Architect Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The 516-21-107 Ehrm Infrastructure Upgrades Construction, Lee County Va Clinic Located In Cape Coral, Fl. project Description:
this Project Shall Construct New Information Technology Fiber Optic Network, Upgrade Hvac Systems And Controls, Security Systems And Patch Panels And Rack Sensors.
this Infrastructure Will Impact The Lee County Healthcare Center, Sebring Community Outpatient Clinic (cboc), And Naples Cboc To Support The Va's
new Electronic Health Record. this Projects Supports The Change From The Cprs Platform To The Ehr Platform To Provide Safe Care, Help With Retrieving And Responding To Information
rapidly And Accurately, Providing Additional Time For Clinical Staff To Provide Consulting With Patients, And Perform Pre-execution Checks Before Administering Or Performing A Treatment Or Procedure. procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid February 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $2,000,000.00 And $5,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 365 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By February 2, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd. Suite 490
independence, Oh 44131 primary Point Of Contact:
amanda Webster
contract Specialist
amanda.webster@va.gov secondary Point Of Contact: bridget May
contracting Officer
bridget.may@va.gov
Government Of New Brunswick Tender
Civil And Construction...+1Civil Works Others
Canada
Closing Date17 Jul 2025
Tender AmountRefer Documents
Details: Division02-existing Conditions Division07-thermal And Moisture Protection ***documents Are Available Through The Construction Association*** Roof Replacement Nb Housing No. 072 Hawkins St., Neville St. Fredericton, Nb Project Number Address All Inquiries To Richard & Co. Architecture Inc. 38 Water Street Saint John, Nb Attention Architecture Michael Richard, Architect 506-633-1361 Mrichard@richardarchitecture.com Site Visit Date & Time July 9, 2025 At 11:00 Am Contact Guy Theriault, Project Coordinator 506-429-3321 Guy.theriault@gnb.ca This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Instructions For Bid Submission 1. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By Email To Constructionbidssoumissions@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission By Email For Important Instructions On How To Submit Bids By Email. 2. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email) Will Not Be Accepted. 3. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 4. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt In The Province's Electronic Mail System. 5. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 6. All Tenders Must Be Ddp (delivery Duty Paid), Per Incoterms 2020 Ddp. The Seller Bears All Costs And Risks Until The Goods Are Delivered To The Buyer At The Named Place Of Destination, Ready For Unloading, And Cleared For Import, Including All Duties And Taxes. 7. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. This Procurement Is Subject To The Procurement Act And Construction Services Regulation. All Bid Submissions Must Be Accompanied By A Security Deposit In The Amount Of Ten Percent (10%) Of The Total Bid Price. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents. Excluded Jurisdictions 1. In Accordance With Section 143.1 Of Regulation 2022-78 Under The Procurement Act, Us Bids For This Solicitation May Be Refused At The Sole Discretion Of The Government Of New Brunswick. Refused Bids Will Not Be Returned And There Will Be No Further Notification To Refused Bidders. 2. For The Purpose Of This Section: 2.1 "us Bid" Means A Bid Submission From: A) A Us Entity, Or B) A Joint Venture, Syndicate, Partnership Or Other Business Combination Or Cooperative Arrangement In Combination With A Us Entity That Is Submitted From A Place Of Business Within The United States Of America. 2.2 "us Entity" Means A) A Business Or Professional Organization, Including Without Limitation A Corporation, Partnership, Joint Venture, Professional Corporation, Limited Liability Company, Sole Proprietorship, Trust Or Association Or Other Commercial Organization, That Is Created, Established, Formed Or Incorporated In Any Jurisdiction In The United States Of America; And B) Any Entity That Is Owned Or Controlled By An Entity Listed In Paragraph 2.2(a); And 2.3 "place Of Business" Means An Establishment Where A Vendor Or Manufacturer Conducts Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. The Province Of New Brunswick Reserves The Right To Waive Minor Non-compliance Where Such Non-compliance Is Not Of A Material Nature In Its Sole And Absolute Discretion, Or To Accept Or Reject In Whole Or In Part Any Or All Bids, With Or Without Giving Notice. Such Minor Non-compliance Will Be Deemed Substantial Compliance And Capable Of Acceptance. The Province Will Be The Sole Judge Of Whether A Bid Is Accepted Or Rejected. Tariffs Price Adjustments Suppliers Should Prepare Bid Submissions Based On Information And Costs Known At The Time Of Submission. If The Price Of Any Goods Included Within This Solicitation Is Affected By New, Previously Undisclosed Tariffs Or Duties Implemented After The Bid Submission Period Has Closed, The Awarded Supplier(s) May Request A Price Increase From The Government Of New Brunswick (gnb) To Offset The Increased Costs (a "tariff Price Adjustment") As Outlined In This Section. Before Requesting A Tariff Price Adjustment From Gnb, Suppliers Should First Seek Refund Or Relief From Applicable Federal And Provincial/territorial Government Applicable Tariff Relief Programs. If The Supplier Is Unable To Obtain Financial Relief Or Support From Federal And/or Provincial/territorial Governments, Suppliers May Request A Tariff Price Adjustment From Gnb For The Affected Goods, After Providing Sufficient Evidence That Financial Relief Or Support Was Denied. Suppliers Must Substantiate Any Tariff Price Adjustment Request With Supporting Information And Documentation Satisfactory To Gnb In Its Sole Discretion, Including But Not Limited To: 1) A Detailed Description Of The Goods On Which A Price Increase Is Sought, The Associated Hs Codes, And The Applicable Tariffs; 2) Detailed Breakdown Of How Tariffs Have Impacted The Supplier's Operations And/or Supply Chain, Including Raw Materials, Production, And Shipping; 3) A Cost Comparison Before And After The Tariffs, Showing How They Directly Impact The Supplier's Pricing, And The Supplier's Plans To Mitigate Cost Pressures; 4) Evidence Demonstrating The Supplier's Inability To Source The Goods Or Substitutes From Non-us Suppliers, Or Other Factors Preventing The Sourcing Of The Goods Or Substitutes From Non-us Suppliers (e.g., Contractual Obligations); And 5) Any Supportive Or Corroborative Information, Such As Communications From The Supplier's Supply Chain Or Logistics Partners, Which Confirms The Impact Of Tariffs On The Supplier's Costs. Requests For Tariff Price Adjustments Should Be Sent To The Contact Person On The Purchase Order Or Contract. Acceptance Of Any Price Increase Is Solely At The Government Of New Brunswick's Discretion, And Subject To Any Conditions Imposed At The Time Of Approval. All Bids Will Be Deemed To Have Been Submitted In Contemplation Of The Above Noted Potential Adjustments To Price. By Submitting A Bid, Each Supplier Acknowledges That The Other Suppliers Who Have Submitted Bids May Obtain A Tariff Price Adjustment In Accordance With The Requirements Noted Above, And Waives Any Claim, Action Or Proceeding Against Gnb Relating To A Tariff Price Adjustment To Any Contract Arising From This Solicitation. This Procurement Is Subject To The Canadian Free Trade Agreement. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Others
United States
Closing Date23 May 2025
Tender AmountRefer Documents
Details: All Information Needed For Interested Parties To Submit. There Is No Separate Rfp Package To Download.
naics Code: 541- Professional, Scientific, And Technical Services; 541330- Architectural. Psc C1nb Architect And Engineering Heating And Cooling Plants. the Department Of Veterans Affairs Medical Center (vamc); Visn 5 Contracting, 200 Veterans Drive, Beckley, Wv 25801 Is Advertising For Architectural/engineering Services To Provide Schematic Design, Lcca, Design Development, Construction/bid Documents, Specifications, Construction Cost Estimates, And Construction Period Services For The Construct Boiler Plant 36c245-25-r-0041 At The Vamc, 200 Veterans Drive, Beckley, Wv 25801. this Acquisition Is A 100% Service-disabled Veteran Owned Small Business (sdvosb) Set-aside. Any Subsequent Award Will Require Firms To Be Registered In System For Award Management (sam) (www.sam.gov) As Well As Https://veterans.certify.sba.gov/ Vets 4212 And Https://web.sba.gov/pro-net/search/dsp_dsbs.cfm Registered/verified Service Disabled Veteran Owned Business. this Is Not A Request For Proposal. This Is A Request For Sf 330's Architect/engineer Qualifications Packages Only. submission Requirements: This Acquisition Is For A/e Services And Is Procured In Accordance With The Brooks Act As Implemented In Subpart 36.6 Of The Federal Acquisition Regulation. Firms Registering For Consideration For Future Federal Ae Projects Are Encouraged To Electronically Submit Sf 330 Part I. Part Ii, General Qualifications, And To Update At Least Annually. To Be Considered For This Contract, Firms Shall Submit Sf330s Electronically. Sf330s To Include Parts I & Ii Are To Be Emailed To Millard.adkins@va.gov, Adobe Pdf Format, Single File, No Larger Than 10mb, And No Zipped Files. Receipt Must Be Confirmed. Sf 330 Are Due No Later Than 3:00 Pm Eastern Standard Time On May 23, 2025. Your Response Shall Be In Accordance With And In The Same Order Of The Evaluation Factors Listed Below. Failure To Follow This Same Format In The Submission Will Result In Rejection Of Sf330. The Sf330 Can Be Found On The Gsa Forms Website Www.gsa.gov. All Questions Are To Be Sent To The Attention Of Millard.adkins@va.gov. No Later Than 2:00 Pm Eastern Standard Time On May 6,2025. Potential Contractors Must Be Registered In Sam (www.sam.gov) And Visible And Certified In Https://veterans.certify.sba.gov/ And Https://web.sba.gov/pro-net/search/dsp_dsbs.cfm (www.va.gov/osdbu) And Vets 4212 At Time Of Submission, And At Time Of Award, Of Their Qualifications In Order To Be Considered For An Award. Additionally, The Submission Must Include An Insert Detailing The Following Information: Sams Uei, Tax Id Number, The Email Address And Phone Number Of The Primary Point Of Contact, Cve, And A Printed Copy Of The Firms Sdvosb Registry. Offerors Shall Provide All Documents Listed And Comply With All Proposal Instructions For Their Proposal To Be Considered Responsive To This Notice. This Review May Eliminate Offerors That Fail To Provide All The Required Information And Documents In The Format And Detail Specified. An Unverified Sdvosbs Will Be Considered Non-responsive As It Is Deficient And Therefore Will Not Be Evaluated. this Is A Service-disabled Veteran Owned Small Business Set Aside. Naics Codes: 541330, Size Standard Is $25.5 Million. This Is Not A Request For Proposal, Nor Will A Solicitation Package Or Bidder/plan Holder List Be Issued. There Are No Solicitation Documents Available. This Procurement Is Subject To The Availability Of Funds. The Government Is Under No Obligation To Award A Contract Because Of This Announcement. the Selected A/e Firm Shall Be In Accordance With Far Part 2.101 Definition Of Architect-engineer Services As Defined In 40 U.s.c. 1102 And Far Part 36.6 To Provide Professional A/e Services For The Project As Required. The Sdvosb Architectural Firm Must Employ The Principal Architect Responsible For Design Of This Project, I.e. And Be Involved Heavily In All Aspects Of The Design, Stamping Drawings Along With The Other Team Disciplines. A/e(s) Signing Drawings Must Be Licensed. The License(s) Are Required At The Time Of An Award To Prospective A/e(s). The Following A/e Disciplines Are Expected To Be Required For This Design Effort: Architecture, Structural, Civil, Mechanical, Plumbing, Electrical, Fire Protection, Industrial Hygiene, Interior Design, Surveyors, Cost Estimators, Certified Physical Security Specialist Or Other Types Of A/e Services As Defined By Far Part 36.6 That May Be Necessary. Upon Award, The Scope May Include, But Is Not Limited To: architect & Engineer (ae) Statement Of Work
project #517-21-806
construct New Boiler Plant table Of Contents part 1 Project Description
a. General
b. Background
c. Scope
d. Schedule
e. Design Within Funding Limitation
f. Basis Of Design part 2 Design Period
a. General
b. Schematic Design (sd)
c. Design Development (dd)
d. Construction Documents (cd)
e. Bid Documents
f. Cost Estimates part 3 Design And Construction Standards
a. General
b. Access To Va Standards
c. Special Provisions For Construction Documents
d. Drawings
e. Specifications part 4 Construction Contract Award Period part 5 Construction Period part 6 Ae Contract Close-out part 7 Certified Independent Third-party Design Reviews (citp)
specific Mandatory Tasks And Associated Deliverables
schedule For Deliverables
changes To Statement Of Work
reporting Requirements
travel
confidentiality And Nondisclosure Part 1 Project Description a. General this Project (nrm) Will Engage An Engineering Firm To Provide A Complete Design For A New Renovation/expansion Of The Becvamc Boiler Plant. the Design Of This Project Will Address, But Not Be Limited To, The Following Items: 1. Provide A Professional Survey And Site Assessment To Identify Feasible Options For A New Boiler Plant Facility That Will Integrate Into The Existing Steam Piping Infrastructure And Campus While Providing Adequate Room Around The Building For Tractor-trailer Deliveries, Employee Parking, And Occasional Crane Work. Engineering Investigative Work Should Include, But Not Limited To Soil Studies, Vibration Studies, Electrical Load Testing, And Any Other Test Or Study Deemed Applicable To Create A Complete And Accurate Design. The A/e Shall Present Three Possible Boiler Plant Options (one Option Shall Be For Renovation/expansion Of Existing Facility; Two Options Will Be For An Entirely New Boiler Plant At A Selected Location On Site) Listing The Pros And Cons Of Each Option That Va Engineering Personnel Will Use To Make A Final Decision. The New Boiler Plant Shall Be Approximately 8,000 Square Feet. 2. Design A New N+1 Boiler Plant Facility That Can Support A Peak Steam Demand During The Coldest Time Period Of The Year. The New Boilers Must Be Capable Of Operating On #2 Fuel Oil And Natural Gas. Peripheral Equipment And Utilities, Such As But Not Limited To, Pumps And Other Vessels, Electrical, Water, And Natural Gas Will Require Replacement Or Modifications To Meet The New Demands. This Project Will Provide All Services Required For Planning And Design Related To Installation, Electrical, Mechanical Work, And Architectural Modifications To Meet The Service Requirements. 3. Design Of A Complete Boiler Blow-down Heat Recovery System, Steam Blanketing, And A Simplified Control System. All Steam Materials (valves, Fittings, Traps, Etc) Specified In All A/e Plumbing Designs Shall Be Forged Steel, Not Cast. 4. Design Shall Include A Study Of The Current Steam System, Consider Future Steam Capacity, And System Pressure Increase Needs As Well. The Review Shall Include The Recommendations For Any Replacement, Repairs And/or Upgrades Required For The Existing Heat Exchanger And Steam Piping Layout In Order To Support The New Boilers. This Report Shall Be Included In The Contract Documents. The A/e Shall Coordinate And Collaborate With Contract Holders Involved In The Steam Line Replacement Project To Ensure Seamless Integration And Execution Of Project Requirements. 5. The A/e Team Members Shall Have Previous Experience In The Design Of Boiler Plant Facilities For A Va Medical Center. A/e Must Provide Documentation Of At Least Three Boiler Plant Facility Designs With References, Names, And Phone Numbers. 6. Design Must Provide All Necessary Structural, Civil, Architectural, Mechanical, Electrical, And Plumbing Trades With Estimates And Drawings That Include Demolition Activities. Provide Documentation, Design, Drafting And Quantity Calculations For The Commissioning Of The Entire Steam-generation System, Not Just The New Boilers. Commissioning Of All Components Of New Or Existing Will Be Accomplished Under A Separate Contract. 7. Design Shall Include Asbestos/lead Survey Report And Include A Remediation Plan In The Contract Documents. In The Development Of A Remediation Plan, The A/e Shall Retain The Services Of A Certified Industrial Hygienist (cih) To Provide Expertise In All Aspects Of Identifying, Assessing, And Making Recommendations Concerning The Management Of Asbestos And/or Lead. 8. A Phasing Plan Is Critical And Should Be Prepared Early To Assure No Negative Impact To The Boiler Plant Operation. Downtime Of Systems Should Be Kept At A Minimum. The Plan Shall Address Provisions For Continuation Of Service During Outages. 9. The A/e Shall Take Into Account Design Requirements To Reduce Operations And Maintenance Costs And Limit Operational Downtime. 10. The A/e Shall Incorporate Field-verified Utility Locations As Part Of Their Design Submittal. 11. Design Shall Be Governed By The Applicable Va And National Codes And Standards. This Includes, But Not Limited To, The Va Steam Generation Systems Design Manual And Va Specification Section 23 21 11 Boiler Plant Piping Systems , 23 52 39 Fire-tube Boilers , Including Start-up And Testing Requirements, And Current Ehrm Requirements As It Pertains To The Inclusion Of It Equipment And Space. 12. The Design Architect/engineering (a/e) Will Hire A Certified Independent Third-party (citp) Safety Professional Or Professional Credential To Provide The Necessary Design Reviews For Compliance With National And Local Codes, Va Regulations And Standards, And Federal And State Regulations (refer To Part 7). 13. Attend All Necessary Project Meetings And Field Inspections. 14. Make Recommendations On The Construction Phasing To Minimize The Impact In Regular Operations Near The Area Including Impact In Utility Shutdowns. A Phasing Plan Is Critical And Should Be Prepared Early To Assure No Negative Impact To The Boiler Plant Operation. Downtime Of Systems Should Be Kept At A Minimum. The Plan Shall Address Provisions For Continuation Of Service During Outages. 15. The A/e Shall Coordinate With The Veterans Administration Central Office (vaco) To Obtain Approval And Certification Of Boiler Design Before Each Submittal. 16. Design Shall Include The Demolition Of All Steam Equipment, Including Peripherals, And Piping Deemed Obsolete As Part Of This Project. Other Utility Components, Such As But Not Limited To, Electrical, Air, And Natural Gas Deemed Obsolete Shall Also Be Included In The Demolition Design. 17. Design Shall Install Facilities That Eliminate A Two-boiler Shutdown Due To A Single Point Of Failure (spof). If A Spof Is Noted And Cannot Be Avoided Due To Feasibility, Safety, Cost, Etc., The Engineering Firm Shall Formally Notify The Va Co/cor Of The Details And Provide A Description Of The Risk Associated With The Item. Va Co/cor Will Evaluate The Risk, With Input From Va National Program Offices, And Provide Approval For Spof If Risk Is Deemed Acceptable. 18. Engineering Firm Is Required To Provide Space And Necessary Utility Tie-ins For An Emergency Rental Boiler As Part Of This Design. 19. Boiler Plant And Its Peripheral Equipment And Buildings Is Required To Have Limited Access, Requiring Badging For Doors And Automatic Gates. 20. Design For Operability - The Design Shall Allow Operating Tasks To Be Conducted In A Safe, Ergonomic, And Efficient Manner. Considerations Include, But Are Not Limited To: provide Access For Mobile Lifting Equipment To Handle Heavy Equipment, Machinery, Etc.
valves Frequently Operated, Critical To Plant Operations, Or Needed To Be Accessed Quickly During Emergency Situations Shall Be Accessible From Grade Or Platform.
valves Located More Than 7 Feet Above Grade Or Platform Level Shall Be Provided With Remote Operating Devices, Such As Chain Operators. Note: Chain Operators Should Not Be Used On Screwed Valves Or Valves Smaller Than 2 .
sample Stations Shall Be Accessible From Grade Or Platform. Supply Lines To Sample Stations Shall Have A Block-bleed-block Valve Arrangement. All Bleeds Shall Discharge To A Safe Location.
