumulated
snow
ground
100700 025
100800 020
101100 070
101900 095
Snowfall
Total
snow
gauge
Past
Present Snow
weather weather on the
025
025
3
3
010
095
095
3
3
018
40
Note 1: From one principal observation to the next, the accumulated snow amounts must be
increasing, as the example shows.
Note 2: Accumulation between 7:00 a.m. and 8:00 a.m. was 2.0 cm, accumulation between
8:00 a.m. and 11:00 a.m. was 5.0 cm and accumulation between 11:00 a.m. and 7:00 p.m. was
2.5 cm. Note that the value transmitted is the total since the last principal observation and not the
total since the last partial observation.
EXAMPLES OF SNOW MEASUREMENT
EASY CONDITIONS
Light or no wind
Temperature between 0 and -10 degrees Celsius
1- The snow board or an area with a comparable, suitable surface can be used.
2- Measurements can be taken at several locations and averaged.
3- The contents of the snow gauge collector (copper tube) can be measured.
4- The water equivalent (multiplied by 10) can be used.
One or more of the above methods can be used, depending on the type of precipitation that has
fallen, the instruments available and the measurement location.
DIFFICULT CONDITIONS
Strong wind, bursts and blowing snow
Temperatures below -10 degrees Celsius
1- The contents of the snow gauge collector (copper tube) can be measured.
2- The amount of fallen and accumulated snow that would have been measured had
there not been any wind can be estimated.
3- If an area that has not been affected by wind can be found, the measurement can
be taken there.
4- The water equivalent (multiplied by 10) can be used.
It should be noted that the lower the temperature the lighter and less dense the snow. At very low
temperatures, the multiplier could be higher than 10 (12, 15 or even higher). When it is cold,
smaller amounts of water can produce more snow. The opposite is also true; if the temperature is
close to zero degrees, snow can contain a lot of water, hence the use of a smaller factor (e.g., 5
mm of water can be contained in 3 cm (30 mm) of snow resulting in a factor of 6).
DIFFICULT CONDITIONS (CONT’D)
Snow and rain separately or at the same time
Snow with snowmelt, mild temperatures
41
Snowfall
1- In the case of snow that changes to rain, if possible, the snow must be measured before the
rain melts it. The measurement shall be the value used for the snow at the end of the current
period. Therefore, the value is entered in the SNOWFALL column. And the value in the
TOTAL SNOW GAUGE column shall be the total of the snow and the rain that has fallen, as
measured in the snow gauge collector (copper tube). The proportions of snow water
equivalent and rain will be estimated.
2- In the event of snowmelt, estimate the snowfall according to good judgement using the water
equivalent multiplied by 10.
Accumulated snow
Indicate the amount of accumulated
i.e., the snow that has not melted.
snow
since
the
last
complete
observation,
NOTE
The amount entered under the ACCUMULATED SNOW heading must always be
equal to the amount under SNOWFALL, unless some has melted, in which case,
the amount of accumulated snow shall be less than the snowfall amount.
NIPHER SNOW GAUGE
Before installing the NIPHER SNOW GAUGE, the location must be verified to ensure that it
meets the following criteria:
1. Flat terrain, sufficiently exposed and representative of the surrounding terrain.
2. The location must not be exposed to interferences caused by vertical objects or wind,
turbulence or blowing snow caused by land surface deformation.
3. The location must be far away from obstacles, such as buildings, barriers and trees and at a
distance that is equal to at least twice the height of these obstacles.
4. The location must be easy to access on any day.
5. Gauges must be placed far enough away from roads to prevent them from being filled with
snow or damaged by snow removal vehicles.
The NIPHER SNOW GAUGE is an important instrument for measuring snow and mainly for
the measurement of the water equivalent.
Two collection receptacles are provided for measurement; the first is placed in the snow gauge,
while the other is used to replace it when the precipitation is being measured. For each
observation, the observer must remove the collection receptacle from the snow gauge and
replace it with the other. The observer must then melt the snow collected in the receptacle.
To melt the snow, a known amount of warm water or a source of low heat can be used.
