Seismic A & E Services - Europe, Africa, Middle East - Group C

Status Awarded

Contract number n/a

Solicitation number ARL-EAMGRPC-SEISMIC-12054

Publication date

Contract award date


    Description

    This contract was awarded to:

    Adjeleian Allen Rubeli Limited
    The Project:
    	The Department of Foreign Affairs, Trade and Development (DFATD), has a requirement to implement a Seismic Program as a Bureau initiative to assess, and possibly remediate, any DFATD properties abroad that are considered to be at risk in terms of seismic resistance.  The Supply Arrangement (SA) period is for two (2) years with two (2) one (1) year option years.  
    	Scope of Work:
    
    •	PHASE 1 — SEISMIC EVALUATION
    The Consultant shall conduct a Tier 1, screening phase evaluation for all buildings assessed and conduct a full Tier 2 evaluation in accordance with the American Society of Civil Engineers/Structural Engineering Institute 31-03ASCE/SEI 31-03 Standard.  A Tier 1 evaluation is the set of checklists that consists of a rapid analysis of the building’s structural, non-structural, foundation, geological elements, and site conditions.  This evaluation is further defined in the American Society of Civil Engineers/Structural Engineering Institute 31-03 (ASCE/SEI 31-03) Standard.  A Tier 2 Evaluation is the complete analysis of the building that focuses on the deficiencies found in the Tier 1 evaluation. This evaluation is further defined in the ASCE/SEI 31-03 Standard.
    
    •	PHASE 2 — RETROFIT OPTIONS STUDY
    Based on the results of the Phase 1 study, the Consultant will identify the Level of Effort required to perform the work such as structural investigations (both intrusive and non-intrusive), material testing, geotechnical investigations and geophysical investigations, which will be required to produce the retrofit options study.  This will detail the following:  
    1.	Benefits of the additional work for the development of three (3) retrofit options;
    2.	The purpose and methodology of the additional work;
    3.	An estimated schedule to complete the additional work; and
    4.	An overall cost to complete the additional work.
    
    •	PHASE 3 — CONSTRUCTION DOCUMENTS FOR SELECTED RETROFIT OPTION
    During Phase 3, the Consultant shall:
    1.	Prepare tender and construction drawings complete with all construction details and any other specialist works. Designs are to be based on Canadian material and design standards;
    2.	Verify if more stringent local Codes apply and advise the DFATD Representative of these requirements;
    3.	Ensure the technical aspects of the structural design meet local requirements;
    4.	Ensure that the tender and design package meets local code permit and contracting requirements to avoid delays in the delivery of the project;
    5.	Prepare a list of recommended makes for local and imported materials required for the project;
    6.	Prepare a detailed cost estimate of the project;
    7.	Prepare a detailed work schedule for the project; and
    8.	Assist in the tender stage by assisting in the pre-selection of qualified bidders.
    
    •	PHASE 4 — QUALITY ASSURANCE
    During Phase 4, the Consultant shall:
    1.	Assist in the tendering stage by responding to technical questions raised during the tendering process, and providing comment on the pre-qualification submissions of the bidders;
    2.	Review and provide to the DFATD Representative a recommendation for approval or rejection of shop drawings submitted by the General Contractor;
    3.	Provide detailed drawings, sketches, specifications or installation information which may be required by the General Contractor for clarification to ensure proper execution of the work;
    4.	Prepare and submit an estimated schedule for site visits detailing work to be done at each visit;
    5.	Prepare a list of approved materials and makes for local or imported items required for the project;
    6.	Submit to the DFATD Representative in writing for approval, any additional works that the Consultant deems necessary for this stage;
    7.	Answer the General Contractor’s questions pertaining to the project;
    8.	Provide site supervision, including detailed reports of the field review of construction progress and deficiencies;
    9.	Finalize the design as necessary, which shall be submitted to the DFATD Representative for the required Quality Assurance Review (QAR); and
    10.	Deliver a full as-built package including as-built drawings and a letter of substantial completion as per the contract documents.
    	Experience Required:
    
    1.	Proponents must demonstrate they have a minimum of five (5) years of recent experience in A&E consulting accomplishments based on a minimum of five (5) Major Projects.  A Major Project is defined as a successfully completed Class “A” major office building, embassy, or other similar major construction and fit-up projects, with construction and fit-up costs equal to or above $1.5 million CAD.  Studies that pertain to Major Projects as defined above are acceptable, however, only the study must be completed not necessarily the Major Project.  Recent experience is defined as within the last ten (10) years.  Proponents must submit the name of the Project, the location of the Project, the start and completion dates of the Project, the dollar amount of the Project (in CAD), and a brief description of the corporate role in the Project;
    