gauges, Etc., Shall Be Oriented To Be Visible From Grade, Platform, Or Stairway, Without Observer Having To Assume An Awkward Or Other Hazardous Position.
lifting Lugs Shall Be Provided To Lift Equipment Which Have Weights Exceeding Safe Ergonomic Limits. Lugs Should Be Designed To Support The Required Weight.
in General, Facility Shall Be Ergonomically Designed Such That Is Can Be Operated And Maintained Without Personnel Working In Awkward Or Strained Positions.
a Minimum Headroom Of 7 ½ Feet Shall Be Provided Below All Piping, Cable Tray, Conduit, Etc., In Normal Access Areas.
rotating Equipment Shall Be Provided With Guards To Prevent Personnel From Contacting Rotating Surfaces.
where Insulation Is Not Required On Hot Surfaces, Both Equipment And Piping, For Energy Conservation, Those Surfaces Shall Be Insulated For Personnel Protection If They Are Within Reach Of Normal Access Or Maintenance Areas To An Elevation Of 7 ½ Feet. 21. Design For Maintainability - Engineering Firm Shall Be Responsible For Designing The Facilities In A Manner Which Allows Maintenance/repair Tasks To Be Conducted In A Safe, Ergonomic, And Efficient Manner. Considerations Include, But Are Not Limited To: provide Tool Air Supply Stations Located Strategically Through The Facility.
provide Electrical Outlets Strategically Located Throughout The Facility.
provide Welding Receptacles Near The Ends Of The Boilers.
allow Space For Removal And Replacement Of Equipment, Motors, Etc.
provide Permanent Lifting Davits, Hoists, Etc., Or Handling Of Heavy Equipment. Lifting Devices Must Be Capable Of Adequately Supporting The Required Loads.
provide Access For Preventative/routine Maintenance Activities, Such As Lubrication, Sampling, Thickness Checks, Inspections, Etc.
bypass Lines To Be Located Sufficiently Away From The Bypassed Device (control Valve, Instrument, Etc.) To Permit Maintenance Activities.
removable Panels Or Roll-up Doors (preferred) Should Be Provided On The Building To Facilitate The Installation/removal Of Boiler Units. 22. Other Considerations (include But Are Not Limited To) boiler Turndown Should Be Considered, The Boiler Plant Must Be Able To Operate During Pandemic 100% Outside Air Modes, Meet Winter Demands, And Efficiently Provide For Summer Loads.
va S Preference, Unless The Boiler Plant Is Relocated, Is For The New Control Room To Provide Space For Chiller Plant Monitoring In The Future.
pipe Stress Analysis Shall Be Completed Where Required And Reports/calculations Submitted To The Va For Record.
copies Of All Relief Valve Sizing Records Shall Be Submitted To The Va For Record.
all Piping, Equipment, Instruments, Valves, Etc., Shall Be Labelled In The Field; Numbers Shall Match Those Shown On Project Drawings And Lists.
engineering Firm Is To Provide A Plan For Temporary Steam Supply To The Hospital During Construction If Needed For Selected Design. Steam Supply Shall Meet All Applicable Va Guidelines.
the Engineering Firm Shall Verify And Detail All Utility Moves And Upgrades To Support The Renovation. 23. Planning Must Include A Total Of 10% Deductive Bid Alternates That Will Need To Be Identified And Incorporated As Part Of The Bidding Documents. 24. Project Shall Be Designed And Constructed To Meet All Vha Requirements Including Va Sustainability And Green Energy Initiatives. See Department Of Veterans Affairs Sustainable Design Manual (latest Version) Located At Http://www.cfm.va.gov/til/. all Designs Shall Incorporate All Architectural And Engineering Disciplines Necessary To Provide For A Complete And Functional Design. Designs Shall Be In Accordance With All Applicable Requirements Of Nfpa, Epa, Ansi, Osha, National Plumbing Code, National Electric Code, Ashrae, National Safety Code, Va Specifications, Va Construction Standards, Va Design Handbooks, Etc. And All Applicable Local, State, And Federal Regulations And Standards. The Va Will Provide The A/e With Copies Of Site And System Drawings Per Their Request; However, The Accuracy Of These Drawings Shall Be Field Verified By The A/e And All Consulting Firms As Part Of Investigative Services. It Is The A/e S Responsibility To Determine Existing Conditions And To Base The Design On This Information. The Accuracy Of The Drawings Is Not Guaranteed And Shall Be Used Only For General Information. Actual Conditions Must Be Field Verified By The A/e And All Consulting Firms. All Va Standards, Specifications, Space Planning Criteria, Equipment & Design Guides List And Design Submission Guidelines Can Be Obtained By Accessing The World Wide Web At The Following Address:
http://www.cfm.va.gov/til/
b. Background as The Beckley Vamc Continues To Expand And Grow, And Va Guidelines Are Updated Or Established, The Steam Demand On Our Boiler Plant Keeps Increasing. While The Current Boiler Plant Is Still Functional, The Capacity And Space Are Undersized According To Current Industry Standards. A New/renovated Modern Boiler Plant Is Needed That Will Meet Current Demands Of Today And Be Capable Of Handling The Steam Requirements Of Our Expanding Medical Center. c. General Scope 1. Design A New Boiler Plant Facility That Complies With The N+1 Requirement. The Engineering Firm Shall Review Capacity Needs At Beckley Vamc, Including But Not Limited To, Future Growth And Current Steam Demand Requirements, To Assist In Determining Boiler Plant And Utility Sizing. The New Building/renovation Will Be Located On An Area Of The Campus That Allows The New Piping To Effectively Integrate Into The Existing Steam Distribution System While Providing Ample Room For Tractor Trailer Traffic And Occasional Crane Work. Possible Locations Will Be Identified By The A/e Through A Professional Site Survey And Investigative Engineering Work. 2. Steam Distribution And Condensate Piping Shall Be Evaluated On The Becvamc Campus For Integrity And Sizing And Replaced As Required. The Steam Distribution Layout Through The Facility Should Also Be Reviewed And Remediated As Necessary. A Plan For Future Boiler Plant Expansion, Such As The Addition Of A New Boiler, Will Need To Be Provided To The Va As Part Of The Design Package. 2. Detail The Demolition Work Required To Remove The Steam Generating Equipment In The Existing Boiler Plant. d. Schedule: interim Dates Are Negotiable To Agreement With Ae And Va And Documented Prior To Award. A Timeline Based On Ae Contract Award Of Approximately 480 Calendar Days Is Offered Below. During The Process Of The Work The Contracting Officer (co) And Contracting Officer Representative Will Conduct Periodic Reviews With Ae To Review Progress. Ae Shall Perform The Work Required Within The Limits Of The Following Schedule: predesign Meeting With Va Staff: Day 0
preliminary Study, Survey Mapping And Geotech (sd Or 15%): +80 Days, Day 80
va Review: +50 Days, Day 130
submit 30% Design Development (dd) Review Package: +60 Days, Day 190
va Review: + 50 Days, Day 240
submit 60% Design Development (dd) Review Package: +60 Days, Day 300
va Review: + 50 Days, Day 350
submit 95% Construction Document (cd) Review Package: +60 Days, Day 410
va Legal/technical, Fire/safety/energy Reviews Of 95% Package: +50 Days, Day 460
submit 100% (cd) Package: +20 Days, Day 480 e. Design Within Funding Limitations:
the Design Shall Be Prepared By The A-e To Permit The Award Of A Construction Contract, Using Federal Acquisition Regulation Procedures For The Construction Of The Facilities, At A Cost That Does Not Exceed The Project S Estimated Construction Price Of $27,160,000. The Design Project Must Comply With Vaar 836.606-71, Application Of 6 Percent Architect-engineer Fee Limitation. f. Design Analysis (basis Of Design): provide Design Analysis, In Letter Size Format, Bound Together, And Divided Into Appropriate Sections, To Be Submitted Along With Drawings, Specifications, And Cost Estimate At Each Design Review Submission Required By The Contract. Each Design Analysis Shall Describe In Detail With All Assumptions Identified As Follows: 1. Scope Of Work With Specific Objectives Of The Project. 2. Applicable Federal, State, And Local Regulations, Codes And Standards, With Distinction Made As To Which Reviews, Approvals And Permits Are Required During The Design Stage, And Which Are Required Before, During And After The Construction Stage. 3. Design Calculations For Each Discipline (architectural, Structural, Civil, Mechanical, Electrical, Fire Protection, Etc.), And All Other Relevant Data. This Should Include Process Flow Diagrams (pfd S) Showing Major Equipment, Such As Boilers, Economizers, Pumps, Tanks, Heat Exchangers, Filters, Etc. Pfd Shall Include Heat And Material Balance For The Proposed System. 4. Update The Design Analysis At Each Stage Of Submission And Reflect Changes In The Development Of The Scope Of Work Due To Review Comments, Formal Changes To The Contract, Or Any Other Communication (written Or Oral) Between Va And Ae. part 2 Design Period a. General ae Shall Provide Design Period Services To Include Drawings, Specifications, And Cost Estimate Reflecting Specific Tasks Identified Herein, In Addition To On-site Meetings With Professional And Administrative Staff, Site Investigative Work, Review Of Existing Documents, And Conversations With Maintenance And Operations Staff. Ae Shall Provide Competent Design Period Services Using Staff And Consultants Adequately Knowledgeable Of The Various Subordinate Design Disciplines, Including But Not Limited To Mep, Structural, Fire Protection, Life Safety, And Other Building/utility Systems Required. ae Shall Develop Plans And System Schematics For Actual In-place Components From Va-provided Drawings And From Field Verification On Site. Verify Existing Conditions Affecting Design On Site That May Include Crawling, Use Of Ladders, Selective Disruptive Research (coordinate With Va), And Discussions With Engineering Personnel. Verify All Information Provided By Va On Record Drawings For Critical Dimensions And Components. Ae Shall Consider Adjacent Systems And Components (architectural As Well As Utility Systems) To Avoid Unforeseen Site Condition Change Orders To The Construction Contract. Ae Shall Verify Necessary Building Architectural And Utility System Components To Provide For A Full And Complete Design Of Replacement Architectural Elements And Utility System Components. ae Shall Attend Interim Review Project Meetings On Site With Various Va Staff. Record And Provide Meeting Minutes Within 36 Hours To All Attendees For Review, Comment And Concurrence. Incorporate Appropriate Comments, Finalize The Meeting Minutes And Submit The Final Meeting Minutes Within One Week Of The Meeting. va Is Contracting Design Period Services To Include Schematic Design (sd) Development, Design Development (dd), Construction Documents (cd), And Bid Documents. All Submissions And Related Work For Each Design Phase Shall Conform To The Requirements In This Document And Program Guide (pg)-18-15, Volume C Ae Submission Instructions As Modified In This Document. See The Access To Va Standards Section Of Part 3 For Webpage To Obtain Pg-18-15. accomplish Design Using 1/4" Scale Plans To Provide Enough Area On Plans To Clearly Delineate Required Work. Use Of 1/8" Scale Drawings May Be Utilized For Hazardous Materials, Phasing, Floor Pattern, Finish Patterns, Life Safety And Fire Protection. provide A Cost Estimate For Each Design Review Meeting, Subject To Ae Development As Design Progresses. the A/e Shall Coordinate With The Veterans Administration Central Office (vaco) To Obtain Approval And Certification Of Boiler Design Before Each Submittal. note: There Is A 6% Ae Limitation Imposed By Law For The Preparation Of Contract Drawings And Specifications Per 48 Cfr, Chapter 8, Part 836.606.71. b. Schematic Design (sd) schematic Design Reflect The Basic Work Required To Define The Design Scope Of The Project; Includes Options And What-if Scenarios That Allow Va To Consider Potential Options For Final Design; And Ensures Arrangement Of Space Complements The Design Scope As Opposed To Contradicting The Design Scope. They May Consist Of 3d Sketches To Assist Professional Management Staff In Realizing The Layout. schematic Designs Vary To Meet The Specific Design Scope Of The Project. An Architectural Renovation May Have A Few Potential Designs Represented Schematically As Concepts Of Patient/staff Flow Of People, Materials, Etc. Being Considered, But May Not Provide Alternatives For Utility Systems Until Later Discussions, Whereas An Infrastructure Project Renovating And/or Replacing Utility Systems May Have A Few Potential Schematic Designs Representing The Types Of Systems Available And Their Application Towards The Specific Project. Ae Shall Submit The Following In A Single Package And At One Time Per Date Identified In Contract Special Provisions: sd Submittal Package (pg-18-15 Volume C Requirements As Modified By This Document)
assembled Minutes Of Meetings For Work Up To Sd Submission
completed Ae Review Checklist For Each Applicable Design Discipline schematic Comments Returned By Va To Ae With:
general Comments
drawing Comments
specifications Comments predesign Meeting/kick-off To Be Held On Site At Beckley Vamc, With Engineering Firm Staff. It Is Assumed The Engineering Firm Shall Attend The Kick-off And Perform Investigative Services In One Trip. Recommend One Team Site Visit (7 Personnel For 7 Days). 15% Review - To Be Held On Site At Beckley Vamc, With Engineering Firm Staff. Recommend One Team Site Visit (7 Personnel For 2 Days). c. Design Development (dd) design Development Includes Initial Work Of Ae Required To Represent The Project As A Set Of Drawings Conveying The Major Intent Of The Project Work. At This Stage Of Project Design, The Physical Layout Of The New Work Should Be Shown. Ae Shall Submit The Following In A Single Package And At One Time Per Date Identified In Contract Special Provisions: dd Submittal Package (pg-18-15 Volume C Requirements As Modified By This Document)
assembled Minutes Of Meetings For Work Up To Dd Submission
completed Ae Review Checklist For Each Applicable Design Discipline
each Stage Of Design Development Should Also Include/update:
process And Instrumentation Diagrams (p&id S).
piping Line List, Showing Line Number, Originating P&id Drawing Number, Start And End Location (based On Direction Of Flow), Size, Schedule, Service, Phase, Material Of Construction, Design Pressure And Temperature, Operating Pressure And Temperature, Insulation Type, Insulation Thickness, Heat Tracing Type And Maintain Temperature, Pipe Stress Required, Test Type And Pressure, And Special Notes (post Weld Heat Treatment, Pickling, Etc.).
equipment List, Showing Equipment Number, P&id Drawing Number, Equipment Type (i.e., Compressor, Pump, Pressure Vessel, Etc.), Equipment Size, Equipment Capacity, Recommended Material Of Construction, Operating Pressure And Temperature, Design Pressure And Temperature, And Special Requirements. Motors Should Be Listed Separately And Have Their Own Equipment Number.
instrumentation And Control List, Showing Instrument Tag Number, P&id Drawing Number, Instrument Type (level Switch, Level Transmitter, Pressure Gauge, Pressure Transmitter, Conductivity Meter, Etc.), Associated Line Or Equipment Number, Range, Size, Material Of Construction, And Special Notes. Control Valves Are To Be Included On The Instrumentation And Control List.
valve List, Showing Valve Number, P&id Drawing Number, Valve Type, Valve Size, Service, And Material Of Construction. Control Valves Are Excluded From The Valve List.
tie-point List, Including Tie-point Number, P&id Drawing Number, Connection From And To Number, Service, Insulation Type, Heat Tracing, Connection Type, Connection Size, Schedule, And Special Notes.
electrical Area Classification Drawings. dd Review Comments Returned By Va To Ae With: general Comments
drawing Comments
specifications Comments
one Set Of Ae Dd Drawings With Using Service(s) Approval Signatures
estimate Comments
notes For Specification Details For Potential Sole Source Items Such As Johnson Controls, Ge Est3. 30% Review - To Be Held On Site At Beckley Vamc, With Engineering Firm Staff. Recommend One Team Site Visit (7 Personnel For 2 Days). 60% Review - To Be Held On Site At Beckley Vamc, With Engineering Firm Staff. Recommend One Team Site Visit (3 Personnel For 2 Days). 95% Review - To Be Held On Site At Beckley Vamc, With Engineering Firm Staff. Recommend One Team Site Visit (3 Personnel For 2 Days). d. Construction Documents (cd) construction Documents Submission Shall Combine Updates Of All Earlier Sets Of Specifications And Drawings And Any Other Relevant Project Information (meetings, Other Discussions, Etc) Making Up A Complete Set Of Project Documents. The Quality Of And Level Of Detail Of The Cd Submission Should Be Such That No Further Or Minimal Changes Are Needed. The Cd Submission Shall Incorporate All Changes Needed From Earlier Reviews And That A Quick Review Shall Show All Information Is Presented In Clear And Concise Format. Discussion Of Contractor Staging/parking/exterior Space Usage, Management Of Phasing Activities Such As Control Of Dust And Debris (infection Control), Etc. Shall Occur During Development Of The Cd Submission. Ae Shall Submit The Following In A Single Package And At One Time Per Date Identified In Contract Special Provisions: cd Submittal Package (pg-18-15 Volume C Requirements As Modified By This Document)
assembled Minutes Of Meetings For Work Up To Cd Submission
completed Ae Review Checklist For Each Applicable Design Discipline
include Summary Of Staff Participating In Final Drawing And Specification Quality Review And Date When Check Set Review Was Completed.
include Additional Documents Outlined In Design Development, Such As P&ids, Lists, And Electrical Area Classification Drawings. cd Review Comments Returned By Va To Ae With: general Comments
drawing Comments
specifications Comments
one Set Of Ae Cd Drawings With Using Service(s) Approval Signatures
estimate Comments
electronic Formats Of Va Specifications 01 00 00, 01 33 23 And Any Others Required Edited Specifically For The Project
electronic Drawing Showing Project Staging Area On Va Site Plan For Ae To Include In Drawing Package At Final Submission. e. Bid Documents bid Documents Are A Complete Bound Specifications And Drawings And Electronic Media. Required Quantities Are Indicated Below. ae Provided Project Checklists: Ae Shall Provide A Checklist Of All Submittals, Certifications, Tests, And Inspections Required Per Drawing And Specification Section. This Checklist Will Show All Products Requiring Submittals In The Form Of Shop Drawings, Data Sheets, Manufacturer Cut Sheets, Etc. As Well As All Other Items Shown As Required Submittal Items Including, But Not Limited To, Reports, System Evaluations, Testing, Operating And Maintenance Manuals, Etc. submission Requirements: Ae Shall Date All Material And Present The Designs On Va Standard Size Drawings That Are Appropriately Labeled, 100% Construction Documents Above Or Beside The Va Standard Drawing Title Block. provide 2 Sets Of Complete Hard-bound Technical Specifications, 2 Sets Of Full Scale Drawings, Two Sets Of Half Scale Drawings, 2 Checklist, 2 Cost Estimate To Va Engineering. provide 100% Drawings For Bidding And Construction Period Use By Va In .pdf Electronic Format. The Drawings Shall Be Combined Into Va Approved Named Files (not Ae Identified Project Numbers), Generally No Greater Than 5-6mb Size. A Share-point Site Or Email With Hyperlink Click And Download Such As Newforma Is Encouraged For Ease Of Transfer. provide 100% Specifications For Bidding And Construction Period Use In Electronic Microsoft Word. The Various Specification Sections Shall Be Combined To Form One Complete Document In Va Approved Named Files (not Ae Identified Project Numbers), Generally No Greater Than 5-6 Mb File Size. A Share-point Site, Or Email With Hyperlink Click And Download Such As Newforma Is Encouraged For Ease Of Transfer. a Certified Letter (signed And Sealed) From The Citp (refer To Part 7) Indicating Full Compliance Of The Project Documents With The Applicable Codes, Standards, And Regulations. Final Bid Documents Will Not Be Accepted Without The Citp Review Certification Letter. f. Cost Estimate provide Construction Cost Estimates, Submitted Along With The Design Analysis, Drawings And Specifications, For Each Design Review Submission Required By The Contract. Each Estimate Shall Show The Expected Construction Cost If Contractor's Bids Were Submitted On The Same Date As The Estimate. Level Of Detail For Each Estimate Shall Be Consistent With Degree Of Completeness Of Drawings Being Submitted. Cost Estimates Shall Be Broken Down Into Major Items Of Work And Will Be Comprehensive In Nature, Identifying All Areas Of Cost Related To Intended Construction, And Shall Show Cost Of Labor And Materials Separately For Each Item. Cost Estimates Shall Show At A Minimum The Item Description, The Man-hours, The Material And Labor Numbers, The Quantity And Unit Descriptions, And A Total Before And After Mark-ups. part 3 Design And Construction Standards a. General in The Development Of Submissions Ae Firm Shall Utilize Certain Va And Other Design And Construction Criteria. The Design Is Not Limited To These Items And Should Be The Result Of Compliance With Applicable Codes And Standards, The User Requests, And Ae Creativity: va Design And Construction Criteria In The Technical Information Library (til), Including Planning, Design, And Construction Items Such As: Design Alerts, Design And Construction Procedures, Design Guides, Design Manuals, Equipment Guide List, Master Construction Specifications, Room Finish And Door Hardware Schedule, Space Planning Criteria, Etc.