The total amount of water collected must be measured using a graduated cylinder provided for
this purpose. Although the water equivalent is normally expressed to the nearest 0.2 mm, in the
42
exceptional event that the meniscus is exactly halfway between two graduations on the scale, the
height recorded may be the mid-value (odd value), e.g., 0.9 mm.
Once the graduated cylinder has been used, it must be examined and emptied each time.
If the observer has reason to believe that the snow collected in the snow gauge is mainly
attributable to “blowing (snow plough) snow,” he/she must estimate the water equivalent of
the newly fallen snow.
If there has not been a snowfall before and/or after “blowing (snow plough) snow,” the
snow gauge must be examined and emptied at the designated precipitation measurement time.
At this time, the snowfall and water equivalent are recorded as zero (0) centimetres and zero (0)
millimetres, respectively.
MEASUREMENT UNIT
Liquid precipitation and the water equivalent are measured in millimetres. The height of the water
or water equivalent are normally rounded to the nearest 0.2 mm. Precipitation of less than 0.2
mm is referred to as TRACE(TR) precipitation.
RECOMMENDATIONS FOR THE USE OF A NIPHER SNOW GAUGE
The following instructions should be followed for the use of a nipher snow gauge:
a)
Before the first snowfall of the season, carefully insert the copper collection receptacle
inside the screen. Make sure it is not dropped because this could damage the bottom
and cause leaks. Ensure the opening of the collection receptacle is horizontal.
ATTENTION
The copper collection receptacle is a relatively fragile precision instrument and must
therefore
be
handled
with
care.
b)
When there is a snowfall, before the collection receptacle containing the
collected snow is brought inside, it can be used to measure the height of the
snowfall. Simply place your ruler inside the receptacle. The height of the snow
can be measured either from the bottom (difficult) or upper edge of the
receptacle. With the second method, the total height of the receptacle is
measured, and then the space from the top of the snow to the top of the
receptacle is subtracted from the total height of the receptacle to obtain the
height of the snow. This will help prevent the snow from melting or getting
packed down in the receptacle before it is measured. This may be necessary on
windy days.
c)
Also ensure that the snow surface on the ground around the snow gauge
remains intact, if possible. When snow removal vehicles are used, ensure that
snow is not piled up around the snow gauge. In particular, if a snow blower is
being used, ensure that snow is not blown into the collection receptacle.
d)
When the water accumulated in the receptacle is transferred to the graduated
cylinder, always use a funnel to ensure that water is not spilled next to the
cylinder. Also pay attention to the quantity of water in the receptacle. Remember
that the cylinder can only contain 10 mm of water equivalent. For precipitation
that is a mix of rain and snow or for snowfalls of more than 10 cm, expect to
have to take a number of measurements with the cylinder, which will then have
to be added together.
43
e)
If sticky snow sticks to the NIPHER SNOW GAUGE, the snow accumulated on
the screen must be cleared toward the outside. The snow on the collection
receptacle will be included in the measurement at the designated observation
time. Sharp metal objects must not be used to clear the snow accumulated on
the receptacle or screen because this could damage them.
MAINTENANCE OF THE NIPHER SNOW GAUGE
In order to ensure the proper functioning of the instrument, the following verifications and
adjustments must be made at the intervals indicated:
Screen height
After each snowfall, make sure that the top screen height above the snow surface is 1.5 m (5 ft)
and adjust it as needed.
Snow gauge
a)
Before the observation season begins, ensure that the base is well supported and adjust it
as needed.
b)
Every week, verify that the bolts securing the screen are tight. Use a level to verify vertical
and horizontal alignment.
c)
Sliding parts may freeze. If this happens, a small amount of antifreeze should be used to
release them. Under certain conditions, the use of too much antifreeze could, over time,
result in the sliding parts becoming clogged and jamming. No force should be applied to
the screen to free the interior pipe.
d)
At the stations where the interior pipe is shorter than exterior pipe, care must be taken to
ensure that the first pipe is not lost inside the second if the screen is unscrewed.
