1 1 RETURN BIDS TO: Title - Sujet RETOURNER LES SOUMISSIONS À: Repair & Maintenance of GM Vehicles Travaux publics et Services gouvernementaux Solicitation No. - N° de l'invitation Date Canada W0130-17B015/A 2018-02-20 Place Bonaventure, Client Reference No. - N° de référence du client GETS Ref. No. - N° de réf. de SEAG 800 de la Gauchetière Street West, South-West Portal, 7th Floor W0130-17-B015 PW-$MTA-060-14775 Suite 7300 File No. - N° de dossier CCC No./N° CCC - FMS No./N° VME Montréal MTA-7-40214 (060) Québec Solicitation Closes - L'invitation prend fin Time Zone H5A 1L6 Fuseau horaire FAX pour soumissions: (514) 496-3822 at - à 02:00 PM Heure Avancée de l'Est on - le 2018-04-09 HAE Request For a Standing Offer Delivery Required - Livraison exigée Demande d'offre à commandes . Regional Individual Standing Offer (RISO) Address Enquiries to: - Adresser toutes questions à: Buyer Id - Id de l'acheteur Offre à commandes individuelle régionale (OCIR) Brunet, Luc mta060 Telephone No. - N° de téléphone FAX No. - N° de FAX Canada, as represented by the Minister of Public Works and (514)602-2408 ( ) ( ) - Government Services Canada, hereby requests a Standing Offer on behalf of the Identified Users herein. Destination - of Goods, Services, and Construction: Destination - des biens, services et construction: MINISTERE DE LA DEFENSE NATIONALE Le Canada, représenté par le ministre des Travaux Publics et GARNISONS MONTRÉAL/SAINT-JEAN/ Services Gouvernementaux Canada, autorise par la présente, SAINT-HUBERT une offre à commandes au nom des utilisateurs identifiés énumérés ci-après. Québec Canada Comments - Commentaires

Security - Sécurité This request for a Standing Offer does not include provisions for security. Cette Demande d´offre à commandes ne comprend pas des dispositions en matière de sécurité. Instructions: See Herein Vendor/Firm Name and Address Raison sociale et adresse du Instructions: Voir aux présentes fournisseur/de l'entrepreneur

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

Telephone No. - N° de téléphone Issuing Office - Bureau de distribution Facsimile No. - N° de télécopieur Travaux publics et Services gouvernementaux Canada Name and title of person authorized to sign on behalf of Vendor/Firm Place Bonaventure, (type or print) 800 rue de la Gauchetière Ouest Nom et titre de la personne autorisée à signer au nom du fournisseur/ Voir aux présentes - See herein de l'entrepreneur (taper ou écrire en caractères d'imprimerie) Montréal Québec H5A 1L6 Signature Date

Page 1 of - de 1 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

TABLE OF CONTENTS PART 1 - GENERAL INFORMATION ...... 3

1.1 INTRODUCTION ...... 3 1.2 SUMMARY ...... 3 1.3 DEBRIEFINGS ...... 4 PART 2 - OFFEROR INSTRUCTIONS ...... 5

2.1 STANDARD INSTRUCTIONS, CLAUSES AND CONDITIONS...... 5 2.2 SUBMISSION OF OFFERS ...... 5 2.3 FORMER PUBLIC SERVANT ...... 6 2.4 ENQUIRIES - REQUEST FOR STANDING OFFERS ...... 7 2.5 APPLICABLE LAWS...... 8 PART 3 - OFFER PREPARATION INSTRUCTIONS ...... 9

3.1 OFFER PREPARATION INSTRUCTIONS ...... 9 PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION...... 10

4.1 EVALUATION PROCEDURES ...... 10 4.2 BASIS OF SELECTION ...... 12 PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION ...... 13

5.1 CERTIFICATIONS REQUIRED WITH THE OFFER ...... 13 5.2 CERTIFICATIONS PRECEDENT TO THE ISSUANCE OF A STANDING OFFER AND ADDITIONAL INFORMATION ...... 13 PART 6 - SECURITY, FINANCIAL AND INSURANCE REQUIREMENTS ...... 16

6.1 INSURANCE REQUIREMENTS - PROOF OF AVAILABILITY - PRIOR TO ISSUANCE OF A STANDING OFFER ...... 16 PART 7 - STANDING OFFER AND RESULTING CONTRACT CLAUSES ...... 17 A. STANDING OFFER ...... 17

7.1 OFFER ...... 17 7.2 SECURITY REQUIREMENTS ...... 17 7.3 STANDARD CLAUSES AND CONDITIONS...... 17 7.4 TERM OF STANDING OFFER ...... 17 7.5 AUTHORITIES ...... 18 7.6 PROACTIVE DISCLOSURE OF CONTRACTS WITH FORMER PUBLIC SERVANTS ...... 19 7.7 IDENTIFIED USERS ...... 19 7.8 CALL-UP INSTRUMENT ...... 19 7.9 LIMITATION OF CALL-UPS ...... 20 7.10 FINANCIAL LIMITATION ...... 20 7.11 PRIORITY OF DOCUMENTS ...... 20 7.12 CERTIFICATIONS AND ADDITIONAL INFORMATION ...... 20 7.13 APPLICABLE LAWS...... 20 B. RESULTING CONTRACT CLAUSES ...... 22

7.1 STATEMENT OF WORK ...... 22 7.2 STANDARD CLAUSES AND CONDITIONS...... 22 7.3 TERM OF CONTRACT ...... 22 7.4 PROACTIVE DISCLOSURE OF CONTRACTS WITH FORMER PUBLIC SERVANTS ...... 22

Page 1/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

7.5 PAYMENT ...... 22 7.6 INVOICING INSTRUCTIONS ...... 23 7.7 INSURANCE REQUIREMENTS ...... 23 7.8 SACC MANUAL CLAUSES ...... 23 ANNEX A: STATEMENT OF WORK ...... 24 APPENDIX A TO ANNEX A: MAINTENANCE CHECKLIST AND REPORT ...... 29 APPENDIX B TO ANNEX A: STATEMENT OF WORK FOR CHEMICAL AGENT RESISTANT COATING SYSTEM ...... 32 ANNEX B: BASIS OF PAYMENT ...... 40 ANNEX C: QUARTERLY CALL-UP REPORT (EXAMPLE ONLY) ...... 48 ANNEX D: INSURANCE REQUIREMENTS ...... 49 ANNEX E: MANDATORY TECHNICAL EVALUATION CRITERIA ...... 53 ANNEX F: COMPLETE LIST OF OFFEROR’S BOARD OF DIRECTORS ...... 55 ANNEX G: ELECTRONIC PAYMENT INSTRUMENTS...... 56 TO PART 3 OF THE REQUEST FOR STANDING OFFERS ...... 56

Page 2/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

PART 1 - GENERAL INFORMATION

1.1 Introduction

The Request for Standing Offers (RFSO) is divided into seven parts plus attachments and annexes, as follows:

Part 1 General Information: provides a general description of the requirement;

Part 2 Offeror Instructions: provides the instructions applicable to the clauses and conditions of the RFSO;

Part 3 Offer Preparation Instructions: provides offerors with instructions on how to prepare their offer to address the evaluation criteria specified;

Part 4 Evaluation Procedures and Basis of Selection: indicates how the evaluation will be conducted, the evaluation criteria which must be addressed in the offer, and the basis of selection;

Part 5 Certifications and Additional Information: includes the certifications and additional information to be provided;

Part 6 Security, Financial and Insurance Requirements: includes specific requirements that must be addressed by offerors; and

Part 7 7A, Standing Offer, and 7B, Resulting Contract Clauses:

7A, includes the Standing Offer containing the offer from the Offeror and the applicable clauses and conditions;

7B, includes the clauses and conditions which will apply to any contract resulting from a call-up made pursuant to the Standing Offer.

The Annexes include: Annex A: Statement of Work and appendices Annex B: Basis of Payment Annex C: Quarterly Call-Up Report Annex D: Insurance Requirements Annex E: Mandatory Technical Evaluation Criteria Annex F: Complete List of Offeror’s Board of Directors Annex G: Electronic Payment Instruments

1.2 Summary .

1.2.1 Canada intends to issue up to three (3) Individual Regional Standing Offers (RISO), one per region in the province of , as identified in the attached Annex B. The agreements are for the supply on an “as and when needed” basis” of inspection, maintenance and repair services for Chevrolet military vehicles as set out in Annex A and it’s related appendices, this annex being part of the Request for Standing Offers (RFSO) and of resulting Standing Offer(s).

These services are required for the Department of National Defence (DND) and the units of the (CA) located in the three following regions of Quebec: Montreal, Shawinigan/ Trois-Rivières as well as Valcartier, QC

Page 3/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

Some of the work required for the Valcartier region may also require body work and painting services to repair the vehicles. Please refer to Appendix “B” of annex “A” for additional directives, applicable to the request to service vehicles from the Valcartier region. Furthermore, the Offeror must be registered, exempt or excluded under the Controlled Goods Program (CGP) before performing the work involving certain paints and coatings that are provided by the DND. Details on how to register under the CGP are available at: Controlled Goods Program: (http://ssi-iss.tpsgc-pwgsc.gc.ca/dmc-cgd/index-eng.html)

The resulting Standing Offer(s) will be valid for a period of two (2) years from the date of issue and will include a right for Canada to authorize an additional period of one year.

The supplier for each region will be selected following an evaluation based on mandatory technical criteria and financial evaluation criteria.

No minimum quantity or order is guaranteed

The work is to be carried out at the offeror facilities. The Offeror may lease or own the facility where the work is performed. The facility must not be located at a distance greater than 60km or 60 minutes of drive each way from at least one of the addresses listed at Annex “B” for which the offer is made. Please refer to Annex “E” for a list of technical criteria to meet and documents to provide by bid closing.

1.2.2 "The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA), the Free Trade Agreement with Columbia, the Free Trade Agreement with Panama and the Free Trade Agreement with Peru."