the Joint Commission Organization Accrediting Healthcare Systems Requirements Shall Be Considered.
all Designs And Practices Shall Be In Accordance With Vha Boiler And Associated Plant Safety Device Testing Manual (latest Edition), And Vha Directive 1810 Boiler And Boiler Plant Operations.
nfpa Codes Including, But Not Limited To: Nfpa 101, Life Safety Code; Nfpa 99, Healthcare Facilities; Nfpa 70, National Electrical Code (nec)
compliance To All Known Applicable Codes Shall Be Reflected In The Completed Design And Construction Contract Documents.
current Ehrm Requirements As It Pertains To Oit Equipment And Designated Space.
national Elevator Code resolve Conflicting Criteria With Va. va Continually Updates Information In The Technical Information Library (til) Used In Project Design. Ae Shall Review The Guidelines In The Til And Incorporating The Applicable Criteria Into The Design And Construction Documents. The Following Section, Access To Va Standards, Provides World Wide Web Addresses For The Til And Commonly Used Va Standards And References. b. Access To Va Standards the Following Are World Wide Web Addresses To Commonly Used Va Standards All Links Can Be Found Through Searching The Technical Information Library (til): technical Information Library (til) Home Page Http://www.cfm.va.gov/til/
accessibility Information (pg-18-13) Http://www.va.gov/facmgt/standard/accessibility.asp
ae Design Submission Requirements (pg-18-15) Http://www.cfm.va.gov/til/aedessubreq.asp
ae Quality & Design Alerts Http://www.cfm.va.gov/til/alert.asp
design & Construction (pg-18-3) Http://www.cfm.va.gov/til/cpro.asp
design Guides (pg-18-12) Http://www.cfm.va.gov/til/dguide.asp
design Manuals (pg-18-10) Http://www.cfm.va.gov/til/dmanual.asp
environmental Compliance Program (pg-18-17) Http://www.cfm.va.gov/til/spclrqmts.asp#ec
equipment Guide Program (pg-18-5) Http://www.cfm.va.gov/til/equip.asp
master Specifications Index (pg-18-1) Http://www.cfm.va.gov/til/spec.asp
national Cad Standards And Details (pg-18-4) Http://www.cfm.va.gov/til/sdetail.asp
room Finishes, Door And Hardware Schedule Http://www.cfm.va.gov/til/room/roomfinishes.pdf
signage Program Http://www.cfm.va.gov/til/spclrqmts.asp#sign
space & Facility Planning (pg-18-9) Http://www.cfm.va.gov/til/planning.asp
technical Summaries Http://www.cfm.va.gov/til/techsumm.asp
sustainable Design Manual (april 2014) . Http://www.cfm.va.gov/til/sustain.asp
285: Sterile Processing Servic . Https://www.cfm.va.gov/til/dguide/dgsps-log.pdf
vha Directive 1116(2) additional And Detailed Design Information Is Not Limited To The Links Provided. c. Special Provisions For Construction Documents ae Is Responsible For Professional Quality And Technical Accuracy In Providing Va With Documents. Services Include But Are Not Necessarily Limited To: 1. Contract Administration 2. Civil Design Documents In Detail Of Construction Documents Including All Hydrology And Hydraulics, Topographic And Boundary Survey Mapping, Assumed And Calculated Values For Road Design, Mass Haul Diagram, Geotechnical Information, Environmental Study, And All Required Permits. 3. Structural Design Documents In Detail Of Construction Documents Including All Structural Plans, Elevations, Sections, Details, Schedules, Calculations To Size All Structural Components. 4. Electrical Design Documents In Detail Of Construction Documents Including All Plans, Elevations, Sections, Details, Diagrams, Schedules, Showing Transformers, Electrical Vaults, Power Distribution Systems, Lighting, And Signal Systems. 5. Cost Estimates At Each Review Submittal Phase Showing Detail Quantities. Advise Va At Earliest Opportunity When Project Is Over Budget. No Provision Will Occur For Additional Expense For Redesign In Later Reviews. 6. Specifications For All Sections Of The Work Utilizing Va Master Specifications From Website. Coordinate Specs And Edit For Project Application 7. Presentation And Review Submissions. Meeting With Owning Service Hospital Representatives, And Field Technical Personnel. 8. Project Phasing Shall Be Developed To Coordinate Work With Other Construction Activities, And To Minimize Disruption Of Normal Operations Of Va. 9. Quality Assurance And Quality Control (qa/qc). Develop And Execute And Demonstrate To Va The Project Plans And Specifications Have Gone Through Qa/qc Review With All Disciplines And Partners. d. Drawings drawings Shall Be Based On Standard Va Guidelines. Drawings Shall Be Normally In Plan View, At A Scale Where Work Required Is Clear, Legible, And Easy To Interpret. all Original Drawings Shall Be Based On Standard Va Guidelines. Drawings Shall Be Done In Plan View At A Minimum Scale Of 1/4" = 1'. Details Shall Have A Minimum Scale Of 3/4" = 1'-0", And If Possible, Larger. Drawings Shall Be Independent For Demolition, Architectural, Mechanical, Electrical, Structural, Civil, Etc., And Shall Show, On Separate Views, Required Demolition And Reconstruction Details For Each Function. Drawings Shall Be Prepared Using "autocad" 2020 Or Earlier And Plotted On 30" X 42" Polyester Film Sheets. final Drawings Shall Bear Va Title Block And Nomenclature On Polyester Sheets. Drawings Shall Be On The Same Type And Size Sheets. All Views, Elevations, Sections, Etc., Shall Be Complete To Ensure Total Contractor Compliance Without Any Ambiguities, Or Subject To Various Interpretations. All Drawing Required Are To Show Existing Conditions As Of The Date Of The Design Submission. a Drawing Index Is To Be Included With All Drawing Sets Showing The Current Revision Number And Date. Revisions For Design Phase Drawings Shall Use Letters To Denote Revision (a, B, C, Etc.). Construction Drawings Shall Use Numbers (1, 2, 3, Etc.) To Denote Revision. The Final For Construction, 100% Drawings Shall Have All Drawings Reverted To Revision 0 Noting The Start Of Construction Drawings. changes To Previous Drawing Revisions Should Be Clouded To Note The Location Where The Change Occurred. Clouded Changes From Previous Revisions Are Removed At Each Revision Cycle, To Where Only New Changes For That Revision Are Clouded. all Sheets Of Drawings Shall Contain Ae Official Stamp With Professional Seal And Signature Along With The Name And Address Of The Firm. e. Specifications specifications Shall Be Based On Va Master Construction Specifications. Specifications Shall Be Prepared And Submitted Individually In Latest Version Of Microsoft Word. Ae Shall Review And Edit Applicable Sections Of The Specifications For Completeness, Relevance, And Correctness. The Intent Is To Provide Specifications Suitable For The Project Intention And Detailed Enough To Enable The Contractor To Perform The Work In The Simplest And Practical Manner. Where A Particular Item Is Referenced In The Specifications, Consult With Engineering For Direction On Which Item To Select. The Contractor Shall Not Be Provided Options Or Choices To Make Selection From But Must Be Provided The Specific Selection. Ae Shall Obtain The Name And Type Of Specialty Materials And Equipment Required For Use On The Project. All Items Shown In The Specifications Shall, If Named Specifically By Brand Or Trade Name, Carry The Statement "or Approved Equal" With Salient Characteristics Listed. Exception May Occur Due To Previously Purchased Or Installed Items Interacting With New Construction. In This Situation, Items Used Should Be The Same As Existing Or Matched Accordingly. Information On Such Items Shall Be Provided By Va. construction Tolerances Shall Be Specified In Detail In All Specification Sections Or Identified On Plans. Legal Precedence Of "specifications Over Drawings" Shall Not Be Used To Resolve Design Ambiguities Between Drawings And Specifications, Or To Justify Omission Of Drawings Or Notes Necessarily Needed For Clarity. Contradiction, Ambiguity, Or Statements Subject To Various Interpretations, Shall Be Corrected To Reflect A Single Clear Intention. part 4 Construction Contract Award Period ae Shall Provide Technical Design Services During The Period Of Construction Contract Award. These Services Shall Include, But Is Not Limited To: attendance At Pre-bid Meetings
review Of Construction Contractor S Price And/or Proposal.
provide Written Responses To Bidder Questions And Issue Amendments. part 5 Construction Period ae Shall Provide Competent Construction Period Services Using Staff And Consultants Adequately Knowledgeable Of The Various Subordinate Design Disciplines Included In Development Of The Project. Additional Construction Period Services Shall Include: review Of Shop Drawings And Submittals
review Of Change Order Proposals And Rfi's.
use On Online Project Management System To Track Submissions Such As Rfi S, Shop Drawings, And Submittals. System Is To Be Like Or Equal To Procore/prolog.
proposal Shall Include Firm Fixed Price To Conduct Six (6) On-site Interim Construction Inspection Visits As Requested By Va. Attend Meetings With Contractor And Va As Required, And Provide Complete Written Report Of Visit, Or Meeting. Team Shall Consist Of Three (3) Technical Team Members At Their Discretion Or At Va Request; One Member Must Be The Project Manager. One Visit Will Be Considered The Final Inspection For The Project.
ae Is Welcome To Visit Site Upon Request Of Cor During Any Time Of Construction Process Without Further Compensation Described Above.
pre-final And Final Inspections And Preparation Of Itemized Punch-list For Project Completion Requirements the Ae Will Review All Submissions And Provide Recommendations To The Va Within Five (5) Calendar Days Upon Request. Ae Will Review And Provide Replies To Contractor / Va Generated Rfis When Required By The Project Manager Within Five (5) Calendar Days. part 6 Ae Contract Close-out va Will Obtain Handwritten, Legible, As Built Plans From The Contractor And Forward To Ae. ae Shall Submit The Record Drawings Showing Any Changes Or Modifications To The Bid Documents Reflected On The Hard-copy Set Of As-builts Provided By Va; Drawings Shall Be Individually Marked Record Drawing And Submitted In A Single Package As Follows; drawings In Autocad (dwg) Format Of The Entire Project On Cd. all Drawing Objects Shall Be Removed. (e.g. Revit, Desktop, Etc.)
all Drawings Must Plot Properly Using The Ncs.ctb Plot File.
provide A Copy Of Ae Firms Typical Ctb File And User Information.
drawings Shall Represent Final Project With All Demolished And/or Removed Items Deleted From The .dwg Files
all Drawings Must Be On The Va Cad Standard Layering Convention. drawings In An Adobe Reader (pdf) Format Of The Entire Project. 1 Set Of Full Size 30 X 42" Polyester File Reproducible. part 7 Certified Independent Third-party Design Reviews (citp) the Design Architect/engineering (a/e) Will Hire A Certified Independent Third-party (citp) Safety Professional Or Professional Credential To Provide The Necessary Design Reviews For Compliance With National And Local Codes, Va Regulations And Standards, And Federal And State Regulations Including, But Not Limited To: osha Standards
jcaho Standards
handicap Accessibility Standards
nfpa Codes
national And Local Building Codes
epa Regulations
emergency Preparedness Infrastructure Vulnerabilities
security Infrastructure Vulnerabilities
others As Applicable 1. Requirement For Acquiring And Incorporating A Certified Independent Third-party (citp) Safety Professional Or Professional Credential Review Of Design Documents. va Must Comply With National And Local Codes, Standards, And Regulatory Requirements In Order To Comply With Public Law 100-678, Public Buildings Amendment Act Of 1988 And Public Law 102-522, Federal Fire Safety Act Of 1992. Like Other Federal Agencies And Real Property And Construction Authority, Va Acts As Its Own Building And Code Enforcing Official Or As The Authority Having Jurisdiction (ahj) For Meeting Code Requirements. As Such, The Va Has The Overall Responsibility Of Ensuring Compliance With Codes. the Design A/e Will Hire A Citp Consultant(s) As Necessary For The Review Of Design Documents For Compliance With Applicable National And Local Codes, Standards, Federal And State Regulations. The Design A/e Will Take Into Consideration And Incorporate All Third-party Consultant Comments/recommendations Into The Design Documents Prior To Advertising For A Construction Contract Award. 2. Certified Independent Third-party Professional Or Professional Credential Review And Approval. project Plans Must Have A Signature Block Or A Letter On Third-party Company S Letterhead, A Third-party Certified Safety Professional Or Professional Credentials As Applicable To The Nature Of Review Certifying And Verifying The Plans And Specifications Have Been Reviewed For Compliance With Applicable Codes, Standards, And Regulatory Requirements. At The Time Of Review, The Citp Should Identify All Corrections Necessary For The A/e To Bring The Design Into Compliance. The A/e Is Required To Incorporate And Make Necessary Corrections To The Design To Bring The Design Into Compliance Prior To The Final Design Documents Being Issued For A Construction Contract Award. specific Mandatory Tasks And Associated Deliverables
complete All Work Tasks And Provide All Deliverables Identified Further In This Document In Section Scope Of Work Tasks And Deliverables complete All Work Under This Contract In Accordance With The Identified Roles And Responsibilities Of The Contractor Identified Further In This Document In Section Roles And Responsibilities, Parts 1 7 (all Parts 1 7 Or Only Parts 6 7) As Identified Above For The Specific Systems Or Capital Projects.
schedule For Deliverables
the Contractor Shall Complete The Date Delivered For Each Deliverable Specified. unless Otherwise Specified, The Number Of Draft Copies And The Number Of Final Copies Shall Be The Same.
if, For Any Reason, Any Deliverable Cannot Be Delivered Within The Scheduled Time Frame, The Contractor Is Required To Explain Why In Writing To The Co, Including A Firm Commitment Of When The Work Shall Be Completed. This Notice To The Co Shall Cite The Reasons For The Delay, And The Impact On The Overall Project. The Co Will Then Review The Facts And Issue A Response, In Accordance With Applicable Regulations. If Deliverable Cannot Be Delivered Within The Scheduled Time Frame, Compensation May Be Taken From The Contractor.
where A Written Milestone Deliverable Is Required In Draft Form, The Va Co And/or Contracting Officer Representative (cor) Will Complete Their Review Of The Draft Deliverable Within Ten (20) Calendar Days Following The Date Of Receipt. (day 1 Is The First Business Day After Draft Is Received.) The Contractor Shall Have Ten (10) Calendar Days To Deliver The Final Deliverable From Date Of Receipt Of The Government S Comments. (day 1 Is The First Full Business Day After Comments Are Received.)
the Cor Shall Instruct The Contractor To Deliver Draft Milestone Deliverables With Regard To Scheduled Annual Leave And/or Sick Leave. The Purpose Of This Instruction Is To Ensure The Cor Reviews The Information Prior To Or After Periods Of Scheduled Leave So As To Meet The Ten (10) Calendar Day Review Period.
if For Any Reason Any Written Milestone Deliverable Cannot Be Reviewed By The Cor And Delivered Back To The Contractor Within The Scheduled Time Frame, The Cor Is Required To Explain Why In Writing To The Co, Including A Firm Commitment Of When The Work Shall Be Completed. If Deliverable Cannot Be Delivered Within The Scheduled Time Frame, Compensation May Be Due To The Contractor. changes To Statement Of Work
any Changes To This Sow Shall Be Authorized And Approved Only Through Written Modifications To The Contract By The Co. A Copy Of Each Modification Will Be Kept In A Project Folder Along With All Other Products Of The Project. Costs Incurred By The Contractor Through The Actions Of Parties Other Than The Co Shall Be Borne By The Contractor. changes To This Sow, E.g. Additional Requirements, May Form A Basis For Equitable Adjustment. Contractor Shall Inform Both Co And Cor Jointly And Immediately If, In The Contractor S Opinion, Work Underway Or Requested Is Interpreted As A Change To The Sow.
adjustments To Task And Deliverable Completion Dates Necessary To Meet Identified Requirements Within The Described Sequence Of Tasks And Deliverables Shall Not Be A Basis For Equitable Adjustment. reporting Requirements
the Contractor Shall Provide The Cor With Monthly Written Progress Reports (original Plus One Copy). The Progress Report Is Due To The Cor By The Second Workday Following The End Of Each Calendar Month Throughout The Project's Duration. Note: The Cor Is Required To Provide Monthly Progress Reports To The Contracting Officer By The Fifth Workday Of The New Calendar Month.
the Progress Report Shall Cover All Work Completed During The Preceding Month And Shall Present The Work To Be Accomplished During The Subsequent Month. The Progress Report Shall Include An Up-to-date Attachment A Showing All Deliverables Provided To Co And Cor. The Progress Report Shall Also Identify Any Problems That Arose, Along With A Statement Explaining How The Problem Was Resolved. This Report Shall Also Identify Any Problems That Have Arisen But Have Not Been Completely Resolved, With An Explanation. travel
travel And Per Diem Shall Be Included Within The Fixed Firm Price Of Services. Travel And Per Diem For Attending Meetings On Site At Va Medical Center Shall Be Itemized By Activity To Allow Review Of Submitted Invoices.
the Terms And Conditions Of The Federal Travel Regulations Shall Apply To All Travel And Travel-related Matters Authorized Herein. All Other Travel Expenses Shall Be Without Additional Expense To The Government. confidentiality And Nondisclosure
it Is Agreed That:
1. The Preliminary And Final Deliverables, And All Associated Working Papers, Application Source Code, And Other Material Deemed Relevant By Va Which Have Been Generated By The Contractor In The Performance Of This Contract, Are The Exclusive Property Of The U.s. Government And Shall Be Submitted To The Co At The Conclusion Of The Contract.
2. The Co Will Be The Sole Authorized Official To Release, Verbally Or In Writing, Any Data, Draft Deliverables, Final Deliverables, Or Any Other Written Or Printed Materials Pertaining To This Contract. No Information Shall Be Released By The Contractor. Any Request For Information Relating To This Contract, Presented To The Contractor, Shall Be Submitted To The Co For Response.
3. Press Releases, Marketing Material, Or Any Other Printed Or Electronic Documentation Related To This Project, Shall Not Be Publicized Without The Written Approval Of The Co. this Acquisition Is For Architect/engineer (a/e) Services And Is Procured In Accordance With The Brooks Act As Implemented In Subpart 36.6 Of The Federal Acquisition Regulation. All Submissions Will Be Evaluated In Accordance With The Evaluation Criteria. A "short Listing" Of 3-5 (more Or Less) Firms Deemed Most Highly Rated After Initial Source Selection (shortlisted) Will Be Chosen For Interviews. Interviews Will Be Conducted By Teleconference Or Virtually. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. please Note This Is Not A Request For Proposal. Eligible Responses Received Will Be Evaluated Based On The Following Criteria And The Most Highly Qualified Will Be Compiled On A Shortlist Of Candidates. The Evaluation Factors For The Sf330 Evaluations Are Listed Below In Order And Will Be Used To Evaluate And Select The Short-listed Firms. The Evaluation Factors I Through Iii Are Of Equal Value And Are Most Important. Evaluation Factor Iv Is Less Important Than The First Three But Is More Important Than Evaluation Factor V. Evaluation V Is More Important Than Evaluation Factor Vi. Evaluation Factor Vi Is More Important Than Evaluation Factor Vii And Viii. Evaluation Factor Vii And Viii Are Equal. i Professional Qualifications Necessary For Satisfactory Performance Of Required Services
who Will Be The Designated Project Manager (pm) For The Project? what Is The Pm Discipline, How Much Experience Does The Individual Have With Project Management And Then Specific To Boiler Plants? what Is The Level Of Experience Of The Project Manager And Other Professionals With Va Requirements? what Is The Level Of Experience Of The Team Related To Constructing New Boiler Plants?
what Is Their Overall Knowledge Of Integrating New Boiler Plants To Existing Buildings/infrastructure? ii Specialized Experience With Healthcare Facility Related Designs, Complex Electrical And Mechanical Experience And Technical Competence In The Type Of Work Required
who Will Be The Lead Mechanical, Electrical, Plumbing Other Person/s (specialists) For The Project?â how Much Experience Does The Individual/s Have With Designing Mechanical, Electrical, Plumbing Or Other Systems (specialties) For Boiler Plants?â what Is The Level Of Experience Directly With Va Requirements? what Is The Level Of Experience Related To Health Care? what Is Their Overall Knowledge Of Boiler Plant Construction? va Considers Recent Experience To Be Roughly 0-5 Years. iii-past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules
talk About Previous Successful Boiler Plantsâ (past Performance). Please Discuss Highlights From Your Firms Past Boiler Plant Jobs That Made Your Work Exceptional. please Discuss Lessons Learned From Any Project And How You Have Used Them On Future Projects (lessons Learned From Past Performance).â talk About A Successful Project Relating To Building And Integrating New Boiler Plant To An Existing Building/infrastructure. describe Past Techniques Used To Monitor And Adhere To Project Budget. explain Your Thoroughness To Complete The Job, While Adhering To Project Specifications And Deadlines. Please Include Cost Control Chart Of Your Last 10 Jobs That Includes Current Performance Schedules. iv-past Performance On Contracts With Government Agencies And Private Industry During Construction Period Of Services (cps)
talk About Previous Successful Cps For Boiler Plant Projectsâ (past Performance). please Discuss Highlights From Your Firm S Past Boiler Plant Jobs During Cps That Made Your Work Exceptional. give An Example Of A Successful Project Where Design Issues Arose During Cps And How They Were Corrected Or Resolved.â explain Your Thoroughness To Review Rfi And Submittals, While Adhering To Project Specified Review Times. v- Organization, Management And Quality Control
who Is Responsible For Quality Control (qc)?â how Does The Qc Relate To The Project? who Completed (or Will Complete) Qc For The Project? how Does The Prime (management Of The Sub-consultants) Intend To Monitor And Guarantee Their Subs Performance, Cooperation And Involvement During The Duration Of The Project? what Action Will You Take When Problems Arise? what Does Your Organizational Chart Depict For This Project?
vi- Capacity
discuss The Prime S Relationship With The Listed Sub-consultants And Their Experience Together.â
discuss The Prime's Capacity As A Company And Include Specific Individuals Capacity
please Discuss Your Subs Capacity To Accomplish The Needed Work. vii- Litigation And Insurance
list Any Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services In The Last 10 Years.
viii Distance
geographical Location From Beckley, West Virginia Va Medical Center note: Upon Award, The Following Will Apply:
the A/e Disciplines Include, But Are Not Limited To, The Following: Architectural, Civil, And Mechanical/electrical/plumbing (mep) Which Includes The Following Disciplines: Estimating, Structural, Mechanical (hvac), Electrical, Plumbing, Geotechnical, Design, Certified Physical Security Specialist And Engineering Services Related To Healthcare Facilities. award Is Contingent Upon The Availability Of Funds. contracting Office Address: department Of Veteran Affairs
millard Adkins, Co
517/90c
building 2
200 Veterans Drive,
beckley, Wv 25801
point Of Contact(s): millard M Adkins, Contracting Officer, Email Address: Millard.adkins@va.gov
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources. general Scope: the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement For A-e Vertical Design Services In Support Of The South Pacific Division’s Military, Interagency And International Services (iis), And Civil Works (cw) Projects. the Potential Requirement May Result In A Firm-fixed-price Solicitation Issued Approximately October 2025. If Solicited, The Government Intends To Procure These Services In Accordance With The Selection Of Architects And Engineers Statute As Implemented In Far Subpart 36.6. if The Requirement Is Solicited, Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For All The Required Work. The Government May Issue Five Or More Firm-fixed-price (ffp) Indefinite Delivery Indefinite Quantity (idiq) Contracts Within The Five-year Period. The Combined Capacity Is Estimated At $499,000,000.00. the North American Industrial Classification System (naics) Code For This Potential Requirement Is Anticipated To Be 541330, Engineering Services. The Small Business Size Standard For This Naics, As Established By The U.s. Small Business Administration, Is $25,500,000 Annual Revenue. The Product Service Code (psc) For The Potential Requirement Is Anticipated To Be C219, Architect And Engineering- General: Other. projects Will Primarily Locate Within The Area Of Responsibility (aor) Of Usace South Pacific Division (spd) But May Be Used At Conus Locations If Determined Within Scope Of The Contract By The Contracting Officer. Spd’s Civil Works Boundaries Generally Include Ca, Nv, Az, Ut, And Portions Of Or, Id, Co, Tx And Wy. Military/iis Boundaries Generally Include Ca, Nv, Ut, Nm, And Az. This Regional Acquisition Tool Will Be Used By Any District Within Spd (sacramento, San Francisco, Los Angeles, And Albuquerque Districts) To Encompass The Entire Spd Geographical Aor For All Programs. A Specific Scope Of Work And Services Will Be Issued With Each Task Order. all Interested Firms Are Encouraged To Respond To This Notice And May Respond To This Announcement By Submitting A Capabilities Statement Which Addresses The Following Key Areas: the Primary Focus Of This Contract Is To Provide Vertical Design Services In Support Of The Spd Military, Iis And Civil Works Programs. The Design Services Could Range From An Architectural Renovation (some Of Historical Significance), Maintenance And Repair Of A Variety Of Small Projects, Energy Conservation Investment Program (ecip) Program Studies/designs (more Detail Below), Or May Also Include Design Of Complete Additions, Alterations, Or New Facility Designs For Projects Such As Barracks, Warehouses, Storage Facilities, Administrative Facilities, Training Facilities, Maintenance Facilities, Aircraft Hangars, Computer Facilities, Aircraft Runways, Taxiways, Aprons, Treatment Plants, And The Entire Spectrum Of Infrastructure (road And Utility) Systems. Ecip Projects Include Energy Reduction And Renewable Energy Projects, Including But Not Limited To Photovoltaic, Wind, Microgrids, Energy Management Control Systems (emcs) And Water Conservation. Projects May Also Include Design Of Waterfront Or In Water Facilities Such As Piers And Marine Terminals, Which Would Require Design Services For Either Sustainment Of Existing Facilities Or Design Of New Facilities. Demolition Of Existing Facilities May Be Required Which Will Necessitate Asbestos And Or Lead Based Paint Investigation With Provisions For Removal Included In The Design Documents. design Services May Also Be Required To Support The Interagency And International Services (iis) Program Providing Technical Assistance To Non-department Of Defense (dod) Federal Agencies, State And Local Governments, Tribal Nations, Private U.s. Firms, International Organizations, And Foreign Governments. designs May Require Compliance With Previously Obtained Environmental Clearance Under The National Environmental Policy Act (nepa) Process. Project Designs May Require Measures For Environmental Restoration To Include Wetlands Development And Establishing Or Restoring Plant And Animal Habitat. projects May Be Required To Mitigate Impacts On Protected Resources Such As Plant And Animal Species. Other Design Strategies May Be Necessary To Meet The Requirements Of An Environmental Clearance Issued For The Project, Such As Limiting Land Disturbing Activity To Specific Seasons Of The Year Or Controlling The Generation Of Dust And Equipment Exhaust. Project Designs May Also Be Required To Address Cultural And Biological Resource Preservation, Clean Air And Water Attainment Goals, And Other Resource Protection Requirements. although The Primary Intent Of This Prospective Suite Of Idiqs Is Vertical Design, Design Services May Also Include Support Of The Civil Works Program. Civil Works Project Studies And Designs Could Involve Levees, Floodwalls, Dams, Spillways, Various Mechanical Gate Structures, Pumping Stations, Stilling Basins, Hydraulic Flow Control Structures, And Bridges. Civil Works Studies May Include, But Not Be Limited To, The Evaluation Of Flood Damage, Preparation Of Engineering Analysis, Acquisition Of Topographic And Hydrographic Data, And Environmental Restoration To Include Wetlands Development. capability Statement all Interested Firms Are Encouraged To Respond To This Notice And May Do So By Submitting A Capabilities Statement. the Capabilities Statement Is Limited To Six (6) Pages Total And Shall Include The Following Information: 1) Company Name, System For Award Management Unique Entity Identification Number (sam Ueid) Or Employer Identification Number (ein), Address, Point Of Contact, Phone Number, And E-mail Address. 2) Demonstration Recency And Relevancy Of The Firm's Experience As The Designer Of Record On Projects Of Similar Size, Scope, And Complexity Within The Past Five (5) Years. List At Least Three (3) Vertical Design Projects That Have Been Constructed Within The Last Five (5) Years. Include The Project Title, Location, Brief Description Of The Project, Dollar Amount Of The Project, Period Of Performance And Percentage & Description Of Work That Was Self- Performed. Different Facility Type Designs Are Highly Encouraged To Show The Depth Of The Firm’s Design Capabilities. 3) Business Size And Socioeconomic Type For The Applicable Naics (ex: Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Certified Historically Underutilized Business Zone (hubzone), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)). please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One Document, Limited To The Page Maximum Above. please Consider The Following When Preparing Your Capabilities Statement: Unrestricted Task Orders Will Generally Contain More Complex Requirements With An Anticipated Value Ranging From $250,000 To $5,000,000 Or Greater. A Lower Task Order Value May Be Considered. Small Business Set Aside Task Orders Will Generally Contain Less Complex Requirements And Lower Anticipated Values. The A-e Will Be Expected To Handle Multiple Task Orders Throughout The South Pacific Division Simultaneously. Please Indicate The Dollar Amount And Number Of Task Orders Your Firm Could Comfortably Complete At The Same Time. This Will Inform The Government’s Decision About The Set Aside Of Any Contracts And Number Of Contracts To Set Aside For Small Business Concerns. the Response Must Be Specific To The Qualifications Listed Above To Show That The Respondent Meets The Requirements And Possesses The Necessary Skills And Experience. If A Response Does Not Show That The Respondent Meets The Qualifications And/or Does Not Possess The Necessary Skills And Experience, The Results Of The Government’s Market Research Will Not Reflect The Accurate Number Of Qualified And Interested Firms. this Is A Sources Sought Announcement Only. It Is Not A Request For Quote/proposal. There Is No Solicitation Available At This Time. This Notice Does Not Represent A Commitment By The Government To Pay For Costs Incurred In The Preparation And Submission Of Information Or Any Other Costs Incurred As A Response To This Announcement. responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To An Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received. please Provide Responses (i.e. Capabilities Statements) By E-mail To The Contract Specialist, Gilbert Coyle, At Gilbert.coyle@usace.army.mil By 0800/8:00 A.m. (pacific Time) Monday, 3 February 2025. please Include The Sources Sought Notice Number, ‘w9123825s0011’ In The E-mail Subject Line.
Bureau Of Corrections Muntinlupa City Metro Manila Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date23 Jun 2025
Tender AmountPHP 100 Million (USD 1.7 Million)
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid (procurement/ Contract No. 009) Sixth Edition July 2020 Bids And Awards Committee 2025 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 13 Section Iv. General Conditions Of Contract 19 Section V. Special Conditions Of Contract 24 Section Vi. Specifications 26 Section Vii. Drawings 55 Section Viii. Bill Of Quantities 56 Section Ix. Checklist Of Technical And Financial Documents 57 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid 1.the Bureau Of Corrections, Through The General Appropriations Act (gaa) Of 2025 Capital Outlay, Intends To Apply The Sum Of One Hundred Million Pesos Only (₱100,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid With Identification Number _itb 2025-009__. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Bureau Of Corrections Now Invites Bids For Provision Of A Detailed Preliminary Architectural And Engineering Design, Detailed Engineering Requirements And Actual Construction Of The Bureau Of Corrections Two-storey Dormitory At Dppf, Based On The Final Detailed Architectural And Engineering Design, To Be Approved By The Head Of Procuring Entity Or Its Duly Authorized Representative Conformably With The Minimum Standards Set Forth In The (1)presidential Decree (pd) No. 1096, National Building Code Of The Philippines (2)batas Pambansa (bp)blg. 344, An Act To Enhance The Mobility Of Disabled Persons By Requiring Certain Public Buildings, Institutions, Establishments And Public Utilities To Install Facilities And Other Devices (3)national Structural Code Of The Philippines (nscp), Volume I, 2010 (4)philippine Electrical Code (pec), 2009 (5)revised Plumbing Code Of The Philippines (6)revised Irr Of Ra 10575 (7)republic Act (ra) No. 9514, Revised Fire Code Of The Philippines And (8)applicable Local Regulations And Ordinances. Completion Of The Works Is Required Within Three Hundred Sixty-five (365) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Amounting To At Least Fifty Percent (50%) Of The Abc Within The Last Six (6) Years. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4.interested Bidders May Obtain Further Information From Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below From Monday To Friday From 8:00am To 5:00pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On _may 30,2025 (08:00am To 05:00am) To June 23, 2025 (08:00am To 10:29am)___ From The Given Address And Website(s) Below. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity Bucor.gov.ph, Provided That Bidders Shall Pay The Applicable Fee Of Fifty Thousand (₱50,000.00) Pesos Only For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or By Facsimile. 6.the Bureau Of Corrections Will Hold A Pre-bid Conference On _june 09,2025 (10:30am)___ At Bac Conference Room Nbp Reservation Muntinlupa City, Which Shall Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before__june 23, 2025 (10:29am)__. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9.bid Opening Shall Be On__june 23, 2025 (10:30am)__ At The Bac Conference Room Nbp Reservation Muntinlupa City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Bureau Of Corrections Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Maria Adoracion I Viñas Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8809-8587/02-8478-0907/02-8659-0833 Bacsec2022@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt Celso S Bravo Chairperson, Bids And Awards Committee Section Ii. Instructions To Bidders 1.scope Of Bid The Procuring Entity, Bureau Of Corrections Invites Bids For The Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid, With Project Identification Number__________________. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid Is For The Construction Of Works, As Described In Section Vi (specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of One Hundred Million Pesos Only (₱100,000,000.00). 2.2.the Source Of Funding Is: Nga, The General Appropriations Act Or Special Appropriations. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 7.1.[if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding, State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.2.[if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.3.subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address At Bac Conference Room Nbp Reservation Muntinlupa City And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 15.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Architectural, Engineering Design, Detailed Engineering Requirements And Construction Of Building With Concreting Works. 7.1 Subcontracting Is Not Allowed 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: For Design Personnel: Key Personnel General Experience Relevant Experience Principal Architect The Principal Architect Must Be Duly-licensed With At Least Ten (10) Years’ Experience Experience In The Design Of Residential, Government Offices Or Institutional Facilities, And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Structural Engineer The Structural Engineer Must Be A Duly-licensed Civil Engineer With At Least Ten (10) Years’ Experience. Experience In Structural Design And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Professional Electrical Engineer The Electrical Engineer Must Be A Registered Professional Electrical Engineer With At Least Five (5) Years’ Experience. Experience In The Design Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems And Preferably Knowledgeable In Developments In Emergent Efficient Lighting Technologies And Energy Management. Professional Mechanical Engineer The Mechanical Engineer Must Be A Professional Mechanical Engineer With At Least Five (5) Years’ Experience. Experience In Hvac And Fire Protection Systems And Preferably Knowledgeable In Emergent, Alternative Energy- Efficient Hvac Technologies. Electronics And Communications Engineer The Electronics And Communications Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In The Design Of Communications Systems, And Preferably Knowledgeable In The Application Of Building Automation And Surveillance Systems. Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In The Design Of Building Water Supply And Distribution, Plumbing, And Preferably Knowledgeable In Waste Water Management/treatment, And Emergent, Alternative Effluent Collection And Treatment System. The Design & Build Contractor May, As Needed And At Its Own Expense, Add Additional Professionals And/or Support Personnel For The Optimal Performance Of All Architectural And Engineering Design Services, As Stipulated In These Terms Of Reference, For The Project. Prospective Bidders Shall Attach Each Individual’s Resume And Prc License Of The (professional) Staff. Design Personnel May Also Be Utilized For The Construction Phase Provided That The Same Meet The Minimum Number Of Years Of Experience In The Construction Of Similar Projects. For Construction Personnel: Key Personnel General Experience Relevant Experience Project Manager The Project Manager Shall Be A Licensed Architect Or Engineer With At Least Eight (8) Years Relevant Experience. Relevant Experience On Similar And Comparable Projects In Different Locations. The Project Manager Should Have A Proven Record Or Managerial Capability Through The Directing/managing Of Major Civil Engineering Works, Including Projects Of A Similar Magnitude. Project Architect/engineer The Project Architect/engineer Shall Be A Licensed Architect Or Engineer With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Materials Engineer (m.e. I) The Materials Engineer Must Be Duly Accredited With The Dpwh And With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Electrical Engineer The Electrical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems. Mechanical Engineer The Mechanical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Hvac And Fire Protection. Sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects In The Installation Of Building Water Supply And Distribution, Plumbing. Foreman The Foreman Must Have At Least Five (5) Years’ Experience. Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. Safety Officer The Sanitary Officer Must Have At Least Two (2) Years’ Experience. Must Be An Accredited Safety Practitioner By The Department Of Labor And Employment (dole) And Must Have Undergone The Prescribed Forty (40) Hour Construction Safety And Health Training (cosh) 10.5 The Minimum Major Equipment Requirements Are The Following: No. Item Specification 1. Backhoe 0.8 Cu. M. 2. Backhoe Wheel Mounted With Breaker 0.90 Cu. M. 3. Cargo/service Truck 2-5 Mt., 160 Hp 4. Dump Truck 12 Cu. Yd. 5. Motorized Road Grader G710a, 140hp 6. Pay Loader 1.5 Cu. M. 7. Vibrator Roller 10 Mt 8. Truck Mounted Crane/rough Terrain Crane Capacity: 25 Mt. 9. Generator Set 100 Kva 10. Water Pump 100mm Suction Dia. 11. One Bagger Mixer 4-6 Ft3/min 12. Concrete Vibrator Ey20, 5hp, 32-70mm 13. Vibro Hammer 45000 Kg-m Prospective Bidders Shall Attach The List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be. 12 No Further Instructions. 15.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A.the Amount Of Not Less Than 2% Of The Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B.the Amount Of Not Less Than 5% Of The Abc, If Bid Security Is In Surety Bond. 19.2 No Further Instructions. 20 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its; 1.latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2.supporting Documents For The Slcc (notice Of Award And/or Notice To Proceed And Project Owner’s Certificate Of Final Acceptance Issued By The Owner Other Than The Contractor Or The Constructors Performance Evaluation System (cpes) Final Rating, Which Must Be At Least Satisfactory. In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted) 3.certified True Copy Coming From The Issuing Agency Of Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4.valid And Current Mayor’s Or Business Permit 5.valid And Current Tax Clearance 6.valid And Current Pcab License And Registration 7.audited Financial Statement 8.three (3) Sets Photocopy Of Eligibility And Financial Envelope Duly Marked As “copy No.1”, “copy No.2” And “copy No.3” 21 No Further Instructions. Section Iv. General Conditions Of Contract 1.scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2.sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3.possession Of Site 3.1the Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2if Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4.the Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5.performance Security 5.1.within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2.the Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6.site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7.warranty 7.1.in Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property (ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2.the Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8.liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9.termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10.dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11.program Of Work 11.1.the Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2.the Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12.instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13.advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14.progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.operating And Maintenance Manuals 15.1.if Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2.if The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 2 Sectional Completion Is Not Applicable The Intended Completion Date Is Three Hundred Sixty-five (365) Calendar Days From The Date Of Receipt Of The Ntp. 4.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor From The Date Of The Receipt Of Notice To Proceed (ntp). 6 No Further Instructions. 7.2 Fifteen (15) Years. 10 No Dayworks Are Applicable To The Contract. 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Fourteen (14) Calendar Days After The Issuance Of The Notice To Proceed (ntp) 11.2 The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is One Tenth Of One Percent Of The Total Contract Price. 13 The Amount Of The Advance Payment Is Five Percent (5%) Of The Contract Price To Be Split In Two Installments (2.5% Upon Issuance Of Nortice To Proceed And 2.5% Upon Issuance Of Notice To Construct) Upon Submission To And Acceptance By The Bureau Of Corrections Of An Irrevocable Standby Letter Of Credit Of Equivalent Value From A Commercial Bank, A Bank Guarantee Or A Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Licensed By The Insurance Commission And Confirmed By The Bureau Of Corrections. 14 The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Payment For Work Accomplishment Shall Be Made In Two Billings Only First Billing Is At Fifty Percent (50%) And The Last And Final Billing Of One Hundred Percent (100%) Work Accomplishment. Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15.1 The Date By Which “as Built” Drawings Are Required Is Upon Actual Completion Of The Project. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is Equivalent To Five Percent (5%) Of The Contract Price. Section Vi. Specifications Terms Of Reference Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid Panabo City, Davao Del Norte, Philippines 1. Project Information 1.1 Project Description The Design And Build Of Two (2) Units 2-storey Dormitory At Dppf Project Represents An Essential Addition To The Existing Infrastructure, Aimed At Addressing The Pressing Need To Decongest The Bucor Prison Facilities. This Additional Facility Is Strategically Designed To Cater To The Ongoing Decongestion Program, Which Is Crucial For Ensuring The Effectiveness And Efficiency Of The National Correctional System. By Providing Additional Capacity And Resources, This Project Will Play A Vital Role In Alleviating Overcrowding And Improving Living Conditions For Inmates. This Initiative Underscores Our Commitment To Proactive Measures That Enhance Rehabilitation Efforts And Promote The Successful Reintegration Of Individuals Into Society. This Project Marks A Crucial Milestone In The Ongoing Efforts To Improve The Correctional System And Support The Rehabilitation Of Inmates. With A Focus On Security, Efficiency, And Sustainability, This Project Aims To Set A New Standard For Correctional Facilities In The Region, Prioritizing The Safety And Well-being Of Both Staff And Inmates. This Project Aims To Be Completed Within A Year, Aligning With Our Objectives For Enhancing The Correctional Infrastructure. This Timeline Underscores Our Commitment To Delivering Timely Solutions That Address The Urgent Needs Of The Correctional System And Contribute To Its Overall Improvement. The Contract Will Encompass The Design And Construction Phases Of The Build Of Two (2) Units 2-storey Dormitory At Dppf, Situated Beside The Maximum Security Compound. The Plans And Designs Shall Be In Accordance With The Plan Of The Said Structures As Conceptualized By The Planning And Design Division (pdd) Under The Directorate For Engineering Services (des) Or As Conceptualized By The Winning Bidder If The Latter Is Found To Be Superior (as Defined In Section 3.1.1 Of This Tor). Contractors Shall Be Required To Conduct A Bucor-led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bucor Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Of Any Data Presented By The Contractor. The Design And Build Of Two (2) Units 2-storey Dormitory At Dppf Shall Be Constructed As Per Approved Drawings, Specifications, Bill Of Materials, The Scope Of Works, And The General Contract Conditions Following The Guidelines As Per Annex G Of Irr Of Ra 9184. The Final Location Might Be Changed The Project Shall Have The Following Basic Components: A.complete Detailed Architectural And Engineering Design Plans, Technical Specifications, And Design Calculations For The Construction Of The Project. Such Plans, Designs, And Technical Specifications Shall Be Subject To Review And Approval By The Bucor Pdd. The Design Development And The Contract Documents Phases Of The Design Shall Continue After The Bid Is Awarded. It Shall Likewise Be Subject To Review And Approval By The Directorate For Engineering Services B.the Bid Shall Be Based On The Conceptual/schematic Design Drawings Prepared By The Bucor Pdd Or That Submitted By The Winning Bidder As Defined In Section 3.1.1 Of This Tor. C.the Contractor Shall Complete The Construction Of The Following Facility Component: I.two (2) Units 2-storey “type B” Dormitory With A Design Capacity Of 150 Psdl Per Building; Ii.fire Protection System, Fire Detection Alarm System, And Fire Suppression Equipment Included In Dormitories, Fire And Jockey Pumps; Iii.electrical System: Three-phase Power Line Supply, Connected From The Local Electric Utility; Iv.sanitary And Plumbing Systems: Sewerage And Drainage Systems; V.water Supply System With Sufficient Pressure To Provide The Water Requirement Of The Psdl. The System Is Composed Of A Cistern Tank, Pumps, And An Elevated Water Storage With A Minimum Capacity Of 14,250l (4000 Gal.) Per Dormitory; And, Vi.bunkbeds For 300 Psdl (design And Specification For Pdd Approval). 1.2 Contractual Framework The Contractual Arrangement To Be Used For The Project Is The Design-and-build (db) Scheme. Under This Scheme, The Procuring Entity Awards A Single Contract For The Architectural/engineering Design And Construction To A Single Firm, Partnership, Corporation, Joint Venture, Or Consortium. The Winning Contractor Shall Consult And Collaborate With The Bucor Pdd For The Preparation Of The Detailed Architectural Design Of The Project. The Detailed Architectural And Engineering Design Shall Be Subject To Review And Approval By The Bucor Pdd. Contractors Shall Be Required To Conduct A Bucor-led Site Inspection And Evaluation To Enable The Contractors To Develop Their Proposals Accordingly. The Bucor Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Of Any Data Presented By The Contractor. The Obligations And Liabilities Of The Contractor And Its Architect Shall Be Joint And Solidary For Purposes Of The Detailed Architectural Design Of The Project In Accordance With Article 1723 Of The Civil Code Of The Philippines And Other Pertinent Laws. The Db Scheme Of Procurement Was Recommended, Endorsed, And Adopted Pursuant To Annex G Of Irr Of Ra 9184. 2. Scope Of Contract 2.1 Obligations Of The Winning Bidder/contractor A.render Architectural And Allied Engineering Design Services Including Final Schematic Design Necessary For The Implementation Of The Project. The Allied Engineering Design Services Shall Include, But Shall Not Be Limited To, Design For Architectural, Civil, Structural, Electrical, Mechanical, Plumbing, And Electromechanical. All Drawings Shall Be Generated Using Modern Modeling/drafting Software And Printed On High Quality 20” X 30” Blue Print Paper. B.undertake Detailed Architectural And Engineering Designs (daeds) Using The Given Data Such As Topographic, Hydrographic And Cross–section Surveys, Geotechnical And Geological Investigation, And Hydrologic Investigation And Initial Schematic Design Or Design Concept Provided By The Bucor Pdd Which Conforms With The Minimum Performance Specifications And Standards (mpss); C.if Applicable, Secure Environmental Clearance Or An “environmental Compliance Certificate (ecc)”. If The Proposed Project Is Considered Outside The Purview Of The Philippine Environmental Impact Statement (eis) System, A Certificate Of Non- Coverage Or Certificate Of Exemption Shall Be Secured. D.the Project Shall Be Constructed According To The Daeds Prepared By The Winning Bidder And Approved By The Bucor And In Compliance With The Mpss As Well As Provided In Rule Vii, Section 7 Of The Irr Of Ra 10575. Likewise, Construction Includes Conformance To The Provisions Pertaining To Buildings Under The Latest Edition Of The Dpwh Standard Specifications For Public Works Structures, Volumes Ii And Iii (blue Book). The Blue Book Prescribes, Among Other Things, The Material Requirements And Construction Requirements For Different Items Of Work, Including The Tests To Be Conducted During Construction By The Dpwh-accredited Testing Laboratory. The Blue Book Incorporates Pertinent Provisions Of The American Society For Testing And Materials (astm) And American Concrete Institute (aci), Among Other Standards, Pertaining To Construction. Attention Shall Be Given To The Relevant Items Of Work In The Following Parts Of The Blue Book: Volume Ii ➢part A – Facilities For The Engineer ➢part B – Other General Requirements Volume Iii ➢part A – Earthworks ➢part B – Plain And Reinforced Concrete Works ➢part C – Finishing ➢part D – Electrical ➢part E – Mechanical ➢part I – Water Supply ➢part I-c – Drainage Works ➢part J – Flood Control And Drainage For Materials And Technologies Not Covered By The Blue Book, Or If The Proponent Intends To Use Any New Material/technology That Is Not Accredited By The Dpwh Bureau Of Research And Standards (brs), The Proponent Shall Submit A Certification From A Recognized Foreign Or International Institution To The Effect That The New Materials Or Technology Meets The Mpss For This Project And Has Been Successfully Used In Existing Structures With Proven Integrity. The Winning Bidder Or Contractor Shall Be Held Liable For Design And Structural Defects And/or Failure Of The Completed Project Within The Warranty Period Specified In Section 62.2 Of The Irr Of Ra 9184; And, F.the Winning Bidder Or Contractor Shall Be Solely Responsible For The Design And Shall Be Held Responsible For Any Default Resulting From Improper Design. Further, The Extended Liability Of The Contractor Since It Stipulated That The Works, When Completed, Shall Be Fit For The Purpose For Which It Was Intended As Defined In The Contract. 2.2 Obligations Of The Bucor A.provide Full Information On All Requirements For The Project; B.approve The Winning Bidder Or Contractor’s Design Without Diminishing Their Full And Sole Responsibility For The Quality And Integrity Thereof; C.give Prompt Written Notice Thereof To The Winning Bidder Or Contractor, If It Observes Or Becomes Aware Of Any Defect In The Project; D.designate, When Necessary, Representatives Authorized To Act On Its Behalf. It Shall Examine Documents Submitted By The Winning Bidder Or Contractor And Render Decisions Pertaining Thereto Promptly, To Avoid Unreasonable Delay In The Progress Of Their Work. It Shall Observe The Procedure Of Issuing Orders To The Winning Bidder Or Contractor; E.supervise And Monitor The Implementation Of The Project; I.construction Monitoring And Testing Forms: ·the Use Of Construction Monitoring And Testing Forms That Will Be Provided By The Bucor - Nhq Pdd Is Mandatory Throughout The Duration Of Construction; ·oversight Of These Forms Will Be Conducted By The Dppf Engineering Services (dppf-es) On Behalf Of The Bucor Pdd; ·dppf-es To Impose Contractor Testing Of All Items After Installation And/or Application. Dppf- Es To Send Pdd Copy Of The Test Report/s; ·dppf - Es To Monitor Material Delivery Of Contractor To Ensure All Materials Installed And/or Applied Are In Accordance With The Specifications Stated On Plans And Contract Of This Project; And ·in Case There Would Be A Substitute Or Alternative To The Original Specification Of Material/s, Dppf-es To Inform Pdd Of Such Variation. Ii.bucor Engineer Visits: ·nhq Engineers And Architects (personnel Of Pdd) Will Conduct Site Visits Every Quarter Or Whenever Deemed Necessary To Ensure Compliance With Standards And Regulations; And, ·pdd Personnel To Witness The Final Testing And Commissioning Of The Systems, Equipment, And Utilities Prior To Acceptance Of The Project Or Part Of The Project Thereof. Iii.progress Billing Payment: ·dppf Es Engineers Will Provide Monthly Updates, Or As Deemed Necessary, On The Statement Of Work Accomplishment Based On The Actual Progress Of The Project, Including Reports Updates. F.pay The Accomplishment Accepted In Conformance With The Mpss Included Under The Design And Build Contract. I.these Reports And Swa Updates Of The Dppf Es Will Be Reviewed And Approved By Pdd Before Any Progress Billing Payments Are Made. 2.3 Bidding Documents The Bidding Documents For The Project Shall Govern The Conduct Of The Procurement Of The Project. 3. Scope Of Works 3.1 Planning And Design Phase 3.1.1 Preliminary Architectural Plan (pap) By Bidder The Approved Concept Design Shall Adopt The Provisions Indicated In Rule Vii, Section 7 Of The Irr Of Ra 10575. Bidders Shall Submit Also An Alternative Design Concept With Respect To The Actual Site Condition. This Alternative Design By The Winning Bidder Shall Be Adapted Should The Same Be Found To Be Superior To The One Conceptualized By The Bucor Pdd. 3.1.2 Detailed Architectural And Engineering Design (daed) By The Winning Bidder During The Implementation Of The Project, The Winning Bidder Shall Prepare The Daed Of The Project And Submit The Same To The Bucor For Approval Prior To The Execution Of The Construction Works. The Winning Bidder Shall Prepare The Daed Based On Its Pap As Reviewed And Accepted By The Bucor Pdd And In Accordance With The Minimum Performance Standards And Specifications (mpss). The Daed Shall Be Undertaken With A Degree Of Accuracy That Will Allow Estimates To Be Made Within Approximately Plus Or Minus Five Percent (+/-5%) Of The Final Quantities. Once Approved By The Bucor, The Winning Bidder’s Daed Shall Form Part Of The Mpss. The Bucor-approved Daed, Together With The Mpss Provisions On Construction Under Section 2.0 Hereof, Shall Govern The Actual Construction Undertaken By The Winning Bidder. The Winning Bidder Shall Undertake The Necessary Field Surveys And Investigation In Accordance With The Dpwh Design Guidelines. In Carrying Out These Works, The Winning Bidder Shall Ensure That The Engineering, And Environmental, Particularly During Field Investigations And The Development Of The Preliminary And Final Detailed Engineering Designs. The Winning Bidder Shall Ensure That All Designs Submitted For Approval Have Fully Taken Into Account Key Findings From The Engineering, And Environmental And That Negative Environmental Impacts Have Been Minimized Or Eliminated To The Fullest Extent Possible. 3.1.3 Architectural And Engineering Design Submittals I.architectural Design A.the Building Should Be Designed With Structural, Electrical, Natural, Or Combined Ventilation And Natural Lighting Following Building Design Standards. B.the Prospective Bidder Shall Prepare The Preliminary Architectural Plans In Accordance With The Requirements Of The National Building Code Of The Philippines, Accessibility Law (bp 344) Including All Other Applicable Laws And Local Ordinances. Submittals: (at Suitable Scale On High Quality 20” X 30” Blueprint Paper Minimum Size) 1.site Development Plan 2.vicinity Map 3.perspective 4.floor Plans 5.elevations A.front Elevation B.rear Elevation C.right Elevation D.left Elevation 6.sections A.longitudinal Section B.cross Section 7.doors & Window Schedule 8.plans And Details Of Stairs And Ramps 9.schedule Of Finishes For Floors, Walls, And Ceiling 10.miscellaneous Details Ii.structural Design A.the Proponent Shall Prepare The Necessary Structural Analysis/calculation And Design Of The Structural Members Of The Building Component In Accordance With The National Building Code Of The Philippines With Its Referral Codes Such As The Latest National Structural Code Of The Philippines. The Design For The Structure Shall Take Into Account, Among Other Things, The Seismic Requirements Of The Area To Determine The Optimum Safety Of The Whole Structure And To Minimize Possible Earthquake Damage. B.on The Basis Of The Data Obtained From The Detailed Site Investigations, Topographical/soil And Survey, Geotechnical Engineering, Foundation Investigation, Material Testing, Survey Of Existing Site Conditions, The Seismic Requirements Of The Area, The Load Requirements Of The Building And Other Investigation Required To Obtain The Data Necessary To Ensure The Safety Of The Structure, The Proposal Shall Prepare The Preliminary Structural Design Plans Of The Structure. Submittals: (at Suitable Scale On High Quality 20” X 30” Blue Print Paper Minimum Size) 1.structural Design Criteria And Design Notes 2.foundation Plan 3.floor Framing Plans 4.schedule Of Slab, Beams And Girders 5.schedule Of Columns 6.schedule Of Footings 7.structural Details Of Stairs/ramp, If Applicable 8.roof Framing Plan, If Applicable 9.schedule And Details Of Trusses, If Applicable 10.road Design And Details (if Applicable) 11.miscellaneous Details Iii.sanitary/plumbing Design A.general ·the Detailed Design Shall Conform To The General Standards Adopted By The Sanitary & Plumbing Code Of The Philippines And Other Pertinent Laws And Ordinances. ·all Design Considerations/assumptions Shall Be Based On The Results Of The Technical Studies, Detailed Analyses, And Design Computations. ·the Technical Drawings And Specifications Shall Clearly Indicate All The Details Required To Ascertain The Care And Thoroughness Devoted In The Preparation Of The Drawings. B.drainage And Sewerage ·the Drainage Layout Shall Show All The Required Information Such As Direction Of Flow, Manhole-to-manhole Distances, Sizes Of Lines, Manholes/canals, Location Of Outfalls, Etc. Submittals: (at Suitable Scale On High Quality 20” X 30” Blueprint Paper Minimum Size) 1.general Notes 2.legend & Symbols 3.sewer, Vent, And Storm Drainage Layout 4.enlarged Toilet Plan For Common And Pwd Toilets 5.isometric Diagram 6.miscellaneous Details 7.drainage And Sewerage System 8.three Chamber Septic Tank Plans And Details C.water Supply System ·the Proponent Shall Carry Out A Preliminary Detailed Design For The Water Supply Of The Project. The Design Should Be On The Basis Of The Source And Volume Of Water Supply, Water Consumption, Piping Network, And Conveyance In Accordance With The Applicable Laws, Rules, And Regulations Governing Health, Safety, And Sanitation. ·the Contractor Shall Install Elevated Water Storage/s Per Unit Located Near Each Dormitory (sufficient Capacity To Supply The Pdl). Submittals: (at Suitable Scale On High Quality 20” X 30” Blueprint Paper Minimum Size) 1.general Notes 2.legend & Symbols 3.water Line Layout 4.water Line Isometric Diagram 5.water Reservoir Plans And Details (cistern And Elevated Water Tank) 6.miscellaneous Details Iv.electrical Design A.the Prospective Bidder Shall Prepare A Preliminary Design Plan For The Electrical And Power Supply System Of The Building In Accordance With The Electrical Code Of The Philippines, Fire Code Of The Philippines, National Building Code Of The Philippines, And Other Relevant Laws And Ordinances. B.the Prospective Bidder Shall Prepare A Design For The Electrical And Power Supply System Considering Ease Of Maintenance And Prevention Of Illegal Connections Including Electrical Supply For Ceiling Fans. C.the Prospective Bidder Shall Prepare A Design For A Three-phase Power Line Supply (designed To Supply The Entire Compound Including The Future Developments). Connected From Electric Local Utility To The Security Compound (project Site) Submittals: (at Suitable Scale On High Quality 20” X 30” Blueprint Paper Minimum Size) 1.power Riser Diagram 2.power Layout System 3.lighting Layout System 4.local Area Network System, If Applicable 5.grounding System 6.load Schedules 7.others As Applicable V.other Requirements ➢technical Specifications ➢boring Test ➢structural Design And Analysis And Computation ➢final Design And Construction Plans ➢upon Award Of Contract, The Contractor Shall Comply The Following: Oprepare Final Draft Of Architectural And Engineering Design Plans Incorporating All Design Refinements And Revisions Based On Project Requirement Or As May Be Required By The Bucor Pdd Within The Scope Of Design. Osubmit To The Bucor Design And Build Committee (bucor-dbc) The Final Architectural And Engineering Design Plans And Specifications Duly Signed And Sealed By The Concerned Professional Architect, Engineers, Incorporating All The Necessary Revisions And Refinements For Approval By The Head Of Procuring Entity. 3.2 Construction Phase The Following Works Shall Comprise This Phase: I.permits And Clearances, The Contractor Shall Upon Authorization Of The Head Of The Procuring Entity (hope), Make Representations With The Government Agencies Concerned To Expedite The Processing Of The Necessary Permits And Certificates Such As The Following: A. Zoning Certification And Locational Clearance B. Building /electrical/sanitary Permits C. Certificate Of Occupancy D. Environmental Clearance Certificate E. All Other Permits/clearances As May Be Required For The Construction. Ii.mobilization, The Contractor Shall Mobilize All The Required Project Team Personnel, Equipment, Tools, And Manpower With The Required Skills And In Sufficient Numbers As May Be Necessary For His Efficient Undertaking Of The Project. Iii.clearing, Grubbing, And Hauling/disposal Of Debris Iv.construction Stage, As A Rule, Contract Implementation Guidelines For Procurement Of Infrastructure Projects Shall Comply With Annex “e” Of The Revised Irr Of Ra 9184. The Following Provisions Shall Supplement These Procedures: I.no Works Shall Commence Unless The Contractor Has Submitted The Prescribed Documentary Requirements And The Implementing Unit Has Given Written Approval. Work Execution Shall Be In Accordance With Reviewed And Approved Documents. Ii.the Contractor Shall Be Responsible For Obtaining All Necessary Information As To Risks, Contingencies, And Other Circumstances Which May Affect The Works And Shall Prepare And Submit All Necessary Documents Specified By The Implementing Unit To Meet All Regulatory Approvals As Specified In The Contract Documents. Iii.the Contractor Shall Submit A Detailed Program Of Works Within Fourteen (14) Calendar Days After The Issuance Of The Notice To Proceed (ntp) For Approval By The Head Of The Procuring Entity (hope) That Shall Include, Among Others: A.the Order In Which It Tends To Carry Out The Work Including Anticipated Timing For Each Stage Or Design/detailed Engineering And Construction; B. Periods For Review Of Specific Outputs And Any Other Submissions And Approvals; C.sequence Of Timing For Inspection And Tests; D.general Description Of The Design And Construction Methods To Be Adopted; E.number Of Personnel To Be Assigned For Each Stage Of The Work; F.list Of Equipment Required On Site For Each Stage Of The Work; And G.description Of The Quality Control System To Be Utilized For The Project. Iv.any Errors, Omissions, Inconsistencies, Inadequate Or Failure Submitted By The Contractor That Do Not Comply With The Requirements Shall Be Rectified, Resubmitted And Reviewed At The Contractor’s Cost. If The Contractor Wishes To Modify Any Design Or Document Which Has Been Previously Submitted, Reviewed And Approved, The Contractor Shall Notify The Implementing Unit Within A Reasonable Period Of Time And Shall Shoulder The Cost Of Such Changes. V.as A Rule, Changes In Design And Construction Requirements Shall Be Limited Only To Those That Have Not Been Anticipated In The Contract Signing And Approval. The Following Guidelines Shall Govern Approval For Change Or Variation Order: A.change Orders Resulting From Design Errors, Omissions Or Non-conformance With The Performance Specifications And Parameters And The Contract Documents By The Contractor Shall Be Implemented By The Contractor At No Additional Cost To The Bucor. B.provided That The Contractor Suffers Delay And/or Incurs Costs Due To Changes Or Errors In The Preparation Of Performance Specification And Parameters, The Contractor Shall Be Entitled To Either One Of The Following: ▪an Extension Of Time For Any Such Delays Under Section 10 Of Annex “e” Of Irr-a (ra9184; Or ▪payments For Such Cost As Specified In The Contract Documents, Provided That The Cumulative Amount Of The Variation Order Does Not Exceed Ten Percent (10%) Of The Original Project Cost. C.the Contract Documents Shall Include The Manner And Schedule Of Payment Specifying The Estimated Contract Amount And Installments In Which The Contract Will Be Paid. D.the Contractor Shall Be Entitled To Advance Payment Subject To The Provisions Of Section 4 Of Annex “e” Of The Revised Irr Of Ra 9184. E.the Implementing Unit Shall Monitor The Quality Control Procedures For The Design And Construction In Accordance With The Government Guidelines And Shall Issue The Proper Certificates Of Acceptance For Sections Of The Works Or Whole Of The Works As Provided For In The Contract Documents. F.the Contractor Shall Provide All Necessary Equipment, Personnel, Instruments, Documents And Others To Carry Out Specified Tests. G.this Design And Build Project Shall Have Minimum Defects Liability Period Of One (1) Year Contract Completion Or As Provided In The Contract Documents. This Is Without Prejudice To The Liabilities Imposed Upon The Engineer/architect Who Drew Up The Plans And Specification For A Building Sanctioned Under Section 1723 Of The New Civil Code Of The Philippines. H.the Contractor Shall Be Held Liable For Design And Structural Defects And/or Failure Of The Completed Project Within The Warranty Period Of 15 Years For Permanent Structures/buildings And 5 Years For Roads As Specified In Section 62.2.2 Of The Revised Irr Of Ra 9184 V.as-built Plans. The Contractor Shall Cause The Preparation And Submission Of As-built Plans Duly Signed And Sealed By All Concerned Parties Involved In The Construction In The Same Sheet Size And Scale As The Original Drawings In One (1) Blue Print Copy And One (1) Reproducible Copy. Vi.general Requirements: 1.temporary Facilities Such As Field Offices For The Bucor Inspectorate Team, Project Engineers And Quarters For Laborers; Temporary Warehouse For The Construction Material. 2.office Furniture And Equipment, Survey Equipment And Consumables 3.photographs: This Item Consists Of The Supply Of Equipment And Materials, I.e., Album, Necessary To Undertake Photographic Progress Activities Of The Project And Of All Cost Incidental To The Preparation And Submission Of Photographs (at Least 12 Photographs Per Day). The Quantities For Photographs Shall Be One (1) Set Of Photographs Per Month. 4.minimum Heavy Equipment Requirement (as Needed) For Site Development Such As: No. Item Specification 1. Backhoe 0.8 Cu. M. 2. Backhoe Wheel Mounted With Breaker 0.90 Cu. M. 3. Cargo/service Truck 2-5 Mt., 160 Hp 4. Dump Truck 12 Cu. Yd. 5. Motorized Road Grader G710a, 140hp 6. Payloader 1.5 Cu. M. 7. Vibrator Roller 10 Mt 8. Truck Mounted Crane/rough Terrain Crane Capacity: 25 Mt. 9. Generator Set 100 Kva 10. Water Pump 100mm Suction Dia. 11. One Bagger Mixer 4-6 Ft3/min 12. Concrete Vibrator Ey20, 5hp, 32-70mm 13. Vibro Hammer 45000 Kg-m Or Any Specify Types Of Heavy Equipment Needed For A Site Development Will Be Determined By The Winning Bidder. 5.health And Safety Program Including Personal Protective Equipment (ppe) A.all Standard Safety Measures And Precautions Shall Be Exercised By The Contractor In The Course Of The Project For The Protection Of The Public And Its Workers And In Conformity With Dole Department Order No. 13, Series Of 1998. B.all Workers Shall Be Equipped With Proper Working Uniform And Identification At All Times. They Must Be Registered With The Governing Bucor Security Office And Must Comply With The Bucor’s Rules And Regulations. C.the Contractor Shall Secure His/her Own Equipment And Materials On Site. The Bucor Shall Not Be Liable To Any Losses Incurred During The Progress Of The Work. 6.environmental Compliance 7.communication Equipment: This Item Consists Of The Provision Of Communication Equipment. 8.billboard 9.traffic Management (if Applicable). Vii.building Construction 2 Unit(s) two (2) Units 2-storey “type B” Dormitory With A Design Capacity Of 300 Psdl Per Building. A Standard Livable Area Of 4.7 Sqm Per Pdl And A Maximum Capacity Of 10 Psdl Per Cell - Ra 10575; sliding Metal Cell Doors; floors In Polished Concrete Finished; exterior And Interior Walls In Paint Finished; ceiling – Metal Mesh In Enamel Finished; toilet And Bath: Floors Tiles - Unglazed Wall Tiles – Glazed Plumbing Fixtures (wc, Urinal, Lavatory) – Ceramic Floor Drains – Stainless Steel 1 Lot fire Protection System, Fire Detection Alarm System, And Fire Suppression Equipment Included In Dormitories, Fire And Jockey Pumps. 1 Lot electrical System: Three-phase Power Line Supply, Connected From The Local Electric Utility 1 Lot sanitary And Plumbing Systems: Sewerage And Drainage Systems 1 Lot water Supply System With Sufficient Pressure To Provide The Water Requirement Of The Psdl. The System Is Composed Of A Cistern Tank, Pumps, And An Elevated Water Storage With A Minimum Capacity Of 14,250l (4000 Gal.) Per Dormitory 150 Units double Deck Bunkbeds (design And Specification For Pdd Approval) A.material Specifications: A.floor Finishes ·polished Cement Finish Prison Cell, Hallways, Staircases, And Rooms ·plain Cement Finish - Pathways. ·ramps - Anti Slip Pavers Or Tiles ·crs – Unglazed Ceramic Tiles B.wall Finishes A.glazed Wall Tiles - 1.2 M Height. B.plain Cement Plaster Finish - For All Buildings And Facilities C.ceiling Finishes C.metal Mesh In Enamel Finished D.painting D.semi-gloss Solvent Paint Top Coat (high-end Quality) For Interior And Exterior Walls In Two To Three Coats Application. Apply Concrete Neutralizer For Newly Finished Concrete Surfaces. Use Solvent Primer. E.use Epoxy Paint Primer. Epoxy Paint Finish – For Structural Steel And All Metal Works E.doors And Windows G.no Doors For Prison Facility Comfort Rooms With 1.20-meter Finish Wall Height (see Rule Vii, Section 7 R-irr Of Ra 10575). H.steel Doors And Grills – For Dormitories, Gates, And Other Security Areas. Sliding Doors For All Cells (see Rule Vii, Section 7 R-irr Of Ra 10575) F.waterproofing I.toilet And Baths (second Floor) – Cementitious Waterproofing J.cistern - Polyurethane Waterproofing G.plumbing Works K.upvc Pipe Series 1000 – For All Soil, Sewer, Waste, Dry And Wet Vent Piping High-end Quality L.pprc Fusion Type – For All Water Lines High-end Quality M.contractor Encouraged To Adapt: Lpf Flush Valve For Water Closet Or Stainless Toilet-lavatory Combination. Waterless Urinals 4.approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Php 100,000,000.00. This Is The Ceiling For Acceptable Bids. Bids Higher Than Abc Shall Be Automatically Rejected. 5.proposed Implementation Schedule (example): No. Of Months 1 2 4 5 6 7 8 9 10 11 12 Design Phase Construction Phase 6.eligibility Criteria For Bidders 6.1.general The Eligibility Requirements For This Design And Build Project Shall Adopt The Provisions Of Annex “g” Of The Implementing Rules And Regulations Of Ra 9184 (e.g. Eligibility Requirement). However, A Bidder Who Has No Experience In Db Project On Its Own May Opt To Enter A Subcontracting Agreement, Partnership, Or Joint Venture With A Design Or Engineering Firm For The Design Portion Of The Project. 6.2.legal Requirements A.valid Contractor’s License Issued By The Philippine Contractor’s Accreditation Board B.valid License Of The Contractor’s Designer Issued By The Professional Regulation Commission. 6.3.technical Requirements A.the Contractor’s Designer Must Have Designed One Structure Similar To The Project At Hand With A Construction Cost Of At Least 50% Of The Abc. 6.4.financial Requirements The Contractor Must Have A Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc To Be Bid Or Equivalent To Php100, 000,000.00. 7.contents Of The Bid 7.1 In The First Envelope Class “a” Documents Legal Documents I.philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr. For Procurement To Be Performed Overseas, It Shall Be Subject To The Guidelines To Be Issued By The Gppb. (a) Ii.valid Pcab License, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project; Iii.statement Of All Ongoing Government And Private Contracts; Iv.statement Of Slcc; V.nfcc Computation; Vi.jva, If Applicable; Vii.bid Security In The Prescribed Form, Amount And Validity Period; Viii.project Requirements, Which Shall Include The Following: 1.organizational Chart For The Contract To Be Bid; 2.list Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid With Their Complete Qualification And Experience Data And Photocopy Of Their Valid Licenses Issued By The Professional Regulatory Commission (prc) And Curriculum Vitae Of Key Staff, Partners Or Principal Officers With A Minimum Work Experience Requirements Set In The Bds; 2.list Of Contractor’s Equipment Units Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From Lessor/vendor For The Duration Of The Project. Ix.omnibus Sworn Statement By The Prospective Bidder Or Its Authorized Representative In The Prescribed Format; X.submission Of Preliminary Conceptual Design Plans: Class “b” Documents I.for Infrastructure Projects, Jv Bidders Shall Submit A Jva In Accordance With R.a. 4566 And It’s Irr. Ii.each Partner Of The Joint Venture Shall Submit Their Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements. 1.preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: (at Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) A.location Plan/vicinity Map B.perspective C.floor Plans D.front View Elevation E.rear View Elevation F.left Side View Elevation G.right Side View Elevation H.longitudinal Section I.transverse Section Design And Construction Method 2.list Of Contractor’s Personnel To Be Assigned To The Contract To Be Bid With Their Complete Qualification And Experience Data And Photocopy Of Their Valid Licenses Issued By The Professional Regulatory Commission (prc), Curriculum Vitae Of Key Staff, Partners Or Principal Officers With A Minimum Work Experience Requirements Set In The Bds; For Design The Key Professionals And The Respective Qualifications Of The Design Personnel Shall Be As Follows: •principal Architect The Principal Architect Must Be Duly-licensed With At Least Ten (10) Years’ Experience In The Design Of Residential, Government Offices Or Institutional Facilities, And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. •structural Engineer The Structural Engineer Must Be A Duly-licensed Civil Engineer With At Least Ten (10) Years’ Experience In Structural Design And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. •professional Electrical Engineer The Electrical Engineer Must Be A Registered Professional Electrical Engineer With At Least Five (5) Years’ Experience In The Design Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems And Preferably Knowledgeable In Developments In Emergent Efficient Lighting Technologies And Energy Management. •professional Mechanical Engineer The Mechanical Engineer Must Be A Professional Mechanical Engineer With At Least Five (5) Years In Hvac And Fire Protection Systems And Preferably Knowledgeable In Emergent, Alternative Energy- Efficient Hvac Technologies. •electronics And Communications Engineer The Electronics And Communications Engineer Must Be Duly-licensed With At Least Ten (5) Years’ Experience In The Design Of Communications Systems, And Preferably Knowledgeable In The Application Of Building Automation And Surveillance Systems. •sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In The Design Of Building Water Supply And Distribution, Plumbing, And Preferably Knowledgeable In Waste Water Management/treatment, And Emergent, Alternative Effluent Collection And Treatment System. The Design & Build Contractor May, As Needed And At Its Own Expense, Add Additional Professionals And/or Support Personnel For The Optimal Performance Of All Architectural And Engineering Design Services, As Stipulated In These Terms Of Reference, For The Project. Prospective Bidders Shall Attach Each Individual’s Resume And Prc License Of The (professional) Staff. Design Personnel May Also Be Utilized For The Construction Phase Provided That The Same Meet The Minimum Number Of Years Of Experience In The Construction Of Similar Projects. For Construction Personnel The Key Professionals And The Respective Qualifications Of The Construction Personnel Shall Be As Follows: •project Manager The Project Manager Shall Be A Licensed Architect Or Engineer With At Least Eight (8) Years Relevant Experience On Similar And Comparable Projects In Different Locations. The Project Manager Should Have A Proven Record Or Managerial Capability Through The Directing/managing Of Major Civil Engineering Works, Including Projects Of A Similar Magnitude. •project Architect/engineer The Project Architect/engineer Shall Be A Licensed Architect Or Engineer With At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. •materials Engineer (m.e. I) The Materials Engineer Must Be Duly Accredited With The Dpwh And With At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. •electrical Engineer The Electrical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Lighting, Power Distribution, Communication Systems (specifically Structured And Local Area Network Cabling, Pabx), Building Management Systems. •mechanical Engineer The Mechanical Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Hvac And Fire Protection. •sanitary Engineer The Sanitary Engineer Must Be Duly-licensed With At Least Five (5) Years’ Experience In Similar And Comparable Projects In The Installation Of Building Water Supply And Distribution, Plumbing. •foreman The Foreman Must Have At Least Five (5) Years’ Experience In Similar And Comparable Projects And Shall Preferably Be Knowledgeable In The Application Of Rapid Construction Technologies. •safety Officer The Safety Officer Must Be An Accredited Safety Practitioner By The Department Of Labor And Employment (dole) And Must Have Undergone The Prescribed Forty (40) Hour Construction Safety And Health Training (cosh) And Must Have At Least Two (2) Years’ Experience. 4.value Engineering Analysis Of Design And Construction. The Second Envelope (financial Proposal) Shall Contain All The Required Documents For Infrastructure Projects Under Section 25.38 Of The Irr Of R.a 9184. 2.in The Second Envelope – Financial Proposal The Contents Of Financial Proposal – In The Second Envelope Shall Be Governed By Section 6.1 Design And Build Scheme Of The Dpwh Procurement Manual Volume Ii - Infrastructure Main Guidelines (2016). A.lump Sum Bid Prices, Which Shall Include The Detailed Engineering Cost, In The Prescribed Bid Form Inclusive Of Vat B.detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals Used In Coming Up With The Bid For The Following: I.detailed Architectural And Engineering Design; Ii.demolition Works; And Iii.building Construction/civil Works. C.bill Of Quantities D.cash Flow And Payments Schedule. 