Collection receptacle – every week
Verify the two receptacles as follows:
a)
Verify that the opening is circular.
b)
Verify that
c)
Verify that the bottom of the receptacle does not leak and that it is not dented. To verify
whether it leaks, bring the receptacle inside and place it on a paper towel. Pour water into it
and check to see if the paper gets wet. If the receptacle leaks, it must be repaired or
replaced.
d)
Verify that the opening of the receptacle is at the same level as the upper edge of the
screen.
the edge
of
the
opening
is
sharp and has
not been
banged.
Graduated cylinder – every week
Verify the two graduated cylinders as follows:
a) Make sure the glass is not chipped or cracked.
b) Make sure the scale is visible.
The following is the list of codes used to transmit messages:
44
PRESENT WEATHER description codes
Enter the present weather code according to the following table:
0
1
2
3
4
5
6
No precipitation
Rain and/or drizzle
Rain and/or freezing drizzle
All types of snow
Ice pellets
Rain and snow
Freezing rain and snow
Always enter the highest applicable code.
E.g.: Between code 4 (ice pellets) and code 6 (freezing rain and snow), code 6 must be chosen.
PAST WEATHER description code
Enter the code for past weather according to the following table:
0
1
2
3
4
5
6
No precipitation
Rain and/or drizzle
Rain and/or freezing drizzle
All types of snow
Ice pellets
Mixed rain and snow
Mixed freezing rain and snow
Always enter the highest applicable code.
E.g.: Between code 4 (ice pellets) and code 6 (mixed freezing rain and snow), code 6 must be
chosen.
Thickness of the Snow on the Ground
The total thickness of the snow on the ground must be recorded in whole centimetres. Use the
values determined with the GROUND SNOW RULER(S) in place for this purpose. If there is no
ground snow ruler, take a series of measurements from which an average can be calculated. An
area where the snow has not accumulated in drifts must be used and care must be taken to
measure the total thickness, including the thickness of any ice layers present.
MEASUREMENT UNIT
Snow on the ground is measured in centimetres. The height of the snow is normally rounded to
the nearest centimetre. Snow on the ground that is less than 0.5 cm thick is referred to as
TRACE(TR) snow.
Missed Observation
If for some reason it is impossible to carry out one or more observations, notify us at the
telephone number you were given to transmit your observations.
45
For an observation following one or more missed observations, indicate the total amount of
precipitation that has fallen since your last complete observation.
Correction (COR)
COMING SOON.
Transmission of Observations
Report your observations to: 1-800-COMING SOON
EXAMPLE OF DATA TRANSMISSION BY TELEPHONE
Observation from the Trois-Rivières station on December 18, 2004, at 7:15 a.m. local time.
Snowfall of 8.4 cm, with a water equivalent of 8.0 mm. Rainfall of 1.6 mm with the snow. The
liquid precipitation stopped several hours ago, but it is still snowing; it is overcast and very windy.
ONTAP
OBSERVER
Hello, you have reached the climate centre. Please enter the station identification number
followed by the pound key (#).
If you are calling from the Trois-Rivières site, press pound; if not, re-enter the identification
number followed by the pound key.
Enter the year of observation followed by the pound key.
If the year is 2004, press pound; if not, re-enter the year followed by the pound key.
Enter the month of observation followed by the pound key.
If the month is December, press pound; if not, re-enter the month followed by the pound key.
Enter the date of the observation followed by the pound key.
If the date is 18, press pound; if not, re-enter the date followed by the pound key.
Enter the time of observation in local time followed by the pound key.
If the time of observation is 7:15 a.m., press pound; if not, re-enter the time followed by the
pound key.
Enter the snowfall amount in cm and tenths of a cm, with a star between the units and tenths
followed by the pound key.
If the amount is 8.4 cm, press pound; if not, re-enter the amount followed by the pound key.
Enter the amount of water in the snow gauge in mm and tenths of a mm, with a star between the
units and tenths of a unit, followed by the pound key.
If the quantity is 9.6 mm of water, press pound; if not, re-enter the amount followed by the pound
key.
Enter the height of the snow on the ground in whole centimetres followed by the pound key.
If the height of the snow on the ground is 8 cm, press pound; if not, re-enter the height followed
by the pound key.
Enter the number describing the current weather conditions followed by the pound key.
If the current conditions are “cloudy, strong winds and snow,” press pound; if not, re-enter the
conditions followed by the pound key.
Enter the number describing the past weather conditions followed by the pound key.
If the past weather conditions are “cloudy, strong winds and mixed precipitation,” press pound; if
not,
re-enter the conditions followed by the pound key.
Do you have any other observations to code? If yes, press 0; if not, press pound.
00205#
#
2004#
#
12#
#
18#
#
0715#
#
8*4#
#
9*6#
#
8#
#
125#
#
126#
#
#
Thank you, goodbye.
If you have any problems or questions, contact Jacques de la Sablonnière at 514-283-5810
46
ANNEX "B"
MANDATORY REQUIREMENTS
(Complete and enclose with your bid)
1
2
3
4
Mandatory Requirements
The Contractor certifies that it agrees to supply, at all times, qualified staff
required to perform the required services as set out in ANNEX
"A."
The Contractor certifies that it holds and shall maintain, throughout the entire
duration of the contract, insurance in accordance with the Department's
requirements. (Refer to ANNEX "D")
The Contractor certifies that he will submit all his staff, affected to this contract, to
a reliability check. (Refer to ANNEX E)
The Contractor agrees to read the security policy and compliance.
http://www.tbs-sct.gc.ca/pol/doc-fra.aspx?id=16578&section=text
.
Note: Environment Canada reserves the right to require copies of proof of insurance or
certification or any other document demonstrating that the bidder meets the mandatory
requirements during the solicitation period, prior to awarding the contract or at any time
during the term of the contract.
The Contractor hereby certifies that all of its declarations relating to the mandatory
requirements are true and accurate.
_________________________________________
Name of Company (Contractor)
_________________________________________
Name and Title of Signatory
_________________________________________
Signature and Date
47
ANNEX "C"
FINANCIAL PROPOSAL
THE OFFEROR MUST NOT MODIFY THE PRESENT FORM
To be completed and join to your submission at closing date
Offeror’s Name:
______________________________________
Address:
______________________________________
______________________________________
Telephone number:
______________________________________
Fax number :
_ _____________________________________
No. de TPS de l'entreprise / Company’s GST : _______________________________
I/We have authority to bind the Corporation / Partnership /
Sole Proprietorship / consortium.
________________________________
Name
_______________________________
Signature
________________________________
Title
_______________________________
Date
48
ANNEX « C »
BID FORM
PART A: UPPER AIR PROGRAM
Part A: the term of the contract of one year from the contract award date.
Description
Number
Morning upper air sounding
365 days
Evening upper air sounding
365 days
End-of-month reports2
Shipping and receiving of helium carts
(2 hours per process) (up to 6 annually)
Unit Price
Total Cost
12 monthly cost
12 hours
TOTAL COST (A)
Note: The costs listed above shall include all costs attributable to the contractor
2 including climate forms, upper air sounding reports sent by e-mail or mail, site inspection
reports, invoices and packing slips received during the month
49
ANNEX « C »
BID FORM
PART A: UPPER AIR PROGRAM
Part A : Option year No. 1 (term of 12 month)
Description
Number
Morning upper air sounding
365 days
Evening upper air sounding
365 days
End-of-month reports3
Unit Price
Total Cost
12 monthly cost
General and housekeeping maintenance (10
hr/month)
120 hours
Shipping and receiving of helium carts
(2 hours per process) (up to 6 annually)
12 hours
TOTAL COST (B)
Note: The costs listed above shall include all costs attributable to the contractor
3 Including climate forms, upper air sounding reports sent by e-mail or mail, site inspection
reports, invoices and packing slips received during the month
50
ANNEX « C »
BID FORM
PART A: UPPER AIR PROGRAM
Part A : Option year No. 2 (term of 12 month)
Description
Number
Morning upper air sounding
365 days
Evening upper air sounding
365 days
End-of-month reports4
Unit Price
Total Cost
12 monthly cost
General and housekeeping maintenance (10
hr/month)
120 hours
Shipping and receiving of helium carts
(2 hours per process) (up to 6 annually)
12 hours
TOTAL COST (C)
Note: The costs listed above shall include all costs attributable to the contractor
4 Including climate forms, upper air sounding reports sent by e-mail or mail, site inspection
reports, invoices and packing slips received during the month
51
ANNEX « C »
PART A : UPPER AIR PROGRAM
Part A : Option year No. 3 (term of 12 month)
Description
Number
Morning upper air sounding
365 days
Evening upper air sounding
365 days
End-of-month reports5
Unit Price
Total Cost
12 monthly cost
General and housekeeping maintenance (10
hr/month)
120 hours
Shipping and receiving of helium carts
(2 hours per process) (up to 6 annually)
12 hours
TOTAL COST (D)
Note: The costs listed above shall include all costs attributable to the contractor
5 Including climate forms, upper air sounding reports sent by e-mail or mail, site inspection
reports, invoices and packing slips received during the month
52
ANNEX « C »
BID FORM
PART A: UPPER AIR PROGRAM
Part A : Option year No. 4 (term of 12 month)
Description
Number
Morning upper air sounding
365 days
Evening upper air sounding
365 days
End-of-month reports6
Unit Price
Total Cost
12 monthly cost
General and housekeeping maintenance (10
hr/month)
120 hours
Shipping and receiving of helium carts
(2 hours per process) (up to 6 annually)
12 hours
TOTAL COST (E)
Note: The costs listed above shall include all costs attributable to the contractor
6 Including climate forms, upper air sounding reports sent by e-mail or mail, site inspection
reports, invoices and packing slips received during the month
53
ANNEX « C »
BID FORM
PART B: SNOW PROGRAM
PART B - CONTRACT YEAR
Annual amount by program
ADMIN
NEIGE
TOTAL COST (F)
________$
________$
_______$
PART B - OPTION 1
Annual amount by program
ADMIN
NEIGE
COÛT TOTAL (G)
________$
________$
________$
PART B - OPTION 2
Annual amount by program
ADMIN
NEIGE
COÛT TOTAL (H)
_______$
________$
________$
PART B - OPTION 3
Annual amount by program
ADMIN
NEIGE
COÛT TOTAL (I)
________$
________$
________$
PART B - OPTION 4
Annual amount by program
ADMIN
NEIGE
COÛT TOTAL (J)
________$
________$
________$
54
ANNEX « C »
BID FORM
PART C: HOURLY RATE
Part C : Hourly rate for overtime hours requested by the project officer
Contract
Year
Option 01
Option
02
Option
03
Option
04
Total
cost
# hours
_____$
/hr
20
heures /
hours 7
TOTAL
COST
(K)
Hourly
Cost
_____$
/hr
_____$
/hr
_____$
/hr
_____$
/hr
_____$
/hr
_____$
Add hourly cost for the contract term and multiply the total cost per hour by 20
hours to get the total cost (K)
TOTAL COST - Add the column totals A+B+C+D+E+F+G+H+I+J+k
_____________$
7 Estimated hours for evaluation purposes only
.
55
ANNEX « D »
INSURANCE REQUIREMENTS
COMMERCIAL GENERAL LIABILITY INSURANCE
1.
The Contractor must obtain Commercial General Liability Insurance, and
maintain it in force throughout the duration of the Contract, in an amount usual
for a contract of this nature, but for not less than $2,000,000.00 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
represended by Environment 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 the
respect to contractual provisions.
g)
Employees and, if applicable, Volunteers must be included as Additional
Insured.
Employers’ Liability (or confirmation that all employees are covered by
Worker’s compensation (WSIB) or similar program)
h)
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 Insurer will endeavour to provide the
Contracting Authority thirty (30) days written notice of policy cancellation..
56
k)
If the policy is written on a claim-made basis, coverage must be in place
for a period of at least 12 months after the completion or termination of
the Contract.