1.3 Debriefings

Offerors may request a debriefing on the results of the request for standing offers process. Offerors should make the request to the Standing Offer Authority within 15 working days of receipt of the results of the request for standing offers process. The debriefing may be in writing, by telephone or in person.

Page 4/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

PART 2 - OFFEROR INSTRUCTIONS

2.1 Standard Instructions, Clauses and Conditions

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

Offerors who submit an offer agree to be bound by the instructions, clauses and conditions of the RFSO and accept the clauses and conditions of the Standing Offer and resulting contract(s).

The 2006 (2017-04-27) Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the RFSO.

Subsection 5.4 of 2006, Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements, is amended as follows:

Delete: 60 days Insert: 120 days

2.1.1 SACC Manual Clauses A3015T (2014-06-26), Certifications – Bid 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 contract award. 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 non-responsive if any certification made by the Bidder is untrue, whether made knowingly or unknowingly. Failure to comply with the certifications or to comply with the request of the Contracting Authority for additional information will also render the bid non-responsive.

2.1.2 SACC Manual Clauses M0019T (2007-05-25), Firm Price and/or Rates The Offeror is required to submit firm prices, rates or both that will apply for the entire period of the Standing Offer. 2.1.3 List of Proposed Subcontractors If the bid includes the use of subcontractors, the Bidder agrees, upon request from the Contracting Authority, to provide a list of all subcontractors including a description of the things to be purchased, a description of the work to be performed and the location of the performance of that work. The list should not include the purchase of off-the-shelf items, software and such standard articles and materials as are ordinarily produced by manufacturers in the normal course of business, or the provision of such incidental services as might ordinarily be subcontracted in performing the Work.

2.2 Submission of Offers

Offers must be submitted only to Public Works and Government Services Canada (PWGSC) Bid Receiving Unit by the date, time and place indicated on page 1 of the Request for Standing Offers.

For bids delivered in person or by mail:

Place Bonaventure, South-West Portal, 7th Floor Suite 7300 800 de la Gauchetière Street West, Montreal (QC), H5A 1L6

Page 5/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214 or

By facsimile: (514) 496-3822

2.2.1 SACC Manual Clauses M0280T (2015-02-25), Documents Required for Offers Evaluation Purposes

The Offeror must provide the following documents with its offer: 1. A copy of the road vehicle dealer permit bearing the business address and a copy of the general civil liability insurance policy; 2. A printed copy of the proposed itinerary between the business address on the road vehicle dealer’s permit requested in item 1 and one of the addresses listed in Annex B, in the region for which the offer is made, according to: https://www.google.ca/maps,. The itinerary or trajectory proposed by the Offeror must be less than 60 km or less than one hour’s drive; 3. A copy of the GM parts and after-sales service dealership contract; 4. A copy of the GM after-sales service dealer contract that covers specialized GM tools; 5. A copy of the proposed technicians’ training records specifying the requested information;

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

Definitions For the purposes of this clause, "former public servant" is any former member of a department as defined in the Financial Administration Act R.S., 1985, c. F-11, a former member of the 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.

Page 6/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

Former Public Servant in Receipt of a Pension As per the above definitions, is the Offeror a FPS in receipt of a pension? YES ( ) NO ( ) If so, the Offeror must provide the following information, for all FPS in receipt of a pension, as applicable:

a. name of former public servant;

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

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

Work Force Adjustment Directive Is the Offeror a FPS who received a lump sum payment pursuant to the terms of the Work Force Adjustment Directive? YES ( ) NO ( ) If so, the Offeror must provide the following information:

a. name of former public servant;

b. conditions of the lump sum payment incentive;

c. date of termination of employment;

d. amount of lump sum payment;

e. rate of pay on which lump sum payment is based;

f. period of lump sum payment including start date, end date and number of weeks;

g. number and amount (professional fees) of other contracts subject to the restrictions of a work force adjustment program.

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

2.4 Enquiries - Request for Standing Offers

All enquiries must be submitted in writing to the Standing Offer Authority no later than 8 calendar days before the Request for Standing Offers (RFSO) closing date. Enquiries received after that time may not be answered.

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

Page 7/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

2.5 Applicable Laws

The Standing Offer and any contract resulting from the Standing Offer must be interpreted and governed, and the relations between the parties determined, by the laws in force in Quebec

Offerors may, at their discretion, substitute the applicable laws of a Canadian province or territory of their choice without affecting the validity of their offer, 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 offerors.

Page 8/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

PART 3 - OFFER PREPARATION INSTRUCTIONS

3.1 Offer Preparation Instructions

Canada requests that offerors provide their offer in separately bound sections as follows:

Section I: Technical Offer (2 hard copies)

Section II: Financial Offer (1 hard copy)

Section III: Certifications (1 hard copy)

Prices must appear in the financial offer only. No prices must be indicated in any other section of the offer.

Canada requests that offerors follow the format instructions described below in the preparation of their offer.

(a) use 8.5 x 11 inch (216 mm x 279 mm) paper; (b) use a numbering system that corresponds to that of the Request for Standing Offers.

In April 2006, Canada issued a policy directing federal departments and agencies to take the necessary steps to incorporate environmental considerations into the procurement process Policy on Green Procurement (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats-procurement/politique-policy-eng.html). To assist Canada in reaching its objectives, offerors should:

1) use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre certified as originating from a sustainably- managed forest and containing minimum 30% recycled content; and

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

Section I: Technical Offer (Refer to Annex “A” attached) In their technical offer, offerors should explain and demonstrate how they propose to meet the requirements and how they will carry out the Work.

Section II: Financial Offer (Refer to Annex “B” attached)

Offerors must submit their financial offer in accordance with the Annex B, Basis of Payment.

3.1.1 Electronic Payment of Invoices – Offer (Refer to Annex “G” attached) If you are willing to accept payment of invoices by Electronic Payment Instruments, complete Annex “G” Electronic Payment Instruments, to identify which ones are accepted.

If Annex “G” Electronic Payment Instruments is not completed, it will be considered as if Electronic Payment Instruments are not being accepted for payment of invoices.

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

3.1.2 Exchange Rate Fluctuation

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

Section III: Certifications Offerors must submit the certifications and additional information required under Part 5.

Page 9/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION

4.1 Evaluation Procedures

(a) Offers will be assessed in accordance with the entire requirement of the Request for Standing Offers including the technical and financial evaluation criteria.

(b) An evaluation team composed of representatives of Canada will evaluate the offers.

4.1.1 Technical Evaluation

a) Acceptance of the terms and conditions of the request for Standing Offer; b) Compliance with all requirements described in Annex «A» attached;

It is mandatory to provide technical/ descriptive documents for the products and services that you are offering in order for Canada to perform the technical evaluation. Failure to comply will render your offer non responsive.

You must demonstrate in your technical offer that all your products and services are compliant with every characteristics mentioned in Annex «E».

4.1.1.1 Mandatory Technical Criteria (Refer to annex “E” attached)

All of the criteria and requested documents identified at article 2.2.1 as well as at Annex “E”, are mandatory. Your offer must be provided with the requested documents, certifications and documented proof. Failure to do so will render the offer inadmissible.

4.1.2 Financial Evaluation (Refer to Annex “B” attached)

4.1.2.1 SACC Manual Clause M0222T (2016-01-28), Evaluation of Price

NOTE: The Standing Offer will be adjudicated in Canadian currency.

1- Offeror must provide a financial offer in compliance with “Annex B: Basis of Payment” The total amount of Applicable Taxes must be shown separately. 2- Offeror must offer firm hourly rates and firm prices for services and a percentage of markup or discount on the suggested retail prices by the manufacturer (MSRP), for parts according to Annex B - Basis of Payment. For evaluation purposes only, these markup or discount rates will be applied to an estimated 100,000.00$ of annual costs in each of the three regions; 3- Offeror must indicate if warranty period offered on parts and services is higher than 365 days however this will not factor in the financial evaluation; 4- The lowest price will be determined by the total estimated value of unit prices, hourly rates and rates of markup and discount applied to Canada’s estimated commitment for all three years. The Offeror may submit an offer for one region or multiple regions and must indicate the total price per region;

Page 10/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

5- a) Estimated quantities, formulas and calculations are for evaluation purposes and only “the rate per hour”, “the unit prices” and “the discount or markup rate” offered for each period will appear in Annex B: Basis of Payment of the resulting standing offer(s)

b) Example of price grid to submit - calculations of the financial evaluation. (Refer to Annex B attached to submit prices and rates for one or more than one region)

Two-year firm period Option period Estimated TOTAL* 2018-2019 2019-2020 2020-2021 quantities/ A B C year (A+B+C) X D D = 1. Fixed prices for

maintenan 21.00$/per 22.00$/per 23.00 $/per 50 (1)3,300.00$ inspection inspection inspection iinspections/ ce inspection/ year verification

2. Hourly rate 13.00$/hourly 12.00$/hourly (2) for repairs rate 14.00$/hourly 800 hours/ rate 31,200.00$ rate year

3. Hourly rate

for body (3) 12.00$/hourly 13.00$/hourly 14.00$/hourly 100 hours/ 3,900.00$ work and rate rate rate year painting 4. Percentage

of discount -3 % 7 % 12 % (4) or mark-up discount or discount or discount or Based on 316,000.00$ mark-upn mark-up mark-up 100,000.00$ on 97,000.00$ 107,000.00$ 112,000.00$ replaceme nt parts (5) TOTAL (1+2+3+4)= 354,400.00$

c) Example of the price grid upon adjudication of the Standing Offer (Annex B of resulting Standing Offer)

Two-year firm period Option period 2018-2019 2019-2020 2020-2021 A B C 1. Fixed prices for maintenance 21.00$/per 23.00 $/per 22.00$/per inspection inspection/ inspection inspection verification 14.00 $/ hourly 2. Hourly rate for 12.00$/hourly rate 13.00$/hourly rate rate repairs

3. Hourly rate for 14.00 $/ hourly 12.00$/hourly rate 13.00$/hourly rate body work and rate painting 4. Percentage of discount or -3 % 7 % 12 % discount mark-up on mark-up mark-up replacement parts

Page 11/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

4.1.2.2 Results of the Financial Evaluation

According to the lowest receivable offer, Canada may adjudicate a maximum of three standing offers,

One Standing Offer to provide services in the region of Montreal, QC One Standing Offer to provide services in the region of Shawinigan/ Trois-Rivières, QC One Standing Offer to provide services in the region of Valcartier, QC

or one Standing Offer to cover more than one region if a responsive Offer with the lowest total price is offered to cover more than one region.