8.procedure And Criteria For Bids Evaluation For The Detailed Evaluation Of The Design And Build Proposals A Two-step Procedure Shall Be Adopted By The Bac, Which May Be Undertaken With The Assistance Of The Dbc. First-step Procedure: With The Assistance Of The Bucor Design And Build Committee (bucor-dbc), The Bac Shall Conduct The Opening, Preliminary Examination And Detailed Evaluation Of The Design And Build Proposals, As Follows: (1)the First Step Of The Evaluation Shall Involve The Review Of The Preliminary Conceptual Designs And Track Record Submitted By The Contract As Indicated In The Bidding Documents Using A Nondiscretionary “pass/fail” Criteria That Involve Compliance With The Following Requirements: A. Performance Specifications And Parameters And Degree Of Details; B. Adherence Of Preliminary Design Plans To The Required Concept Of Approach And Methodology For Detailed Engineering, Design And Construction With Emphasis On The Clarity, Feasibility, Innovativeness And Comprehensiveness Of The Plan Approach, And The Quality Of Interpretation Of Project Problems, Risks, And Suggested Solutions; And C. Quality Of Personnel To Be Assigned To The Project Which Covers Suitability Of Key Staff To Perform The Duties Of The Particular Assignments And General Qualifications And Competence Including Education And Training Of The Key Staff. 8.1 Merit Point Critera For The Bid Evaluation 8.1.1 Adherence To Performance Specifications (35 Points) A.compliance And Adherence To Specifications: Excellent Compliance (100 Points): The Submission Fully Adheres To All Specified Project Requirements And Regulations, Demonstrating Meticulous Attention To Detail And Comprehensive Understanding Of The Tor. All Drawings And Documentation Are Accurate, Complete, And In Compliance With Relevant Standards. Good Compliance (80 Points): The Submission Largely Complies With Project Specifications And Regulations, With Minor Discrepancies. Drawings And Documentation Are Mostly Accurate And Complete, Meeting The Majority Of Requirements. Acceptable Compliance (70 Points): The Submission Satisfies Most Of The Specified Requirements And Regulations, Albeit With Some Notable Omissions Or Inconsistencies. Drawings And Documentation Are Generally Accurate And Complete, Meeting The Basic Expectations. Some Reservations (50 Points): The Submission Partially Meets The Specified Requirements And Regulations, With Several Notable Deficiencies Or Inconsistencies. There Are Significant Gaps Or Inaccuracies In The Drawings And Documentation, Raising Concerns About Compliance. Serious Reservations (20%) The Submission Falls Significantly Short Of Meeting The Specified Requirements And Regulations, With Major Deficiencies Or Inconsistencies. Drawings And Documentation Lack Essential Details Or Fail To Comply With Key Standards, Casting Doubt On The Bidder's Understanding Of The Project Scope. Unacceptable (0%) The Submission Fails To Comply With The Specified Requirements And Regulations, Lacking Essential Details And Demonstrating A Fundamental Misunderstanding Of The Project Scope. Drawings And Documentation Are Incomplete Or Inaccurate, Indicating A Lack Of Capability To Deliver The Project On Time. B.functionality And Efficiency: Excellent (100%): The Design Optimally Utilizes Space, Facilitating Efficient Accommodation Of 500 Psdl. Layout And Design Enhance Operational Flow, Demonstrating Exceptional Foresight And Planning. Integration Of Facilities Promotes Smooth Prison Management. Good (80%): The Design Effectively Utilizes Space, With Minor Areas For Improvement In Operational Flow. Layout And Design Contribute To Efficient Prison Management, Meeting Most Functional Requirements. Acceptable (70%): The Design Adequately Utilizes Space, Meeting Basic Requirements For Accommodating 500 Psdl. Layout And Design Support Operational Flow, Though Some Improvements Are Needed For Optimal Functionality. Some Reservations (50%): The Design Partially Optimizes Space Utilization, With Notable Deficiencies In Operational Flow. Layout And Design Hinder Efficient Prison Management, Requiring Significant Adjustments For Improvement. Serious Reservations (20%): The Design Inadequately Utilizes Space, Hindering Accommodation Of 500 Psdl. Layout And Design Severely Impede Operational Flow, Indicating A Lack Of Understanding Of Functional Requirements. Unacceptable (0%): The Design Fails To Optimize Space Utilization, Lacking Consideration For Accommodating 500 Psdl. Layout And Design Pose Significant Obstacles To Efficient Prison Management, Indicating A Fundamental Misunderstanding Of Functional Requirements. C.sustainability And Environmental Considerations: Excellent (100%): The Design Includes Robust Safety Measures And Emergency Protocols, Ensuring The Safety And Well-being Of Psdl And Staff In Accordance With Ra 10575. Good (80%): The Design Integrates Sustainable Design Principles Effectively, With Minor Opportunities For Improvement In Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Are Adequate, Supporting Environmental Sustainability. Acceptable (70%) The Design Includes Basic Sustainable Design Principles, Meeting Minimum Requirements For Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Are Functional, Contributing To Environmental Sustainability. Some Reservations (50%): The Design Partially Incorporates Sustainable Design Principles, With Notable Deficiencies In Energy Efficiency And Material Selection. Sewage Treatment And Water Conservation Measures Lack Comprehensiveness, Limiting Environmental Sustainability. Serious Reservations (20%): The Design Lacks Consideration For Sustainable Design Principles, Neglecting Energy Efficiency And Eco-friendly Materials. Sewage Treatment And Water Conservation Measures Are Insufficient, Undermining Environmental Sustainability. Unacceptable (0%): The Design Disregards Sustainable Design Principles, Showing No Commitment To Energy Efficiency Or Eco-friendly Materials. Sewage Treatment And Water Conservation Measures Are Absent Or Inadequate, Disregarding Environmental Sustainability. D.aesthetics And Architectural Design: Excellent (100%): The Design Exhibits Exceptional Aesthetic Appeal And Architectural Coherence, Showcasing Innovative And Visually Pleasing Elements. Consideration Of Local Architectural Vernacular And Contextual Integration Is Evident, Contributing To The Overall Excellence Of The Design. Good (80%): The Design Demonstrates Good Aesthetic Appeal And Architectural Coherence, With Some Areas For Enhancement In Creativity And Visual Impact. Consideration Of Local Architectural Vernacular And Contextual Integration Is Apparent, Enriching The Design. Acceptable (70%): The Design Achieves Acceptable Aesthetic Appeal And Architectural Coherence, Meeting Basic Expectations For Visual Presentation. Consideration Of Local Architectural Vernacular And Contextual Integration Is Present, Though Limited In Scope. Some Reservations (50%): The Design Lacks Significant Aesthetic Appeal And Architectural Coherence, With Notable Deficiencies In Creativity And Visual Impact. Consideration Of Local Architectural Vernacular And Contextual Integration Is Minimal, Detracting From The Overall Quality Of The Design. Serious Reservations (20%): The Design Exhibits Poor Aesthetic Appeal And Architectural Coherence, Failing To Engage Visually Or Inspire Interest. Consideration Of Local Architectural Vernacular And Contextual Integration Is Lacking, Diminishing The Design's Relevance And Appropriateness. Unacceptable (0%): The Design Lacks Any Aesthetic Appeal Or Architectural Coherence, Showing No Effort To Engage Visually Or Integrate With The Local Architectural Vernacular. Consideration Of Contextual Integration Is Absent, Rendering The Design Unsuitable For The Project. 8.1.2 Approach And Methodology For Detailed Engineering, Design, And Construction (40 Points) Excellent (100%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Exceptionally Clear, Feasible, Innovative, And Comprehensive. The Plan Demonstrates A High Level Of Understanding Of Project Problems, Risks, And Suggested Solutions, With Well-defined Strategies For Addressing Them. Good (80%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Clear, Feasible, And Comprehensive, With Some Innovative Elements. The Plan Adequately Addresses Project Problems, Risks, And Suggested Solutions, Though Some Areas May Require Further Development. Acceptable (70%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Satisfactorily Addresses Project Requirements, With A Basic Level Of Clarity And Feasibility. The Plan Outlines Strategies For Addressing Project Problems, Risks, And Suggested Solutions, Meeting The Minimum Expectations. Some Reservations (50%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Partially Addresses Project Requirements, With Notable Gaps In Clarity And Feasibility. The Plan Lacks Innovative Elements And May Inadequately Address Project Problems, Risks, And Suggested Solutions. Serious Reservations (20%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Demonstrates Significant Deficiencies In Clarity, Feasibility, And Comprehensiveness. The Plan Fails To Adequately Address Project Problems, Risks, And Suggested Solutions, Indicating A Lack Of Understanding Or Inadequate Planning. Unacceptable (0%): The Concept Of Approach And Methodology For Detailed Engineering, Design, And Construction Is Unclear, Infeasible, And Lacks Comprehensiveness. The Plan Fails To Address Project Problems, Risks, And Suggested Solutions, Indicating A Fundamental Misunderstanding Or Disregard For Project Requirements. 8.1.3 Quality Of Personnel Assigned To The Project (25 Points) Excellent (100%): The Personnel Assigned To The Project, Including Key Staff, Are Highly Suitable And Competent To Perform Their Duties. Key Staff Members Possess Exceptional Qualifications, Competence, Education, And Training Relevant To Their Roles, Demonstrating A High Level Of Expertise And Experience. Good (80%): The Personnel Assigned To The Project, Including Key Staff, Are Suitable And Competent To Perform Their Duties Effectively. Key Staff Members Possess Relevant Qualifications, Competence, Education, And Training, Demonstrating Solid Expertise And Experience. Acceptable (70%): The Personnel Assigned To The Project, Including Key Staff, Meet The Basic Requirements For Suitability And Competence In Performing Their Duties. Key Staff Members Possess General Qualifications And Competence, Education, And Training Relevant To Their Roles, Meeting The Minimum Expectations. Some Reservations (50%): The Personnel Assigned To The Project, Including Key Staff, Demonstrate Some Suitability And Competence In Performing Their Duties, But Notable Deficiencies Are Present. Key Staff Members May Lack Certain Qualifications, Competence, Education, Or Training, Raising Concerns About Their Ability To Effectively Fulfill Their Roles. Serious Reservations (20%): The Personnel Assigned To The Project, Including Key Staff, Exhibit Significant Deficiencies In Suitability And Competence To Perform Their Duties. Key Staff Members Lack Essential Qualifications, Competence, Education, Or Training, Indicating A Lack Of Expertise Or Experience Relevant To Their Roles. Unacceptable (0%): The Personnel Assigned To The Project, Including Key Staff, Are Unsuitable And Incompetent To Perform Their Duties Effectively. Key Staff Members Lack The Necessary Qualifications, Competence, Education, And Training, Demonstrating A Fundamental Mismatch With The Requirements Of Their Roles. 8.2 Determination Of The Merit Point Score The Aggregate Of The Scores In Each Criterion Must Be 70% Or More To Pass Using The Following Formula In The Equation. Description Weight (w) Rating (r) Criteria 1 35% (smax/sact) Criteria 2 40% Sact Criteria 3 25% Sact Smax = Η (100) Sact = R1 +r2 +r3 + . . .(rη) Where Η = Number Of Sub-criteria R = Rating Given To The Criteria/sub-criteria The Actual Score (sact) For Each Of The Criteria/sub-criteria Is Obtained By Adding All The Given Ratings. (smax) Is The Summation Of The Maximum Score Per The Criteria 3.passing Rate The Specific Passing Rate Value Depends On The Specific Context Of The Project, The Priorities Of The Design And Build Committee, And The Complexity Of The Requirements Outlined In Ra 10575. Based On The Provided Criteria And Descriptions, The Passing Rate For The Merit Point Criteria (mpc) Could Be Set At 75%. This Means That Bidders Must Score At Least 75% Or Higher In The Evaluation Process To Be Considered As Meeting The Minimum Requirements For The Project A.pass Rate Per Criteria Will Be Determined Using The Formula: Score = W1*r1 + W2*r2 + W3*r3 B.a Bid Or Technical Bid That Failed In Any Of The Criteria Will Not Be Considered For Further Evaluation C.a Score Above 75% Will Be Considered Technically Responsive. Aggregate Scores Of Less Than 75% Will Be Considered Failed And May Be Rejected On That Basis. Second-step Procedure: Only Those Bids That Passed The Above Criteria Shall Be Subjected To The Second Step Of Evaluation. The Bac Shall Open The Financial Proposal Of Each “passed” Bidder And Shall Evaluate It Using Non-discretionary Criteria – Including Arithmetical Corrections For Computational Errors – As Stated In The Bidding Documents, And Thus Determine The Correct Total Calculated Prices. The Bac Shall Automatically Disqualify Any Total Calculated Bid Price That Exceeds The Abc 9.data To Be Provided By The Bucor These Data Are For Reference Only And Do Not Guarantee The Contractor That The Data Provided Are Correct, Free From Error, And Applicable To The Project At Hand. The Contractor Is Responsible For The Accuracy Or Applicability Of Any Data That He Will Use In His Design-build Proposal And Services. Sample Data For Buildings: A. Conceptual Plans 10. Documents To Be Provided By The Contractor During Contract Implementation A.detailed Architectural And Engineering Plans B.design Analysis C.survey Data D.quantity Calculation E.detailed Geotechnical Investigation Report F.design Report. G.as-built Plans, (printed Including Cad Files And Bim Files (lod 500) H.other Relevant Documents 11.design And Build Period The Winning Bidder Shall Commence Actual Works Upon The Issuance By The Bucor Of The Notice To Proceed (ntp). The Winning Bidder Shall Complete The Daed And Submit Within The Ninety (60) Calendar Days (cds) Period To The Bucor For Review And Approval. The Contractor Shall Complete The Construction Of The Building Within 305 Cds For The Total Contract Duration Of 365 Cd. Conforme: Name Of Company In Print Signature Over Printed Name Of Authorized Representative/date Section Vii. Drawings The Conceptual Drawings Should Be Attached To This Section Or Annexed In A Separate Folder As Part Of The First Envelope (technical Component Envelope). Preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: At Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) 1.location Plan/vicinity Map 2.perspective 3.floor Plans 4.front View Elevation 5.rear View Elevation 6.left Side View Elevation 7.right Side View Elevation 8.longitudinal Section 9.transverse Section Section Viii. Bill Of Quantities The Bill Of Quantities Should Be Attached To This Section As Part Of The Second Envelope (financial Component Envelope). Section Ix. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I.technical Component Envelope Class “a” Documents Legal Documents ⬜ (a)valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b)statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c)statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (d)valid Pcab License, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project; And ⬜ (e)original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And (f)project Requirements, Which Shall Include The Following: ⬜ A.organizational Chart For The Contract To Be Bid; ⬜ B.list Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid With Their Complete Qualification And Experience Data And Photocopy Of Their Valid Licenses Issued By The Professional Regulatory Commission (prc) And Curriculum Vitae Of Key Staff, Partners Or Principal Officers With A Minimum Work Experience Requirements Set In The Bds; ⬜ C.list Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g)original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate Or Board Resolution/partnership Resolution In Case Of A Corporation, Partnership, Or Cooperative; Or Original Notarized Special Power Of Attorney In Case Of Sole Proprietorship Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. And ⬜ (h)conformity With The Technical Specifications (scope Of Work); And ⬜ (i)preliminary Conceptual Architectural Design Plans In Accordance With The Degree Of Details Specified By The Procuring Entity: (at Suitable Scale On High Quality A3 Blue Print Paper /digital Print Minimum Size) 1.location Plan/vicinity Map 2.perspective 3.floor Plans 4.front View Elevation 5.rear View Elevation 6.left Side View Elevation 7.right Side View Elevation 8.longitudinal Section 9.transverse Section ⬜ (j) Design And Construction Method And ⬜ (k) Value Engineering Analysis Of The Design And Construction Method. And Financial Documents ⬜ (l)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. And Class “b” Documents ⬜ (m) Jv Bidders Shall Submit A Jva In Accordance With R.a. 4566 And Its Irr. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements. Ii.financial Component Envelope ⬜ (n)original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (o)original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (p)duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (q)cash Flow And Payment Schedule. Bidding Form Company Letterhead Statement Of Ongoing Government & Private Contracts Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Nature Of Work Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation Total Contract Value At Award Date Of Completion Or Estimated Completion Time Value Of Outstanding Works Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Six (6) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Nature Of Work Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation Total Contract Value At Award Date Of Completion Or Estimated Completion Time Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. ______________________________________________________ [insert Name Of Bidder’s Authorized Representative] _____________________________ [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ Issued On ______________ At ___________________________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Omnibus Sworn Statement Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1.[select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2.[select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid Of The Bureau Of Corrections, As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid Of The Bureau Of Corrections, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3.[name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4.each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5.[name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6.[select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7.[name Of Bidder] Complies With Existing Labor Laws And Standards; And 8.[name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A.carefully Examining All Of The Bidding Documents; B.acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C.making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D.inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid. 9.[name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10.in Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Certificate Of Net Financial Contracting Capacity Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _____________________ (p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _________________day Of ________________, 2025 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Bid Form Date: Ib No: To Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City We, The Undersigned, Declare That: (a)we Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid; (b)we Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered Below Is: ________________________________________₱_________________; The Discounts Offered And The Methodology For Their Application Are: [insert Information]; (c)our Bid Shall Be Valid For A Period Of 120 Calendar Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (d)if Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of 30% Percent Of The Contract Price For The Due Performance Of The Contract; (e)our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries; (f)we Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (g)our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (h)we Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (i)we Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. (j)we Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The Design And Build Of Two (2) Units Two-storey Dormitory At Dppf 2025- Re-bid Of The Bureau Of Corrections. (k) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: In The Capacity Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date17 Mar 2025
Tender AmountRefer Documents
Details: Introduction: this Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Emergency Pharmacy Building At The Tucson Cmop Facility Located In Tucson, Az.