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)
Non-Owned Automobile Liability – Coverage for suits against the
Contractor resulting from the use of hired or non-owned vehicles.
n)
Advertising Injury : While not limited to, the endorsement must include
coverage piracy or misappropriation of ideas, or infringement of copyright,
trademark, title or slogan.
o)
All Risks Tenants Legal Liability – to protect the Contractor for liabilities
arising out of its occupancy of leased premises.
p)
Amendment to the Watercraft Exclusion to extend to incidental repair
operations on board watercraft.
q)
Sudden and Accidental Pollution Liability (minimum 120 hours) : To
protect the Contractor for liabilities arising from damages caused by
accidental pollution incidents.
r)
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 the province of Quebec, send to:
Director Business Law Directorate
Quebec Regional Office (Ottawa)
Department of Justice
284 Wellington Street, Room SAT-6042
Ottawa (Ontario) K1A 0H8
For other provinces and territories, send to:
Senior General Counsel
Civil Litigation Section
Department of Justice
234 Wellington Street, East Tower
Ottawa (Ontario) K1A 0H8
57
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.
58
ANNEX « E »
SUMMARY INSTRUCTIONS AND PERSONNAL SCREENING, CONSENT AND
AUTHORIZATION FORM
To be completed by each of the contractor’s employees assigns
to the contract and attach to your submission
The personal screening, consent and authorization form, is an integral part of this
process. You have to join completed document in your submission
Section
A.
To be completed by employee
N/A
Administrative
information and
particulars of
appointment
B.
Biographical
information and
criminal
conviction
C.
Consent and
verification
D. & E
Comments
This section will be completed by
Environment Canada
Home address for the last five years. If more space See detailed instructions at the
is required, you may use a separate sheet of paper.
back of the form
Complete the par on criminal convictions.
Indicate the Surname and date of birth at the top of
the page
Initial line 1 & 2
Sign and date at the end of section C
N/A
EC will complete the part
pertaining to the agent
The application cannot be
processed without the employee’s
signature and the initials. Detailed
instructions are provided at the
end of the form
These sections will be completed
by Environment Canada
59
ANNEX « F »
Former Public Servant Certification – Competitive Requirement
To be completed (by each of the contractor’s employees assigns
to the contract) and attach to your submission
Contracts with 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 with FPS, bidders must provide the information required below.
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:
e.
f.
g.
h.
an individual;
an individual who has incorporated;
a partnership made of former public servants; or
a sole proprietorship or entity where the affected individual has a controlling or
major interest in the entity.
"lump sum payment period" means the period measured in weeks of salary, for which
payment has been made to facilitate the transition to retirement or to other
employment as a result of the implementation of various programs to reduce the size
of the Public Service. The lump sum payment period does not include the period of
severance pay, which is measured in a like manner.
"pension" means, a pension or annual allowance paid under the Public Service
Superannuation Act (PSSA), R.S., 1985, c.P-36, and any increases paid pursuant to
the Supplementary Retirement Benefits Act, R.S., 1985, c.S-24 as it affects the
PSSA. It does not include pensions payable pursuant to the Canadian Forces
Superannuation Act, R.S., 1985, c.C-17, the Defence Services Pension Continuation
Act, 1970, c.D-3, the Royal Canadian Mounted Police Pension Continuation Act ,
1970, c.R-10, and the Royal Canadian Mounted Police Superannuation Act, R.S.,
1985, c.R-11, the Members of Parliament Retiring Allowances Act , R.S., 1985, c.M5, 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:
60
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 Reduction Program
Is the Bidder a FPS who received a lump sum payment pursuant to the terms of a
work force reduction program? 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 reduction program.
For all contracts awarded during the lump sum payment period, the total amount of
fees that may be paid to a FPS who received a lump sum payment is $5,000,
including the Goods and Services Tax or Harmonized Sales Tax.
Certification
By submitting a bid, the Bidder certifies that the information submitted by the Bidder
in response to the above requirements is accurate and complete.
___________________________________________________________________
Signed
_________________________________
Date
61
Download