4.2 Basis of Selection

4.2.1 SACC Manual Clause M0031T (2007-05-25), Basis of Selection - Mandatory Technical Criteria Only

An offer must comply with the requirements of the Request for Standing Offers and meet all mandatory technical evaluation criteria to be declared responsive. The responsive offer with the lowest evaluated price will be recommended for issuance of a standing offer.

NOTE: x The Financial evaluation will be based on an aggregate basis per region and up to 3 standing offers may be awarded (one per region) x There will be only one supplier per region however, a supplier can obtain a Standing Offer for more than one region indicated at Annex B if this offer is economical for Canada. x The responsive offer with the lowest evaluated price per region will be recommended for issuance of a standing offer for this region

Page 12/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION

Offerors must provide the required certifications and additional information to be issued a standing offer.

The certifications provided by offerors to Canada are subject to verification by Canada at all times. Unless specified otherwise, Canada will declare an offer non-responsive, will have the right to set-aside a standing offer, or will declare a contractor in default if any certification made by the Offeror is found to be untrue whether made knowingly or unknowingly during the offer evaluation period, during the Standing Offer period, or during the contract period.

The Standing Offer Authority will have the right to ask for additional information to verify the Offeror’s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Standing Offer Authority will render the offer non-responsive, result in the setting aside of the Standing Offer or constitute a default under the Contract.

5.1 Certifications Required with the Offer

Offerors must submit the following duly completed certifications as part of their offer.

5.1.1 Integrity Provisions - Declaration of Convicted Offences

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

5.2 Certifications Precedent to the Issuance of a Standing Offer and Additional Information

The certifications and additional information listed below should be submitted with the offer, but may be submitted afterwards. If any of these required certifications or additional information is not completed and submitted as requested, the Standing Offer Authority will inform the Offeror of a time frame within which to provide the information. Failure to provide the certifications or the additional information listed below within the time frame provided will render the offer non-responsive.

5.2.1 Integrity Provisions – Required Documentation (Refer to Annex “F” attached)

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

5.2.2 Federal Contractors Program for Employment Equity - Standing Offer Certification

By submitting an offer, the Offeror certifies that the Offeror, and any of the Offeror's members if the Offeror is a Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP Limited Eligibility to Bid" list ) available at the bottom of the page of the Employment and Social Development Canada- Labour's website (https://www.canada.ca/en/employment-social-development/programs/employment- equity/federal-contractor-program.html#s4).

Canada will have the right to declare an offer non-responsive, or to set-aside a Standing Offer, if the Offeror, or any member of the Offeror if the Offeror is a Joint Venture, appears on the “FCP Limited Eligibility to Bid” list at the time of issuing of a Standing Offer or during the period of the Standing Offer.

5.2.3 Additional Certifications Precedent to Issuance of a Standing Offer

Page 13/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

5.2.3.1 Status of Availability of Resources – Offer

The Offeror certifies that, should it be issued a standing offer as a result of the Request for Standing Offer, every individual proposed in its offer will be available to perform the Work resulting from a call-up against the Standing Offer as required by Canada's representatives and at the time specified in a call-up or agreed to with Canada's representatives. If for reasons beyond its control, the Offeror is unable to provide the services of an individual named in its offer, the Offeror may propose a substitute with similar qualifications and experience. The Offeror must advise the Standing Offer Authority of the reason for the substitution and provide the name, qualifications and experience of the proposed replacement. For the purposes of this clause, only the following reasons will be considered as beyond the control of the Offeror: death, sickness, maternity and parental leave, retirement, resignation, dismissal for cause or termination of an agreement for default. If the Offeror has proposed any individual who is not an employee of the Offeror, the Offeror certifies that it has the permission from that individual to propose his/her services in relation to the Work to be performed and to submit his/her résumé to Canada. The Offeror must, upon request from the Standing Offer Authority, provide a written confirmation, signed by the individual, of the permission given to the Offeror and of his/her availability.

5.2.3.2 SACC Manual clause M3021T Education and Experience

5.2.3.3 Controlled Goods Program- Bid

1. As the resulting contract will require the production of or access to controlled goods that are subject to the Defence Production Act, R.S. 1985, c. D-1, bidders are advised that within Canada only persons who are registered, exempt or excluded under the Controlled Goods Program (CGP) are lawfully entitled to examine, possess or transfer controlled goods. Details on how to register under the CGP are available at: Controlled Goods Program and registration is carried out as follows: a. When the bid solicitation includes controlled goods information or technology, the Bidder must be registered, exempt or excluded under the CGP before receiving the bid solicitation. Requests for technical data packages or specifications related to controlled goods should be made in writing to the Contracting Authority identified in the bid solicitation and must contain the CGP registration number or written proof of exemption or exclusion of the Bidder and of any other person to whom the Bidder will give access to the controlled goods. b. When the bid solicitation does not include controlled goods information or technology but the resulting contract requires the production of or access to controlled goods, the successful Bidder and any subcontractor who will be producing or accessing controlled goods must be registered, exempt or excluded under the CGP before examining, possessing or transferring controlled goods. c. When the successful Bidder and any subcontractor proposed to examine, possess or transfer controlled goods are not registered, exempt or excluded under the CGP at time of contract award, the successful Bidder and any subcontractor must, within seven (7) working days from receipt of written notification of contract award, ensure that the required application(s) for registration or exemption are submitted to the CGP. No examination, possession or transfer of controlled goods must be performed until the successful Bidder has provided proof, satisfactory to the Contracting Authority, that the successful Bidder and any subcontractor are registered, exempt, or excluded under the CGP.

Failure to provide proof, satisfactory to the Contracting Authority, that the successful Bidder and any subcontractor are registered, exempt or excluded under the CGP, within thirty (30) days from receipt of written notification of contract award, will be considered a default under the resulting contract except to the extent that Canada is responsible for the failure due to delay in processing the application.

Page 14/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

2. Bidders are advised that all information on the Application for Registration (or exemption) Form will be verified and errors or inaccuracies may cause significant delays and/or result in denial of registration or exemption.

Page 15/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

PART 6 - SECURITY, FINANCIAL AND INSURANCE REQUIREMENTS

6.1 Insurance Requirements - Proof of Availability - Prior to issuance of a Standing Offer

The Offeror must provide a letter from an insurance broker or an insurance company licensed to operate in Canada stating that the Offeror, if issued a standing offer as a result of the request for standing offer, can be insured in accordance with the Insurance Requirements specified in Annex D. If the information is not provided in the offer, the Standing Offer Authority will so inform the Offeror and provide the Offeror with a time frame within which to meet the requirement. Failure to comply with the request of the Standing Offer Authority and meet the requirement within that time period will render the offer non-responsive.

Page 16/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

PART 7 - STANDING OFFER AND RESULTING CONTRACT CLAUSES

A. STANDING OFFER 7.1 Offer

7.1.1 The Offeror offers to fulfill the requirement in accordance with the Statement of Work at Annex "A".

7.2 Security Requirements

7.2.1 There is no security requirement applicable to the Standing Offer.

7.3 Standard Clauses and Conditions

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

7.3.1 General Conditions

2005 (2017-06-21) General Conditions - Standing Offers - Goods or Services, apply to and form part of the Standing Offer.

7.3.2 Standing Offers Reporting (Refer to Annex “C” attached)

The Offeror must compile and maintain records on its provision of goods, services or both to the federal government under contracts resulting from the Standing Offer. This data must include all purchases, including those paid for by a Government of Canada Acquisition Card. The Offeror must provide this data in accordance with the reporting requirements detailed in Annex “C". If some data is not available, the reason must be indicated. If no goods or services are provided during a given period, the Offeror must still provide a "nil" report. The data must be submitted on a quarterly basis to the Standing Offer Authority. An example of the quarterly reporting periods are defined as follows:

x 1st quarter: April 1 to June 30; x 2nd quarter: July 1 to September 30; x 3rd quarter: October 1 to December 31; x 4th quarter: January 1 to March 31.

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

7.4 Term of Standing Offer

7.4.1 Period of the Standing Offer (Will be completed upon issuance of Standing Offer)

The period for making call-ups against the Standing Offer is from ______to ______.

7.4.2 Extension of Standing Offer

Page 17/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

If the Standing Offer is authorized for use beyond the initial period, the Offeror offers to extend its offer for an additional 12 month period, from _____ to _____ under the same conditions and at the rates or prices specified in the Standing Offer, or at the rates or prices calculated in accordance with the formula specified in the Standing Offer. The Offeror will be advised of the decision to authorize the use of the Standing Offer for an extended period by the Standing Offer Authority 90 days before the expiry date of the Standing Offer. A revision to the Standing Offer will be issued by the Standing Offer Authority. . 7.5 Authorities

7.5.1 Standing Offer Authority

The Standing Offer Authority is:

Nom : Luc Brunet Titre : Spécialiste de l'approvisionnement Travaux publics et Services gouvernementaux Canada Direction générale des approvisionnements Adresse : Place Bonaventure, 1e étage 800 rue de la Gauchetière Ouest, Bureau 1110 Montréal (Québec) H5A 1L6 Téléphone : 514- 496-3370 Télécopieur : 514- 496-3822 Courriel : [email protected]

The Standing Offer Authority is responsible for the establishment of the Standing Offer, its administration and its revision, if applicable. Upon the making of a call-up, as Contracting Authority, he is responsible for any contractual issues relating to individual call-ups made against the Standing Offer by any Identified User.

7.5.2 Project Authority

The Project Authority for the Standing Offer is identified in the call-up against the Standing Offer.

The Project Authority is the representative of the department or agency for whom the Work will be carried out pursuant to a call-up against the Standing Offer and is responsible for all the technical content of the Work under the resulting Contract.

7.5.3 Technical Authority (Will be completed upon issuance of Standing Offer) The Technical Authority for the Contract is: Name: ______Title: ______Organization: ______Address: ______Telephone: ___-___-____ Facsimile: ___-___-____ E-mail: ______. The Technical Authority named above is the representative of the department or agency for whom the Work is being carried out under the Contract and is responsible for all matters concerning the technical content of

Page 18/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

the Work under the Contract. Technical matters may be discussed with the Technical Authority, however the Technical Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of the Work can only be made through a contract amendment issued by the Contracting Authority.

7.5.4 Offeror's Representative (Will be completed upon issuance of Standing Offer)

Name: ______Title: ______Organization: ______PBN:______Address: ______

Telephone: ____- _____-______Facsimile: _____- ______-______E-mail address: ______

7.6 Proactive Disclosure of Contracts with Former Public Servants

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

7.7 Identified Users

The Identified User authorized to make call-ups against the Standing Offer is:

The Department of National Defence and the Canadian Armed Forces

7.8 Call-up Instrument

The Work will be authorized or confirmed by the Identified User(s) using the duly completed forms or their equivalents as identified in paragraphs 1 and 2 below, or by using Canada acquisition cards (Visa or MasterCard or payment card issued by ARI Financial Services Inc.) for low dollar value requirements. 1. Call-ups must be made by Identified Users' authorized representatives under the Standing Offer and must be for goods or services or combination of goods and services included in the Standing Offer at the prices and in accordance with the terms and conditions specified in the Standing Offer. 2. Any of the following forms could be used which are available through PWGSC Forms Catalogue website: x PWGSC-TPSGC 942 Call-up Against a Standing Offer x PWGSC-TPGSC 942-2 Call-up Against a Standing Offer - Multiple Delivery x PWGSC-TPSGC 944 Call-up Against Multiple Standing Offers (English version) x PWGSC-TPSGC 945 Commande subséquente à plusieurs offres à commandes (French version) or

3. An equivalent form or electronic call-up document which contains at a minimum the following information: x standing offer number; x statement that incorporates the terms and conditions of the Standing Offer; x description and unit price for each line item; x total value of the call-up; x point of delivery;

Page 19/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

x confirmation that funds are available under section 32 of the Financial Administration Act; x confirmation that the user is an Identified User under the Standing Offer with authority to enter into a contract.

7.9 Limitation of Call-ups

Individual call-ups against the Standing Offer must not exceed $40,000.00 (Applicable Taxes included).

7.10 Financial Limitation (Will be completed upon issuance of Standing Offer) The total cost to Canada resulting from call ups against the Standing Offer must not exceed the sum of $_____ (Applicable Taxes excluded) unless otherwise authorized in writing by the Standing Offer Authority. The Offeror must not perform any work or services or supply any articles in response to call ups which would cause the total cost to Canada to exceed the said sum, unless an increase is so authorized. The Offeror must notify the Standing Offer Authority as to the adequacy of this sum when 75 percent of this amount has been committed, or 3 months before the expiry date of the Standing Offer, whichever comes first. However, if at any time, the Offeror considers that the said sum may be exceeded, the Offeror must promptly notify the Standing Offer Authority.

7.11 Priority of Documents

If there is a discrepancy between the wording of any documents that appear on the list, the wording of the document that first appears on the list has priority over the wording of any document that subsequently appears on the list. a) the call up against the Standing Offer, including any annexes; b) the articles of the Standing Offer; c) the general conditions 2005 (2017-06-21), General Conditions - Standing Offers - Goods or Services d) the general conditions 2010C (2016-04-04), General Conditions - Services (Medium Complexity) apply to and form part of the Contract. e) Annex A, Statement of Work; f) Annex B, Basis of Payment; g) Annex C, Quarterly Call-Up Reports h) Annex D, Insurance Requirements; i) the Offeror's offer dated ______

7.12 Certifications and Additional Information

7.12.1 Compliance

Unless specified otherwise, the continuous compliance with the certifications provided by the Offeror with its offer or precedent to issuance of the Standing Offer (SO), and the ongoing cooperation in providing additional information are conditions of issuance of the SO and failure to comply will constitute the Offeror in default. Certifications are subject to verification by Canada during the entire period of the SO and of any resulting contract that would continue beyond the period of the SO.

7.12.2 SACC Manual Clauses M3020C (2016-01-28) Statut et disponibilité du personnel - offre à commandes

7.13 Applicable Laws (Will be completed upon issuance of Standing Offer)

Page 20/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

The Standing Offer and any contract resulting from the Standing Offer must be interpreted and governed, and the relations between the parties determined, by the laws in force in ______

Page 21/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

B. RESULTING CONTRACT CLAUSES

The following clauses and conditions apply to and form part of any contract resulting from a call-up against the Standing Offer.

7.1 Statement of Work

The Contractor must perform the Work described in the call-up against the Standing Offer.

7.2 Standard Clauses and Conditions

7.2.1 General Conditions

2010C (2016-04-04), General Conditions - Services (Medium Complexity) apply to and form part of the Contract.

Section 13, Interest on Overdue Accounts, of 2010C (2016-04-04), General Conditions - Services (Medium Complexity) will not apply to payments made by credit cards.

7.3 Term of Contract

7.3.1 Delivery Date

Delivery must be completed in accordance with the call-up against the Standing Offer.

7.4 Proactive Disclosure of Contracts with Former Public Servants

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

7.5 Payment

7.5.1 Basis of Payment

The contractor will be paid in accordance with firm unit prices and rates in the Basis of Payment at Annex "B".

7.5.2 Clauses du Guide des CCUA H1000C (2008-05-12), Paiement unique

7.5.3 Clauses du Guide des CCUA C2000C (2007-11-30), Taxes - entrepreneur établi à l'étranger

7.5.4 Electronic Payment of Invoices – Call-up

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

Payment card issued by ARI Financial Services Inc and:

a. Visa Acquisition Card; b. MasterCard Acquisition Card; c. Direct Deposit (Domestic and International); d. Electronic Data Interchange (EDI).

Page 22/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

7.6 Invoicing Instructions

1. The Contractor must submit invoices in accordance with the section entitled "Invoice Submission" of the general conditions. Invoices cannot be submitted until all work identified in the invoice is completed. Each invoice must be supported by: a. a copy of time sheets to support the time claimed; b. a copy of invoices for parts indicating adjustment according to applicable rate of markup or discount and according to the most recent manufacturer’s suggested retail price list; c. a copy of the release document and any other documents as specified in the Contract;

2. Invoices must be distributed as follows: a. The original and one (1) copy must be forwarded to the address shown on page 1 of the Contract for certification and payment. b. One (1) copy must be forwarded to the Contracting Authority identified under the section entitled "Authorities" of the Contract.

7.7 Insurance Requirements The Contractor must comply with the insurance requirements specified in Annex D. The Contractor must maintain the required insurance coverage for the duration of the Contract. Compliance with the insurance requirements does not release the Contractor from or reduce its liability under the Contract. The Contractor is responsible for deciding if additional insurance coverage is necessary to fulfill its obligation under the Contract and to ensure compliance with any applicable law. Any additional insurance coverage is at the Contractor's expense, and for its own benefit and protection. The Contractor must forward to the Contracting Authority within ten (10) days after the date of award of the Contract, a Certificate of Insurance evidencing the insurance coverage and confirming that the insurance policy complying with the requirements is in force. For Canadian-based Contractors, coverage must be placed with an Insurer licensed to carry out business in Canada, however, for Foreign-based Contractors, coverage must be placed with an Insurer with an A.M. Best Rating no less than “A-”. The Contractor must, if requested by the Contracting Authority, forward to Canada a certified true copy of all applicable insurance policies.

7.8 SACC Manual Clauses

Refer to SACC Section Date

A1009C Work Site Access (2008-05-12) A2000C Foreign Nationals (Canadian Contractor) (2006-06-16) A2001C Foreign Nationals (Foreign Contractor) (2006-06-16) A9131C Controlled Goods Program – Contract (2014-11-27) B4019C United States Military Specifications and Standards (2015-02-25) B4060C Controlled Goods (2011-05-16) B6802C Government Property (2007-11-30) B7500C Excess Goods (2006-06-16) D0018C Delivery and Unloading (2007-11-30) D2001C Labelling (2007-11-30) D3010C Delivery of Dangerous Goods/Hazardous Products (2016-01-28) D3015C Dangerous Goods / Hazardous Products – Labelling and Packaging Compliance (2014-09-25) M3800C Estimates (2006-08-15)

Page 23/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

ANNEX A: STATEMENT OF WORK

1. PURPOSE

1.1. The purpose of this document is to provide the general and specific requirements relating to the performance of inspection, maintenance and repair work on Chevrolet military vehicles. 1.2. The work is to be performed for the Department of National Defence (DND). Vehicles will be delivered by DND personnel from the locations listed in Annex B. 1.3. The work is to be performed on request and on an as-needed basis only, and is described in the sections that follow.

2. VEHICLES

2.1. The vehicles herein referred to include, but are not limited to, General Motors (GM) Chevrolet Silverados and GMC Sierras, modified for military use.

3. ORIGINATING LOCATION OF VEHICLES

See list of addresses in Annex B.

4. DESCRIPTION OF WORK

The contractor will provide qualified labour to: 4.1. Inspect, maintain and repair mechanical, electrical and electronic components, and provide genuine and/or specific replacement parts for the military vehicles in question; 4.2. Carry out mechanical repairs of accident damage;

The following body and paint work is required for Region 1 – and Valcartier only (see Appendix B, attached, for a description of work).

4.3. Carry out body repair and painting during regular working hours in accordance with the description of work in Appendix B; 4.4. Repair motor vehicle bodies (including sandblasting, welding, body work and fibreglass work); 4.5. Paint accident-damaged motor vehicle bodies. 4.6. Materials and paint for this work will be supplied by DND.

5. MAINTENANCE SERVICE CALLS

The contractor will be available to receive vehicles for inspection, maintenance and repair within 48 hours of receiving a telephone call from the designated DND representative or at a time agreed upon with the representative, as applicable.

Page 24/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

6. TRANSPORT

6.1 Vehicles will be transported by DND to and from the contractor’s designated place of business. 6.2 When requested by DND, a shuttle service (ride service) must be provided to the originating location (see the address list in Annex B).

7. RECEIPT OF VEHICLE

7.1 Upon receipt of each vehicle, the contractor will complete a delivery voucher, and provide the DND driver with a copy.

8. STORAGE 8.1. The contractor assumes full responsibility for all vehicles received while they are at the contractor’s place of business (garage, warehouse and so on). 8.2. Outside regular business hours, the contractor will store all military vehicles in a secure outdoor storage area with controlled access: i.e., in a fenced-in area adjacent to the contractor’s place of business, ideally equipped with appropriate lighting that is on day and night, or inside a locked building.

9. MAINTENANCE INSPECTION

Within 24 hours of the receipt of a vehicle, the contractor will:

9.1. Complete an inspection and fill out a service report with appropriate recommendations, in accordance with the 55-item checklist provided in Appendix A, attached; 9.2. Send the completed inspection report to the designated DND representative with a detailed estimate of the hours of work and spare parts required to make the recommended repairs; the estimate is to be within 15% of the final actual total cost.

Note: The cost of inspection, verification and repair work includes shop supplies. No additional costs will be authorized.

10. AUTHORIZATION OF WORK

10.1. It is understood that the DND representative has the prerogative to contest the contractor’s estimate or negotiate the estimated number of hours, or refuse outright to entrust the performance of specific work to the contractor. 10.2. Acceptance of the contractor’s offer (detailed estimate), if applicable, must be confirmed in writing through an order form (the contract) produced and signed by the designated DND representative. A unique reference number, assigned to indicate that the work is authorized, must appear on the order form.

Page 25/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

11. REGULAR MAINTENANCE INSPECTIONS AND CHECKS

Inspection and/or verification of routine maintenance work on vehicles systematically includes an oil change and cleaning and lubrication of the front and rear brakes.

12. REPAIRS

12.1. After receiving the signed order from the designated DND representative, the contractor must perform the specified repairs within the established timeframe. It is understood that the work schedule is dependent on factors such as parts availability. The completion date of the work will be determined by designated representatives of the contractor and DND. The contractor commits implicitly to meeting the deadline set by the parties.

13. AMENDMENTS

13.1. If, while completing previously agreed-upon work, the contractor discovers that unforeseen work or additional parts not included in the initial estimate are needed, the contractor must immediately notify the DND representative, provide a detailed estimate of the cost of the work and obtaimust written approval before supplying the additional goods and services required. 13.2. Amendments to the initial order must be prepared in writing and signed by the designated DND representative to confirm approval of subsequent additions.

14. PAYMENTS

14.1. Payment for goods and services supplied by the contractor to the satisfaction of DND must be made by means of a payment card issued by ARI Financial Services Inc. 14.2. Within 5 days following the completion of work, the contractor must submit to the designated DND representative, at the specified address, a detailed invoice for the goods and services supplied. The invoice must include the order reference number and break down the costs of labour, parts and products supplied, the applicable discount or mark-up, as the case may be, goods and services tax (GST) and Quebec provincial sales tax (QST).

15. WARRANTY

15.1. The contractor must offer a limited warranty, parts and labour included, for work done on vehicles, and it will be valid for a period to be specified by the contractor on the Price List provided in Annex B – Basis of payment.

16. MINIMUM GENERAL REQUIREMENTS

16.1. The location where the work is performed is 60 km or 60 minutes’ drive, or less, from one of the addresses in Canada listed in Annex B. A longer trajectory cannot be considered, given the

Page 26/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

additional wear on the vehicles, the use of two vehicles and return travel time for two employees. Moreover, transport of an accident-damaged vehicle will require a tow, which will generate unreasonable additional costs. 16.2. The contractor is an authorized General Motors of Canada dealer; 16.3. The facilities where the work is performed belong to or are leased by the contractor for the entire duration of the agreement; 16.4. The contractor has the duly qualified labour (mechanics and others) and the machinery, tools and equipment needed to perform the required inspections and repairs; 16.5. A certified General Motors of Canada technician with at least two years’ experience is available to perform the work. 16.6. The contractor has access to and the ability to provide original parts and special parts for military vehicles.

The following body and paint work is required for Region 1 – Quebec City and Valcartier only (see Appendix B, attached, for a description of work).

16.7. The contractor must ensure that at least one technician with a certificate in body work (DEP) and at least two years’ experience is available to perform the work (Region 1 only).

It is understood that there will be no minimum guaranteed amount of goods and/or services supplied to DND. Goods and services will be provided upon request and only as required.

17. CONTROLLED GOODS

17.1. Within the meaning of section 35 of the Defence Production Act, controlled goods are goods designed or modified for military or strategic purposes. They consist of ammunition, goods and strategic technologies, including goods covered by the United States International Traffic in Arms Regulations (ITAR). Controlled goods include controlled technology. 17.2. Certain obligations apply to the handling and protection of controlled goods. Canadian firms that intend to bid on a procurement process that includes controlled goods must be registered with the Controlled Goods Directorate (CGD) of Public Works and Government Services Canada (PWGSC). 17.3. Light Utility Vehicles Wheeled (LUVWs) covered by the subsequent contract are not necessarily considered controlled goods, but they are covered with a coating that is a controlled good.

18. WARNING 18.1. The exterior surfaces of the vehicles may have top coats that are resistant to chemical agents. Chemical bonds break down, and toxic substances, including isocyanates and heavy metals, can be released during activities that generate intense heat (approximately 170oC), such as welding, cutting, grinding or sanding. The dust and other materials produced by such activities are considered to be hazardous waste.

Page 27/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

18.2. The above-mentioned work must be performed in a well-ventilated area, and the personnel performing it must wear the appropriate protective clothing and accessories including, but not limited to, waterproof coveralls and gloves, adequate protective goggles and an approved positive- pressure respirator.

19. DND RESPONSIBILITIES

19.1. CARC paint and the necessary primers are supplied by DND. A DND representative is available to answer questions from offerors.

Page 28/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

APPENDIX A TO ANNEX A: MAINTENANCE CHECKLIST AND REPORT

Dealer______Office telephone No. ______Location______

Plate No. ______Serial No. ______Date ______

Model______Year______Kilometrage ______

S - Satisfactory C - Can wait U - Urgent Price (parts Safety/other S C U Comments a and labour) • Seat belts • Spare wheel and jack • Hood catch • Weatherstripping • Windshield washer action • Windshield wiper blades • Level of windshield washer fluid • Condition of windows • Horn Lighting system • Headlights • Front and rear parking and brake lights • Front and rear turn signals • Licence plate • Interior lights Charging system • Condition of right battery • Condition of left battery • Condition of interior battery Transmission • Check fluid level Cooling system • Casings and hoses • Check level and condition of antifreeze

Engine • Check oil • Oil leaks • Engine noise • Engine mounts • Is a tune-up required? Belts • Drive belts

Air conditioning/heating

Page 29/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

• Check operation Tires and wheels L. FRONT/ R. FRONT/ L. REAR/ R. REAR • Tire pressure / / / • Wear / / / • Condition of bearings / / / Price (parts Brake system S C U Comments a and labour) • Brake pads - Front

- Rear • Wear - 25%

-50%

-75%

- To be changed • Parking brake • Master cylinder (fluid level) • Hoses and flow lines Exhaust system • Front pipe • Central pipe • Rear pipe • Mounts and rubber • Recirculation system • Muffler • Resonator

Page 30/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

Steering and suspension • Springs • Shock absorbers - Rear • - Front • Ball joints • Tie rod ends • Relay rod • Idler arm • Pitman arm • Power steering gear box • Steering hoses • Alignment • Gimbals • Sway bar • Check oil level SUB- TOTAL Date:______GST PST Service Adviser:______GRAND TOTAL

Page 31/56 N° de l'invitation - Solicitation No. N° de la modif - Amd. No. Id de l'acheteur - Buyer ID W0130-17B015/A mta060 N° de réf. du client - Client Ref. No. File No. - N° du dossier N° CCC / CCC No./ N° VME - FMS W0130-17-B015 MTA-7-40214

APPENDIX B TO ANNEX A: STATEMENT OF WORK FOR CHEMICAL AGENT RESISTANT COATING SYSTEM

(April 15, 2016 edition)

OPI Martin Janssen, QETE 3-2 QETE Lead Chemist and Technical Authority/LCMM Canadian Army for Organic & Associated Inorganic Protective Coatings Quality Engineering Test Establishment National Defence Headquarters Government of Canada Ottawa ON Canada K1A 0K2 Tel: 819-939-9329 Fax: 819-997-4096

E-Mail: [email protected]

Page 32/56 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

1. Scope

1.1. This document outlines the procedures to be followed and the products to be used in order to paint surfaces of the Canadian Army operational vehicles/equipment with the distinctive exterior permanent matte green colour (FED-STD-595C #34094) and interior permanent gloss white colour (FED- STD-595C #17925) coating systems that provide the corrosion protection, the camouflage, the infra-red and CARC properties required for the protection of the vehicles/equipment and for the protection of the soldier.

2. Acronyms

CARC Chemical Agent Resistant Coating CBRN Chemical, Biological, Radiological and Nuclear FSS Canadian Armed Forces Supply System DGLEPM Director General of Land Equipment Program Management DLR Director Land Requirements DND Department of National Defence CAO Canadian Army Command Order NSN NATO Stock Number PC (Organic and Associated Inorganic) Protective Coatings SOW Statement of Work SSPC Steel Structure Painting Council TA Technical Authority TBD To Be Determined VCDS Vice Chief of the Defence Staff

3. Applicable Documents and Product NSNs

3.1 The following specifications and standards form part of this Statement of Work to the extent specified herein. Copies of these documents are available online from the US Department of Defense web site at http://quicksearch.dla.mil/ or from the Standardization Document Order Desk, 700 Robbins Avenue, Building 4D, Philadelphia, PA 19111-5094.

Specification NSN Description MIL-DTL-53072 N/A Detail Specification Chemical Agent Resistant Coating (CARC) System Application Procedures and Quality Control Inspection DOD-P-15328 8030-00-281-2726 Primer (Wash), Pre-treatment (Formula 117 For Metals) (Metric) (NSN for 1 US Gal size kit) TT-C-490 8030-00-281-2726 Chemical Conversion Coatings and Pretreatments Type III for Ferrous Surfaces (Base for Organic Coatings) (NSN for 1 US Gal size kit) FED-STD-595 N/A US Federal Standard-Colors Used in Government Procurement

Page 33 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

MIL-DTL-53022 8010-01-589-7077 Primer, Epoxy Coating, (Enhanced) Corrosion Type IV Inhibiting, Lead and Chromate Free (NSN for 1.25 US Gal size kit) MIL-DTL-53022 8010-01-610-7329 Primer, Epoxy Coating, (Enhanced) Corrosion Type V Inhibiting, Lead and Chromate Free (NSN for 6X250 ml aerosol can kits) MIL-PRF-32348 8010-01-592-0167 Primer, Powder Coating, Corrosion Inhibiting (NSN Type I Class I with 8010-01-620-2690 for 50 pound bag, colour #26622 or #27875 with a a maximum of 45 maximum Gloss level of 45 Gloss Units as determined Gloss Units at 60° by ASTM D523 at a 60° geometry) ASTM D 523 N/A Standard Test Method for Specular Gloss MIL-PRF-24667 8010-01- TBD Coating System, Non-Skid, for Roll, Spray or Self- Type I, II or IV, 8010-01-397-3806 Adhering Application (NSN for 5 US Gal kit) Composition G MIL-DTL-64159 8010-01-493-3169 Coating, Water Dispersible Aliphatic Polyurethane, Type II 8010-01-493-3170 Chemical Agent Resistant (NSNs are for 0.75 and 3 8010-01-493-3177 US Gal size colour green #34094 and tan #33446) 8010-01-493-3179 MIL-DTL-64159 8010-01-596-7862 Coating, Water Dispersible Aliphatic Polyurethane, Type III 8010-01-596-7859 Chemical Agent Resistant (NSNs are for 30 mL kit 8010-01-644-2659 colour green #34094, for 30 mL kit colour tan #33446 8010-01-596-7855 and for 30 mL kit colour black #37030 respectively) MIL-PRF-22750 8010-01-419-1164 Performance Specification, Coating, Epoxy, High Type II Class H Solids, Interior Use Only (NSN is for 1 US Gal kit Grade B colour white #17925) MIL-PRF-32348 8010-01-605-5413 Primer Powder Coating with no finish coating for Type II Class I interior use only, Chemical Agent Resistant (50 pound bag, colour white #17925) MIL-PRF-32348 TBD Powder Coating Camouflage Chemical Agent Type III Class I Resistant Finish (50 pound bag, colour green #34094) MIL-PRF-32348 TBD Powder Coating Camouflage Chemical Agent Type III Class I Resistant Finish (50 pound bag, colour tan #33446) MIL-PRF-32348 8010-01-610-2410 Powder Topcoat, Ammunition Container Chemical Type IV Class I Agent Resistant Coating (NSN for 50 pound bag, colour green #34079) MIL-PRF-32348 8010-01-610-2413 Powder Topcoat, Ammunition Container Chemical Type IV Class I Agent Resistant Coating (NSN for 50 pound bag, colour Tan #33446) TSP 7930-20-A0H-0013 Tri-Sodium Phosphate (1 pound container) Acetone 6810-21-878-4860 Acetone Technical (1 Liter container)

4. Requirements

4.1 A CARC system shall be applied on the interior and exterior surfaces of the Canadian Army operational vehicles/equipment in conformance with the following descriptions. Page 34 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

4.1.1 Cleaning

4.1.1.1 All parts shall be cleaned immediately before surface preparation. Prior to surface preparation, all surfaces shall be freed of corrosion or soil contaminants such as grease, oil, welding flux, scale, dirt, adhesives or other foreign matter that may interfere with surface preparation, treatment or coating. For this purpose, use a hot alkaline cleaning by immersion, spray or vapour process and/or appropriate organic solvent(s) as per MIL-DTL-53072 (latest edition).

4.1.1.2 Precautions shall be taken to ensure that surfaces remain clean and dry until they are pre-treated, primed and topcoated.

4.1.2 Surface Preparation

4.1.2.1 Heavy metal parts shall be processed by abrasive grit blast to a white metal SSPC-SP-5 surface finish to impart a profile of 38 to 50 microns (1.5 to 2 mils). Lighter delicate metal parts that cannot withstand aggressive grit blasting without warping shall be processed in accordance with paragraph 4.1.2.2. For non-metallic parts surface preparation, perform a uniform scuffing of the surface with a 180 grit abrasive medium. Dust off surfaces.

4.1.2.2 For delicate metal parts surface preparation, perform an abrasive grit blast cleaning to a white metal SSPC-SP-5 surface finish imparting to the substrate a profile of 13 microns. Dust off surfaces.

4.1.3 Surface pre-treatment

4.1.3.1 Metal parts and non-metallic parts surfaces prepared as per paragraph 4.1.2.1 above do not require pre-treatment.

4.1.3.2 Delicate metal part surfaces prepared as per paragraph 4.1.2.2 above shall receive an organic pre-treatment (wash primer) coating meeting the requirements of specification TT-C-490 type III (DOD-P-15328) (latest edition).

4.1.4 Primer

4.1.4.1 A liquid primer coating meeting the requirements of specification MIL-DTL- 53022 Type IV (latest edition), Epoxy Coating, Enhanced Corrosion Protection or a powder primer coating, Corrosion Inhibiting meeting the requirements of specification MIL-PRF-32348 Type I Class I (latest edition) with a maximum Gloss level of 45 Gloss Units as determined by ASTM D523 at a 60° geometry shall be applied to all surfaces that need to be coated. These primers shall be applied to a dry film thickness (DFT) as recommended by the manufacturer technical data sheet or specifically for MIL-DTL-

Page 35 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

53022 Type IV (latest edition) when applied direct to metal (i.e. w/o pre-treatment), a DFT of 50 to 63 microns shall be achieved when measuring the DFT of the primers over the highest peaks of the profile. For interior surfaces see also para 4.1.6.2.ii.

WARNING: Powder primer coatings requiring a cure temperature above 180°C shall not be used on composite materials or parts pre-treated with TT-C- 490 Type III.

4.1.5 Non-skid surface

4.1.5.1 Apply, as per manufacturer’s instructions, a non-skid coating meeting the requirements of specification MIL-PRF-24667 Type I, II, or IV, Composition G, (latest edition) colour #36076 (dark grey) in accordance with FED-STD-595 (latest edition) to surface areas intended as walk-on surfaces.

WARNING: Products qualified to MIL-PRF-24667 Type I, II, or IV, Composition G are applied in a relatively thick coat and contain solvents that will negatively affect the adhesion of the primer MIL-DTL-53022 Type IV if applied too soon i.e. before the primer “Dry Hard” condition has been reached. Therefore, the non-skid product shall be applied no sooner than the dry hard condition of the primer has been reached, and its dry hard condition must be reached within a period of time that will allow for the application of the topcoat within 24 hours of the application of the primer.

4.1.6 Topcoats

4.1.6.1 Exterior surfaces

A liquid polyurethane topcoat meeting the requirements of specification MIL- DTL-64159 Type II (latest edition) or a finish powder coating meeting the requirements of MIL-PRF-32348 Type III Class I, colour #34094 (flat green) as per FED-STD-595 (latest edition) shall be applied to exterior surfaces including exterior walk-on surface areas having non-skid coating.

WARNING: Powder coatings requiring a cure temperature above 180°C shall not be applied over composite materials, MIL-PRF-24667 Type I, II, or IV, Composition G non-skid or MIL-DTL-53022 Type IV epoxy based coatings.

Page 36 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

4.1.6.2 Interior surfaces i. An epoxy topcoat meeting the requirements of specification MIL-PRF- 22750 Type II, Class H, Grade B (latest edition), colour #17925 (gloss white) as per FED-STD-595 (latest edition) shall be applied to interior surfaces including walk-on surface areas with non-skid coating. ii. Powder primers that do not require a finish coating and meeting the requirements of MIL-PRF-32348 Type II Class I (latest edition), colour #17925 (gloss white) as per FED-STD-595 (latest edition) intended for direct to metal in a single application can also be used on interior surfaces.

WARNING: Powder primer coatings requiring a cure temperature above 180°C shall not be applied over composites or MIL-PRF-24667 Type I, II, or IV, Composition G non-skid epoxy based coatings.

4.1.6.3 Interior surfaces of parts that could be directly exposed to chemical agents, such as hatches, ramps and doors, shall be coated as per paragraph 4.1.6.1 above.

WARNING: The topcoats shall not be applied before the “Dry Hard” condition of the non-skid material has been reached and shall be applied within 24 hours after the application of the primer. There shall be no walking on non-skid surfaces for a period of 7 days to allow full cure of the coating system.

4.1.7 Marking and touch-up

4.1.7.1 Marking

4.1.7.1.1 Markings identifying the vehicle/equipment information, the flag, numbering and lettering shall be performed with a touch-up coating kit meeting MIL-DTL-64159 Type III (latest edition) and FED-STD-595 (latest edition) colour #37030 (flat black). Markings shall be applied directly over the CARC system topcoat following its cleaning, if required, with a 2% weight TSP in potable water solution followed by a potable water rinse and then an acetone wipe and dry.

4.1.7.2 Touch-up

4.1.7.2.1 For defects or damages to the CARC system that expose the substrate, the area to be reworked must be cleaned; for this purpose, use a 2% weight TSP in potable water solution followed by a potable water rinse and then an acetone wipe and dry. For

Page 37 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

metallic components, remove rust or corroded metal by sanding using an 80 grit paper or a mechanically driven steel brush (if a steel brush is used, clean the surface again as described above). For composite materials, hand-scuff using a 180 grit paper. Remove sanding dust with a clean dry paint brush and apply a coat of primer meeting the requirements of specification MIL-DTL-53022 Type V (latest edition); feather in with the existing primer. Touch-up of the topcoat shall be performed (at the dry-to-touch condition of the touch-up primer) with a touch-up coating kit meeting MIL-DTL-64159 Type III (latest edition) and FED-STD-595 (latest edition) colour #34094 (flat green); feather in with the existing topcoat.

4.1.7.2.2 For defects or damages to the CARC system that expose the primer, the area to be reworked must be cleaned; for this purpose, use a 2% weight TSP in potable water solution followed by a potable water rinse and then an acetone wipe and dry. Hand-scuff the primer and surrounding topcoat using a 180 grit scuffing paper. Touch- up of the topcoat shall be performed with a touch-up coating kit meeting MIL-DTL-64159 Type III (latest edition) and FED-STD-595 (latest edition) colour #34094 (flat green); feather in with the existing topcoat.

4.2 Selection of materials, mixing and application

4.2.1 Materials used shall be selected from the applicable qualified products list (QPL/QPD) and shall be mixed and applied as per the manufacturer’s Technical Data Sheet (except for MIL-DTL-53022 Type IV (latest edition) DFT when applied direct to metal (see para 4.1.4.1)). The brand name and QPL/QPD number of the materials used shall be reported to the Technical Authority/Project Configuration Manager for CAF configuration, health, and safety purposes after acceptance of First Article Test Report.

4.3 Special measures for equipment manufacturers/painting contractors

4.3.1 In any instance where the CARC system specified herein interferes with the design features of specific components that are key to the operation of the equipment, it is the manufacturer's responsibility to identify and propose a suitable alternative coating system with high chemical agent resistance and corrosion protection properties. The identified alternative coating system, if endorsed by the Canadian Army PC TA, shall be used only upon receiving approval from the Commander Canadian Army (through Chief of Staff Army Strategy) to waive the CBRN hardening policy. The brand name of the approved alternative coating system materials shall be reported to the Technical Authority/Project Configuration Manager for Canadian Army configuration, health and safety purposes.

4.3.2 Deviations from CARC products and application processes identified herein, as well as deviations from the product manufacturer’s Technical Data Sheet, must be reported to the PC TA of the Canadian Army for evaluation and approval.

Page 38 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

5 DND Project Authority responsibilities

5.1 Message CANARMYGEN 005-15 01 01 291300Z APR 15 PP UUU issued under authority of the VCDS establishes applicable paint policies as per CAO 21-04 dated Jun 2014 (DLR/DGLEPM). The CAO indicates that all Canadian Army operational vehicles and equipment shall be painted monochromatic matte green on the exterior and monochromatic gloss white on the interior except for hatches, ramps and doors, which will be painted monochromatic matte green on the inside. Markings shall be painted in matte black.

5.2 Request to waive CAO 21-04 policy for the painting of the Canadian Army equipment must be authorized by the Commander Canadian Army (through DLR). The identification of colours matte beige #33446 and matte green #34079 in this SOW, colours diverging from the Canadian Army standard external coating colour matte green #34094, is for information purposes only.

Page 39 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

ANNEX B: BASIS OF PAYMENT

Region 1 – Quebec City and Valcartier

1. MAINTENANCE INSPECTION/VERIFICATION

o The fixed, lump-sum price for the 55-point inspection of each vehicle in accordance with Appendix A includes an oil change and cleaning and lubrication of the front and rear brakes. o The cost of inspection, verification and repair work for each vehicle includes shop supplies. o The fixed, lump-sum price includes administrative and operating costs, benefits and contractor profit.

2. REPAIRS

o The fixed hourly rate is for qualified labour tasked with repair work during regular business hours.

3. BODY WORK AND PAINTING

o Fixed hourly rate for qualified labour assigned to bodywork repairs, dent removal and painting during regular working hours and in accordance with the description of work and directives in Appendix B.

4. SPARE PARTS

o The contractor will supply genuine GM parts and special military parts at cost according to the most recent manufacturer’s suggested retail price list and adjusted according to applicable rate of markup or discount for that period

5. WARRANTY

o The minimum warranty period authorized for each of the following elements is one year or 365 days. Please enter the warranty period offered, parts and labour included. ƒ Mechanical parts: ______days. ƒ Electrical and electronic parts: ______days. ƒ Body work parts: ______days.

Page 40 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

Prices and Rates Region 1 – Quebec City and Valcartier

Two-year firm period Option period 2018-2019 2019-2020 2020-2021 Estimated TOTAL* A B C quantities/ year (A+B+C) XD = D 1. Fixed prices

for $______/per $______/per $______/per 50 maintenance (1) $______inspection inspection inspection inspections/

inspection/ year verification 2. Hourly rate for $______/ hourly $______/hourly rate $______/ hourly rate 800 hours/ (2) $______repairs rate year 3. Hourly rate for $______/ hourly body work and $______/ hourly rate $______/ hourly rate 100 hours/ (3) $______rate painting year 4. Percentage of

discount or % % % Based on (4) $______mark-up on discount or mark-up discount or mark-up discount or mark-up $100,000 $______$______$______replacement parts

(5) $______TOTAL (1+2+3+4)=

Page 41 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

Estimated numbers and originating location of vehicles Region 1 – Quebec City and Valcartier

Vehicles will come from the following locations:

Estimated number of Region Full address vehicles

Canadian Forces Base (CFB) - Valcartier 5 CANADIAN MECHANIZED BRIGADE GROUP Valcartier 39 P.O. BOX 1000, STATION FORCES COURCELETTE QC G0A 4Z0

DETACHMENT QUEBEC 5 MILITARY POLICE REGIMENT St-Malo 11 ST-MALO INDUSTRIAL CENTRE 1020 VINCENT MASSEY STREET QUEBEC CITY QC G1N 1M8

Page 42 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

ANNEX B: BASIS OF PAYMENT

Region 2 - Trois-Rivières and Shawinigan

1. MAINTENANCE INSPECTION/VERIFICATION

o The fixed, lump-sum price for the 55-point inspection of each vehicle in accordance with Annex A includes an oil change and cleaning and lubrication of the front and rear brakes. o The cost of inspection, verification and repair work for each vehicle includes shop supplies. o The fixed, lump-sum price includes administrative and operating costs, benefits and contractor profit.

2. REPAIRS

o The fixed hourly rate is for qualified labour tasked with repair work during regular business hours.

3. SPARE PARTS

o The contractor will supply genuine GM parts and special military parts at cost according to the most recent manufacturer’s suggested retail price list and adjusted according to applicable rate of markup or discount for that period

4. WARRANTY

o The minimum warranty period authorized for each of the following elements is one year or 365 days. Please enter the warranty period offered, parts and labour included. ƒ Mechanical parts: ______days. ƒ Electrical and electronic parts: ______days. ƒ Bodywork parts: ______days.

Page 43 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

Prices and Rates

Region 2 - Trois-Rivières and Shawinigan

Two-year firm period Option period 2018-2019 2019-2020 2020-2021 Estimated TOTAL* A B C quantities/ year (A+B+C) XD = D 1. Fixed prices for

maintenance $______/per $______/per $______/per 50 (1) $______inspection/ inspection inspection inspection inspections/

verification year 2. Hourly rate for $______/ hourly $______/hourly rate $______/ hourly rate 800 hours/ (2) $______repairs rate year 3. Percentage of % discount or % % discount or mark- Based on (3) $______mark-up on discount or mark-up discount or mark-up up $100,000 $______$______replacement $______parts

(4) $______TOTAL (1+2+3)=

Estimated numbers and originating location of vehicles

Region 2 - Trois-Rivières and Shawinigan

Vehicles will come from the following locations:

Estimated number of Region Full address vehicles 12E RÉGIMENT BLINDÉ DU CANADA Trois-Rivières 6 574, RUE ST-FRANCOIS-XAVIER TROIS-RIVIÈRES QC G9A 1R6 62ND FIELD ARTILLERY REGIMENT Shawinigan 10 3515 ROYAL BOULEVARD SHAWINIGAN QC G9N-4R8

Page 44 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

ANNEX B: BASIS OF PAYMENT

Region 3 – Montreal and South Shore

1. MAINTENANCE INSPECTION/VERIFICATION

o The fixed, lump-sum price for the 55-point inspection of each vehicle in accordance with Appendix A includes an oil change and cleaning and lubrication of the front and rear brakes. o The cost of inspection, verification and repair work for each vehicle includes shop supplies. o The fixed, lump-sum price includes administrative and operating costs, benefits and contractor profit.

2. REPAIRS

o The fixed hourly rate is for qualified labour tasked with repair work during regular business hours.

3. SPARE PARTS

o The contractor will supply genuine GM parts and special military parts at cost according to the most recent manufacturer’s suggested retail price list and adjusted according to applicable rate of markup or discount for that period

4. Shuttle service o Firm all-inclusive unit price per one way trip when requested by DND, a shuttle service (ride service) must be provided to the originating location (see the address list below Region 3 – Montreal and South Shore).

5. WARRANTY

o The minimum warranty period authorized for each of the following elements is one year or 365 days. Please enter the warranty period offered, parts and labour included. ƒ Mechanical parts: ______days. ƒ Electrical and electronic parts: ______days. ƒ Bodywork parts: ______days.

Page 45 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

Prices and Rates Region 3 – Montreal and South Shore

Two-year firm period Option period 2018-2019 2019-2020 2020-2021 Estimated TOTAL* A B C numbers/year D (A+B+C) XD = 1. Fixed prices for maintenance $______/per $______/per $______/per 50 (1) $______inspection/ inspection inspection inspection inspections/year verification 2. Hourly rate for $______/hourly $______/ $______/ 800 (2) $______repairs rate hourly rate hourly rate hours/year 3. Percentage of % % % discount or discount or mark- discount or discount or Based on mark-up on (3) $______up mark-up mark-up $100,000 replacement $______$______$______parts 4. Shuttle service $______/per $______/per $______/per ride 50 rides/year (4) $______ride ride

TOTAL (1+2+3+4)= (5) $______

Page 46 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

Estimated numbers and originating location of vehicles Region 3 – Montreal and South Shore

Vehicles will come from the following locations:

Estimated Region number of Full address vehicles 34 Canadian Brigade Group HQ; 41e Peloton militaire; and Montreal 2 4 Intelligence Company PO Box 4000 Station K Montreal QC H1N 3R9 34e Régiment des transmissions; and The Royal Montreal Regiment Montreal 5 4625, Sainte-Catherine Ouest Westmount QC H3Z 1S4 34 Combat Engineer Regiment Montreal 1 PO Box 4000 Station K Montreal QC J0J 1R0 51e Amb De Campagne Montreal Montreal 3 4895 Rue de Bullion Montreal QC H2T 1Z6 B Watch Montreal 1 2067, Rue de Bleury Montreal QC H3A 2K2 The Canadian Grenadier Guards, Montreal 1 4171, Ave de l’Esplanade Montreal QC H2W 1S9 Les Fusiliers du Mont-Royal Montreal 1 3721, Ave Henri Julien Montreal QC H2W 1S9 2 Field Artillery Regiment, RCA; and The Royal Canadian Hussars Montreal Montreal 4 4185, Ch. Cote-Des-Neiges Montreal QC H3H 1X2 Le régiment de Maisonneuve, Montreal 1 691, Rue Cathcart Montreal QC H3B 1M6 438 Tactical Helicopter Squadron St-Hubert 2 PO Box 100, Station Bureau Richelain QC J0J 1R0 4e Bataillon, R22R Laval 1 2100 Boul Le Carrefour Laval QC H7S 2M7 6e Bataillon, R22R St-Hyacinthe 1 2155 Boul Laframboise St-Hyacinthe QC J2S 4X5

Page 47 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

ANNEX C: QUARTERLY CALL-UP REPORT (EXAMPLE ONLY)

Call-up Report – (example of report) Date - From: September 1st to November 30th No. RISO Date of Date of Delivery Items Price Total Value Order / Quantity

Page 48 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

ANNEX D: INSURANCE REQUIREMENTS

Commercial General Liability Insurance

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

2. The Commercial General Liability policy must include the following: a. Additional Insured: Canada is added as an additional insured, but only with respect to liability arising out of the Contractor's performance of the Contract. The interest of Canada should read as follows: Canada, as represented by Public Works and Government Services Canada. b. Bodily Injury and Property Damage to third parties arising out of the operations of the Contractor. c. Products and Completed Operations: Coverage for bodily injury or property damage arising out of goods or products manufactured, sold, handled, or distributed by the Contractor and/or arising out of operations that have been completed by the Contractor. d. Personal Injury: While not limited to, the coverage must include Violation of Privacy, Libel and Slander, False Arrest, Detention or Imprisonment and Defamation of Character. e. Cross Liability/Separation of Insureds: Without increasing the limit of liability, the policy must protect all insured parties to the full extent of coverage provided. Further, the policy must apply to each Insured in the same manner and to the same extent as if a separate policy had been issued to each. f. Blanket Contractual Liability: The policy must, on a blanket basis or by specific reference to the Contract, extend to assumed liabilities with respect to contractual provisions. g. Employees and, if applicable, Volunteers must be included as Additional Insured. h. Employers' Liability (or confirmation that all employees are covered by Worker's compensation (WSIB) or similar program) i. Broad Form Property Damage including Completed Operations: Expands the Property Damage coverage to include certain losses that would otherwise be excluded by the standard care, custody or control exclusion found in a standard policy. j. Notice of Cancellation: The Insurer will endeavour to provide the Contracting Authority thirty (30) days written notice of policy cancellation. k. If the policy is written on a claims-made basis, coverage must be in place for a period of at least 12 months after the completion or termination of the Contract. l. 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. Sudden and Accidental Pollution Liability (minimum 120 hours): To protect the Contractor for liabilities arising from damages caused by accidental pollution incidents. q. 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: Page 49 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

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

For other provinces and territories, send to:

Senior General Counsel, Civil Litigation Section, Department of Justice 234 Wellington Street, East Tower Ottawa, Ontario K1A 0H8

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

Page 50 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

Garage Automobile Liability Insurance

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

2. The Garage Automobile Liability policy must include the following: a. Third Party Liability - $2,000,000 Minimum Limit per Accident or Occurrence b. Legal Liability for damage to a Customer's Automobile while in the care, custody or control of the Insured including Collision or Upset and Comprehensive Damage (including open lot theft). c. Additional Insured: Canada is added as an additional insured, but only with respect to liability arising out of the Contractor's performance of the Contract. The interest of Canada as additional insured should read as follows: Canada, represented by Public Works and Government Services Canada. d. Notice of Cancellation: The Insurer will endeavour to provide the Contracting Authority thirty (30) days written notice of cancellation. e. 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

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

Page 51 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

Automobile Liability Insurance

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

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

2. The policy must include the following:

a) Third Party Liability - $2,000,000 Minimum Limit per Accident or Occurrence b) Accident Benefits - all jurisdictional statutes c) Uninsured Motorist Protection d) Notice of Cancellation: The Insurer will endeavour to provide the Contracting Authority thirty (30) days written notice of cancellation. e) OPCF/SEF/QEF #3 - Drive Government Automobiles Endorsement f) OPCF/SEF/QEF #6a - Permission to Carry Passengers for Compensation or Hire g) Liability for Physical Damage to Non-owned Automobiles: Ontario OPCF 27 or 27B / Quebec: QEF #27 / Other Provinces: SEF#27 h) OPCF/SEF/NBEF #44 or #44R - Family Protection Endorsement - Private Passenger Vehicles.

Page 52 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

ANNEX E: MANDATORY TECHNICAL EVALUATION CRITERIA

All of the criteria identified below are mandatory. The Offeror must provide the certifications and technical documentation requested with its offer, together with a written explanation of the extent to which the criteria are met. Failure to do so will render the offer non-responsive, and it will not be referred for financial assessment:

1. The Offeror must indicate the location of the facilities where the work will be done. These facilities must be owned or leased by the Offeror for the entire duration of the agreement; x You are therefore requested to provide the following documentation with your offer so that this mandatory criterion can be assessed: A copy of the road vehicle dealer permit bearing the business address and a copy of the general civil liability insurance policy.

2. For the operational reasons stated in paragraph 16.1 of Annex A, the Offeror’s location where the work will be done must be within 60 km or 60 minutes’ drive of one of the addresses listed in Annex B, depending on the region for which the offer is made. x You are therefore requested to provide the following documentation with your offer so that this mandatory criterion can be assessed: Go to the website https://www.google.ca/maps to print and provide the best itinerary between the business address in the documents requested in item 1 and one of the addresses listed in Annex B in the region for which the offer is made. This will be used to calculate the trajectory or itinerary. The itinerary or trajectory proposed by the Offeror must be less than 60 km or less than one hour’s drive.

3. The Offeror must be an authorized General Motors of Canada dealer and must have access to and be able to supply genuine and/or specific replacement parts for the military vehicles in question. x You are therefore requested to provide the following documentation with your offer so that this mandatory criterion can be assessed: A copy of the GM parts and after-sales service dealership contract.

4. The Offeror must have the qualified labour (mechanics and so on) and the devices, tools and equipment needed to perform the required inspection and repair work; x You are therefore requested to provide the following documentation with your offer so that this mandatory criterion can be assessed: A copy of the technicians’ training records specifying the requested information and the GM after-sales service dealer contract that covers specialized GM tools.

5. The Offeror must demonstrate that at least one GM-certified technician with at least two years’ experience will be available to perform the work. x You are therefore requested to provide the following documentation with your offer so that this mandatory criterion can be assessed: A copy of the technicians’ training records specifying the requested information;

Page 53 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

ADDITIONAL MANDATORY TECHNICAL ASSESSMENT CRITERION TO BE MET WHEN AN OFFER IS MADE FOR REGION 1 – QUEBEC CITY AND VALCARTIER ONLY

6. The Offeror must demonstrate that at least one technician with a certificate in body work (DEP) and at least two years’ experience will be available to perform the work (Region 1 only). x You are therefore requested to provide the following documentation with your offer so that this mandatory criterion can be assessed: A copy of the technicians’ training records specifying the requested information;

Page 54 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

ANNEX F: COMPLETE LIST OF OFFEROR’S BOARD OF DIRECTORS

NOTE TO OFFEROR’S

WRITE ALL DIRECTOR’S SURNAMES AND GIVEN NAMES IN BLOCK LETTERS

______

______

______

______

______

______

______

Page 55 of - de 56

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W0130-17B015/A mta060 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W0130-17-B015 MTA-7-40214

ANNEX G: ELECTRONIC PAYMENT INSTRUMENTS to PART 3 OF THE REQUEST FOR STANDING OFFERS

The Offeror accepts to be paid by a payment card issued by ARI Financial Services Inc and any of the following Electronic Payment Instrument(s):

( ) VISA Acquisition Card; ( ) MasterCard Acquisition Card; ( ) Direct Deposit (Domestic and International); ( ) Electronic Data Interchange (EDI);

Page 56 of - de 56