project Description:
the Tucson Consolidated Mail Outpatient Pharmacy (cmop) Is Seeking An Architect / Engineering Firms To Provide A/e Services For The Investigation, Design, Cost Estimating, Preparation Of Construction Documents, And Construction Administration Services For A New Building That Will House An Emergency Pharmacy Service (eps) Tractor Trailer, Storage, And Administrative Space. The Facility Will Not Be Open To The Public And The Parking Lot Is Access Controlled. Since The Property Is Federally Owned, City Permitting Is Not Required. The Construction Documents Shall Be Stamped By Individuals Licensed Through The Arizona State Board Of Technical Registration. The Maximum Square Footage Of The Building Is 23,433 (219 X 107 ) And The Minimum Is 17,500. The Exact Size Will Depend On The Space Plan, Whether Two Floors Can Be Utilized, And Budget. The Scope Of This Project Includes But Not Limited To The Following: Civil (i.e. Utilities, Grading, And Drainage), Architectural (i.e. Space Plans, Floor Plans, Ffe, And Landscaping), Structural (i.e. Exterior Walls And Roof), Mechanical (i.e. Floor Plans, Sequence Of Operations, And Equipment), Electrical (i.e. Floor Plans, Equipment, Integration Of Solar Pv System, And One-lines), Telecommunications (i.e. Floor Plans And Integration With Main Cmop Building), And Physical Security (i.e. Access Controls, Intrusion Detection, Video Surveillance, And Integration With Main Cmop Building And Parking Lot). the A/e Is Responsible For All Labor, Materials, Tools, Equipment, And Design Services Necessary To Complete The Design Of The Project. The A/e Shall Provide A Complete Construction Ready Design, Scope Of Work, Construction Cost Estimate And Percent-loaded Construction Schedule For The Parking Garage, Including Identifying The Critical Path. The Completed Design Will Satisfy All Requirements Assuring Compliance With All Applicable Local, State And Va/federal Codes And Guidelines. The Proposed Designs Should Include The Following Requirements: Complete Architectural, Plumbing, Structural, Electrical, Civil, Mechanical, And Fire Protection System Design. All Other Work Related To Provide A Complete And Usable Project Based On The Requirements Stated Above. procurement Information:
the Proposed Project Will Be A Competitive, Firm-fixed-price Design Contract. The Anticipated Solicitation Will Be Issued Utilizing Far Part 36. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In Mid To Late May 2025. The North American Industry Classification System (naics) Code 541330 Applies To This Procurement. In Accordance With Far 52.236-22 Design Within Funding Limits, The Construction Cost Limit For The Construction Contract Cannot Exceed $13,955,880. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 541330. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit An Electronic Response That Addresses The Above Information. Please Submit As A Pdf, Hard Copies Will Not Be Accepted.â please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responsesâ shall Be Submitted Via Email To The Primary Point Of Contact Listed Below Byâ march 17, 2025, At 1:00 Pm Et.â no Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. primary Point Of Contact: mica Tacderan
contract Specialist
mica.tacderan@va.gov
Municipality Of Pototan, Iloilo Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date24 Mar 2025
Tender AmountPHP 540 K (USD 9.5 K)
Details: Description Republic Of The Philippines Province Of Iloilo Municipality Of Pototan Bids And Awards Committee Tel No. (033) 321-2596 Mobile No. 0909-011-5999 Email Address: Bacsecpototan20@gmail.com Invitation To Bid For The One (1) Job Labor And Materials For Structural Design Analysis And Consultancy For The Proposed Regional Warehouse For Dswd Field Office Vi Disaster Response Management Division With Loading Dock And Office In Connection With Your Invitation To Pb2025-cw-020 Scheduled On March 24,2025; 2:00p.m., I/we Proposed To Furnish And Deliver In Conformity With The Terms And Conditions, And Specifications Of The Items Of Which I/we Quoted As Specified Below, And To Bind Ourselves To Accept The Awards Of All Articles Subject To The Condition Of These Proposal. The Unit Prices That We Quoted For The Items Are Inclusive Of Cost Of Labor, Transportation To Deliver The Materials At The Required Place Of Delivery, Taxes And Other Incidentals. To Guarantee Our Faithful Compliance Of The Herein Offer With The Terms And Condition In The Invitation To Bid, I/we Enclosed A Bidder’s Bond In Our Technical Documents; __________________________________________ I Hereby Certify That I Am Joining The Bidding. (please Check Appropriate Box) Wholly Partially Item No. Specifications Unit Qty Brand Cost Amount Structural Design Analysis And Consultancy For The Proposed Regional Warehouse For Dswd Field Office Vi Disaster Response Management Division With Loading Dock And Office Scope Of Work A. Standard Sub-surface Soil Investigation & Laboratory Tests 1. Standard Penetration Test(spt) At Every 1.50 Meter Interval Of Non-rock Formations To A Maximum Depth 10.67 Meters Depth Or Point Of Consistent Refusal Whichever Comes First. 2. Soil Classification Tests And Stratification. 3. Soil Bearing Capacity Calculation. 4. Recommendation On Allowable Soil Bearing Capacity, Type Of Foundation System, Factors And Other Considerations Related To Foundation Design And Seismic Load Calculations. 5. Theoretical Pile Design Capacity Calculation. 6. Grain Size Sieve Analysis Dr422-63 Laboratory Tests. 7. Specific Gravity D854-14 Laboratory Tests. 8. Moisture Content Laboratory Test. 9. Plastic Limit & Liquid Limit D4318 Atterberg's Limits Laboratory Tests. Note: Lot Plan, Site Development Plan, And Or Ground Floor Layout Plan Of The Proposed Project Shall Be Provided By The Owner Before The Conduct Of The Test. The Owner Ensures That The Test Site Is Accessible, Clear Or A Space 6mx6m Wide With 6m High Headroom At Each Borehole Location Is Free From Obstructions, Are Not Overlain By Escombros Filling Material And Not Under Water. B. Structural Design Analysis & Detailing 1. Meet And Discuss With Design Team, Engineers, Architect, And Construction Managers Regarding Requirements, Design Concepts, Project Parameters, And Requirements, Etc. 2. Perform Structural Design Analysis Of The Proposed Building Project. 3. Prepare Detailed Design Drawings Of The Structural System And Member Components. 4. Prepare Design Analysis And Specifications 5. Certify And Structural Plans, Details, And Specifications As Structural Engineers On Record. Job 1 Total Amount Of Bids In Figures: Php_____________________ Abc: Php 540,000.00 Amount Of Bid Bond: Php_______________ I/we Hereby Certify That I/we Have Carefully Read, Understand And Agree To All Terms And Conditions And Specification In The Invitation (itb) Under Pb2025-cw-020 Scheduled On March 24,2025; 2:00p.m. 1. The Municipality Of Pototan, Through The Mooe Fund Intends To Apply The Sum Of Five Hundred Forty Thousand Pesos (php 540,000.00) Being The Abc To Payments Under The Contract For Pb2025-cw-020. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Pototan Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Forty (40) Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Pototan-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During 8 O’clock In The Morning Up To 5 O’clock In The Afternoon, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 17,2025 Up To March 24,2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php1,000.00 The Following Documentary Requirements Are Needed Upon Buying The Bidding Documents: 1. Letter Of Intent 2. Spa If Represented By An Authorized Representative 3. Notarized Certificate Of Employment If Represented By An Authorized Representative 4. Photocopy Of Company I.d. 6. The Municipality Of Pototan Will Hold A Pre-bid Conference On Na At Two O’clock In The Afternoon At Lgc Bldg., Mb Peñaflorida St. Pototan Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On March 24,2025 Before Two O’clock In The Afternoon At The Lgc Bldg. Mb Peñaflorida St. Pototan, Iloilo. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 24,2025, At Two O’clock In The Afternoon At Lgc Bldg. Mb Peñaflorida St. Pototan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Pototan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. A. For Further Information, Please Refer To: Riza M. Holland Bac - Secretariat M.b. Peñaflorida St., Pototan, Iloilo Bacsecpototan20@gmail.com March 24,2025 ______________________________________ Reina B. Perez Bac Chairman
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: This Sources Sought Notice 36c77625q0092 Has Been Replaced With 36c77625q0094 synopsis: Introduction: In Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). The Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Construction Project At The Lake City Va Medical Center Located At 619 S Marion Ave., Lake City, Fl. 32025. Project Description: The Scope Of This Project Is To Upgrade The Facility Infrastructure To Support The New Electronic Health Record Modernization (ehrm) System In Accordance With The Va Oehrm Site Infrastructure Requirements And Infrastructure Standard For Telecommunications Spaces V3.1. This Project Is To Replace All Data Infrastructure For The Campus. This Will Include New Data Center Equipment, New Telecom Rooms/equipment And New Data Drops To All Existing Data Outlets. Existing Equipment And Cabling Will Be Removed From Existing Tr Rooms. In Most Cases Existing Rooms Contain Other Systems Not Being Addressed In This Project And Rooms Cannot Be Reused For Other Functions. Procurement Information: The Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. This Project Is Planned For Advertising In Early-april 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 1095 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. Capability Statement: Respondents Shall Provide A General Capabilities Statement To Include The Following Information: Section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. Section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). Section 3: Provide A Statement Of Interest In The Project. Section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: No More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. Provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. Describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. It Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 30, 2025 At 2:00 Pm Et. No Phone Calls Will Be Accepted. The Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. At This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. Contracting Office Address: Vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 Independence, Oh 44131 Primary Point Of Contact: Jason Phillip Contract Specialist Jason.phillip@va.gov Secondary Point Of Contact: Bridget May Contracting Officer Bridget.may@va.gov
Government Of New Brunswick Tender
Civil And Construction...+1Civil Works Others
Canada
Closing Date15 Jul 2025
Tender AmountRefer Documents
Details: Division02-existing Conditions Division05-metals Division06-wood, Plastics, And Composites Division07-thermal And Moisture Protection Division08-openings Division09-finishes Division31-earthwork Division32-exterior Improvements ***documents Are Available Through The Construction Association*** Door Replacement New Brunswick Community College Moncton, Nb 153-nbc Bw5c16 Address All Inquiries To Alain Malenfant Architect Inc. 18 Botsford Street, Suite 100 Moncton, Nb, E1c 4w7 506-857-8601 Site Visit Date & Time July 7, 2025 At 10:30 Am Contact Ryan Trenholm 506-377-2309 Ryan.trenholm@nbcc.ca This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Instructions For Bid Submission 1. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By Email To Constructionbidssoumissions@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission By Email For Important Instructions On How To Submit Bids By Email. 2. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email) Will Not Be Accepted. 3. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 4. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt In The Province's Electronic Mail System. 5. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 6. All Tenders Must Be Ddp (delivery Duty Paid), Per Incoterms 2020 Ddp. The Seller Bears All Costs And Risks Until The Goods Are Delivered To The Buyer At The Named Place Of Destination, Ready For Unloading, And Cleared For Import, Including All Duties And Taxes. 7. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. This Procurement Is Subject To The Procurement Act And Construction Services Regulation. All Bid Submissions Must Be Accompanied By A Security Deposit In The Amount Of Ten Percent (10%) Of The Total Bid Price. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents. Excluded Jurisdictions 1. In Accordance With Section 143.1 Of Regulation 2022-78 Under The Procurement Act, Us Bids For This Solicitation May Be Refused At The Sole Discretion Of The Government Of New Brunswick. Refused Bids Will Not Be Returned And There Will Be No Further Notification To Refused Bidders. 2. For The Purpose Of This Section: 2.1 "us Bid" Means A Bid Submission From: A) A Us Entity, Or B) A Joint Venture, Syndicate, Partnership Or Other Business Combination Or Cooperative Arrangement In Combination With A Us Entity That Is Submitted From A Place Of Business Within The United States Of America. 2.2 "us Entity" Means A) A Business Or Professional Organization, Including Without Limitation A Corporation, Partnership, Joint Venture, Professional Corporation, Limited Liability Company, Sole Proprietorship, Trust Or Association Or Other Commercial Organization, That Is Created, Established, Formed Or Incorporated In Any Jurisdiction In The United States Of America; And B) Any Entity That Is Owned Or Controlled By An Entity Listed In Paragraph 2.2(a); And 2.3 "place Of Business" Means An Establishment Where A Vendor Or Manufacturer Conducts Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. The Province Of New Brunswick Reserves The Right To Waive Minor Non-compliance Where Such Non-compliance Is Not Of A Material Nature In Its Sole And Absolute Discretion, Or To Accept Or Reject In Whole Or In Part Any Or All Bids, With Or Without Giving Notice. Such Minor Non-compliance Will Be Deemed Substantial Compliance And Capable Of Acceptance. The Province Will Be The Sole Judge Of Whether A Bid Is Accepted Or Rejected. Tariffs Price Adjustments Suppliers Should Prepare Bid Submissions Based On Information And Costs Known At The Time Of Submission. If The Price Of Any Goods Included Within This Solicitation Is Affected By New, Previously Undisclosed Tariffs Or Duties Implemented After The Bid Submission Period Has Closed, The Awarded Supplier(s) May Request A Price Increase From The Government Of New Brunswick (gnb) To Offset The Increased Costs (a "tariff Price Adjustment") As Outlined In This Section. Before Requesting A Tariff Price Adjustment From Gnb, Suppliers Should First Seek Refund Or Relief From Applicable Federal And Provincial/territorial Government Applicable Tariff Relief Programs. If The Supplier Is Unable To Obtain Financial Relief Or Support From Federal And/or Provincial/territorial Governments, Suppliers May Request A Tariff Price Adjustment From Gnb For The Affected Goods, After Providing Sufficient Evidence That Financial Relief Or Support Was Denied. Suppliers Must Substantiate Any Tariff Price Adjustment Request With Supporting Information And Documentation Satisfactory To Gnb In Its Sole Discretion, Including But Not Limited To: 1) A Detailed Description Of The Goods On Which A Price Increase Is Sought, The Associated Hs Codes, And The Applicable Tariffs; 2) Detailed Breakdown Of How Tariffs Have Impacted The Supplier's Operations And/or Supply Chain, Including Raw Materials, Production, And Shipping; 3) A Cost Comparison Before And After The Tariffs, Showing How They Directly Impact The Supplier's Pricing, And The Supplier's Plans To Mitigate Cost Pressures; 4) Evidence Demonstrating The Supplier's Inability To Source The Goods Or Substitutes From Non-us Suppliers, Or Other Factors Preventing The Sourcing Of The Goods Or Substitutes From Non-us Suppliers (e.g., Contractual Obligations); And 5) Any Supportive Or Corroborative Information, Such As Communications From The Supplier's Supply Chain Or Logistics Partners, Which Confirms The Impact Of Tariffs On The Supplier's Costs. Requests For Tariff Price Adjustments Should Be Sent To The Contact Person On The Purchase Order Or Contract. Acceptance Of Any Price Increase Is Solely At The Government Of New Brunswick's Discretion, And Subject To Any Conditions Imposed At The Time Of Approval. All Bids Will Be Deemed To Have Been Submitted In Contemplation Of The Above Noted Potential Adjustments To Price. By Submitting A Bid, Each Supplier Acknowledges That The Other Suppliers Who Have Submitted Bids May Obtain A Tariff Price Adjustment In Accordance With The Requirements Noted Above, And Waives Any Claim, Action Or Proceeding Against Gnb Relating To A Tariff Price Adjustment To Any Contract Arising From This Solicitation. This Procurement Is Subject To The Canadian Free Trade Agreement. Further Details Related To Bid Bond Requirements, Contract Term And Insurance Requirements Are Listed In The Related Tender Documents.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date21 May 2025
Tender AmountRefer Documents
Details: *****amendment 0001***** proposal Due Date Has Been Extended To 21 May 2025, At 1100hrs Via The Piee Solicitation Module. All Other Terms And Conditions Remain Unchanged. *****site Visit Roster And Meeting Minutes Have Been Attached***** w912hn25b4004 project No.:88726 construct Cyber & Dod Information Network Facility (mca3-aka Signal School) fort Eisenhower, Ga the U.s. Army Corps Of Engineers {usace) Savannah District Is Issuing An Invitation For Bid (ifb) W912hn25b4004 For Project Number: 88726, Construct Cyber & Dod Information Network Facility (mca3 – Aka Signal School), Fort Eisenhower Georgia. note: This Solicitation Will Result In A C-type Stand-alone Contract. type Of Contract & Naics:this Acquisition Will Be Solicited Using Far Part 14, Sealed Bid Procedures For One (1) Firm-fixed-price (ffp) Contract. The North American Industry Classification System (naics) Code Is236220 – Commercial And Institutional Building Construction, With A Small Business Size Standard Of$45m. product Service Code:y1jz – Construction Of Miscellaneous Buildings. type Of Set-aside:this Acquisition Is Being Offered As Full And Open Competition With A Hubzone Price Evaluation Preference Iaw Far 19.1307. construction Magnitude:in Accordance With Dfars 236.204, The Magnitude Of This Construction Project Is Anticipated To Be Between$100,000,000 And $250,000,000. bid Due Date:bids Will Be Due 21 May 2025 At 1100 Edt Via Piee.the Virtual Public Bid Opening Link Will Be Provided Via Sam.gov Two Days Prior To Proposal Due Date. site Visit:site Visit Will Be Held 17 April 2025 At 10am, Located At The Parking Lot On The East Side Of Brant Hall, 25810 Chamberlain Ave, Fort Eisenhower, Ga 30905. Please Contact Brett Wiliford At (912) 652-6104 period Of Performance:the Period Of Performance Including All Options Is1,324calendar Daysafter The Issuance Of The Notice To Proceed. project Scope:the Purpose Of This Procurement Is To Construct A New Cyber And Communications Network Training Facility. The Project Scope Includes Construction Of A New Automation-aided Instructional Facility Which Adheres To The Army’s General Instruction Buildings (gib) Standard Design Criteria. Consisting Of Classrooms, Instructional Labs, Instructor Offices, Conference/counseling Rooms, Separate Student, And Staff Break Areas, Student Records Storage, Central Storage, And Computer Maintenance Area. The Project Scope Also Includes Administrative Spaces, Which Consists Of Workstations, Private Offices, And Shared Use Spaces, All In Support Of The Cyber Center Of Excellence (ccoe) Mission.full Design Drawings And Specifications Have Been Prepared Under A Separate Architect-engineer (a-e) Contract. the Project Scope Also Provides Loading/service Areas, Secure Information Systems, And Fire Detection, Protection, And Alarm Systems, In Addition To Intrusion Detection System (ids), And Closed-circuit Tv (cctv) Installation. Utility Monitoring Control Systems (umcs) Connection Is Also Included, In Addition To Cyber Security Engineering And Cyber Security Validation. Supporting Facilities Include Site Development, Utilities And Connections, Lighting, Paving, Walks, Curbs And Gutters, Storm Drainage, Secure Information Systems, Landscaping, And Signage. Heating And Air Conditioning Will Be Provided By Connection To The Existing Energy Plant. Measures In Accordance With The Department Of Defense (dod) Minimum Antiterrorism Standards For Buildings Will Be Provided. Access For Individuals With Disabilities Will Be Provided. Comprehensive Building And Furnishings Related Interior Design Services Are Required. Building Information Systems For This Facility Are Not Included In The Project Scope Or Unit Cost Of The Building. Facilities Will Be Designed To A Minimum Life Of 40 Years In Accordance With Dod's Unified Facilities Criteria (ufc 1-200-02) Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance. this Project Is Fully Designed, And All Technical Specifications And Drawings Are Provided Through Piee. solicitation Website:the Official Solicitation, When Posted, Will Be Available Free Of Charge By Electronic Posting Only And May Be Found On The System Of Award Management System {sam) Website, Https://sam.gov. Paper Copies Of The Solicitation Will Not Be Issued. Therefore, Telephone And Fax Requests For This Solicitation Will Not Be Honored. project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader. Contractors Must Register At The Sam Website At Https://sam.gov To Download The Solicitation For This Project. if/when Issued, Amendments Will Be Posted To The Above-referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Before Closing; Therefore, The Offerors Must Check The Website Periodically For Any Amendments To The Solicitation. registrations:system For Award Management (sam)-offerors Shall Maintain An Active Registration In The Sam Database At Https://sam.gov To Be Eligible For A Government Contract Award. Suppose The Offeror Is A Joint Venture (jv). In That Case, The Jv Entity Shall Have Valid Sam Registration In The Sam Database Representing The Jv As One Business/firm/entity. If An Offeror Is Not Actively And Successfully Registered In The Sam Database At The Time Of Award, The Government Reserves The Right To Award To The Next Prospective Offeror. procurement Integrated Enterprise Environment (piee): The Only Authorized Transmission Method For Bids In Response To The Forthcoming Solicitation Is Electronic Via Procurement Integrated Enterprise Environment (piee) Solicitation Module. No Other Transmission Method (e-mail, Facsimile, U.s. Postal Mail, Hand Carried, Etc.) Will Be Accepted. Offerors Must Have An Active Proposal Manager Role In Piee At Https://piee.eb.mil/. the Following Link Is Provided To Satisfy Far 36.211(b) Reporting Requirements For Construction Contracts Anticipated To Be Awarded To A Small Business. The Information Is Accessed By Clicking On “view Construction Contract Modification Process” (satisfying Far 36.211(b)(1)) And “view Construction Contract Modification Process Past Performance Data” (satisfying Far 36.211(b)(2)) On The Website Provided." Https://www.usace.army.mil/business-with-us/partnering/mod/129895/details/443/ point Of Contact: Contracting Officer - Mr. Greg Graham - Gregory.m.graham@usace.army.mil
2051-2060 of 2232 archived Tenders