    2.	Proponents must demonstrate that the proposed Principal (assigned to any resulting Individual Supply Contract) has a minimum of ten (10) years of experience, within the past 15 years, in A&E consulting accomplishments based on a minimum of ten (10) Major Projects. The Principal MUST have been the Principal on the ten (10) Major Projects proposed.  A Major Project is defined as a successfully completed Class “A” major office building, embassy, or other similar major construction and fit-up projects, with construction and fit-up costs equal to or above $1.5 million CAD.  Studies that pertain to Major Projects as defined above are acceptable, however, only the study must be completed not necessarily the Major Project.  The Principal must be licenced to practice in Canada; Proponents must submit the name of the Projects, the location of the Projects, the start and completion dates of the Projects, the dollar amount of the Projects (in CAD), and a brief description of the Principal’s role in the Projects;
    
    Should the proposed Senior Structural Engineer or Architect also be the proposed Principal (assigned to any resulting Individual Supply Contract), the requirements for the Senior Structural Engineer and Architect can be considered a subset of the requirements for the Principal.
    
    3.	Proponents must demonstrate that the proposed Structural, Electrical and Mechanical Engineers (assigned to any resulting Individual Supply Contract), have a minimum of three (3) years’ of recent experience in A&E consulting accomplishments based on a minimum of three (3) Major Projects each.  A Major Project is defined as a successfully completed Class “A” major office building, embassy, or other similar major construction and fit-up projects, with construction and fit-up costs equal to or above $1.5 million CAD.  Studies that pertain to Major Projects as defined above are acceptable, however, only the study must be completed not necessarily the Major Project.  Recent experience is defined as within the last ten (10) years.  Proponents must submit the name of their Projects, the location of the Projects, the start and completion dates of the Projects, the dollar amount of the Projects (in CAD), and a brief description of their role in the Projects; 
    
    4.	Proponents must demonstrate that the Proponent’s team includes professional architects and engineers (Senior Structural Engineer, Geotechnical Engineer, Architect, Mechanical Engineer, Electrical Engineer, AND Site Engineer/Technician) are professionally licensed to work in Canada with expertise in Scope definition, Costing, Scheduling and Quality Control. Proponents must provide proof of the licences should such be requested by the Departmental Representative. 
    
    
    
    	Proponents shall order from BUY & SELL, the Request for Supply Arrangement Proposal documents which include the RFSAP Invitation, A&E Consultant Supply Arrangement, and other documents required to prepare the design and tender documents.
    	Part 1:  Selection Process:
    a.	The Supply Arrangement method of supply is essentially a two Stage procurement process.
    b.	Stage I is the issuance of an RFSAP to Suppliers, and the issuance, following evaluation of the Proposals received in response to the RFSAP in accordance with the terms and conditions of the RFSAP, of one or more SAs to Qualified Supplier(s).
    c.	Once the Qualified Supplier(s) has/have been established and an appropriate Supply Arrangement entered into with the Qualified Supplier(s), Stage II begins through the issuance of separate Individual Supply Contracts, on an as-and-when-requested basis for the required Services in accordance with the  Supply Arrangement and Her Majesty’s procurement policies.  These Individual Supply Contracts form a contractual agreement between Her Majesty and the Qualified Supplier(s) for the Services offered.
    d.	The Supply Arrangement will be available for use upon signature by Her Majesty and will be effective on the same date.  A Supplier will be considered to have been added to the Qualified Suppliers list upon signature of the Supply Arrangement by Her Majesty.  The issuance of a Supply Arrangement does not oblige Her Majesty to issue Individual Supply Contracts for any of the Services described in the SA or to spend any monies whatsoever.  
    
    
    •	In case of discrepancies between this Notice and the Request For Supply Arrangement Proposal document, the latter shall take precedence.
    •	In the case of discrepancies between the English and French versions of the solicitation documents, the English version will take precedence.
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • C219D - Other Architectural and Engineering Services - Real Property
    Contact information

    Contracting organization

    Organization
    Foreign Affairs, Trade And Development (Department Of)
    Address
    125 Sussex Dr
    Ottawa, Ontario, K1A0G2
    Canada
    Contracting authority
    Leach, Brianne
    Phone
    613-952-8735
    Address
    125 Sussex Drive
    Ottawa, ON, K1A 0G2
    CA

    Buying organization(s)

    Organization
    Foreign Affairs, Trade And Development (Department Of)
    Address
    125 Sussex Dr
    Ottawa, Ontario, K1A0G2
    Canada
    Date modified: