Electrical Engineering Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Details: Page 2 Of 2 description: This Is A Pre-solicitation Notice For The Establishment Of An Architect-engineering (a-e) Contract With Services To Be Performed At The Salem Va Medical Center At 1970 Roanoke Blvd, Salem, Va 24153. This Requirement Is Being Executed Under A 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb) Firms. This Announcement Is Not A Request For Proposal; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf-330s. The Sf-330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top, Scroll Down To Locate And Click On The Sf-330 Hyperlink Entitled, Architect-engineer Qualifications. Interested Firms Should Submit Their Current Sf-330, Parts I And Ii, To Chanel.johnson@va.gov. The Sf-330s Are Due No Later Than 9:00 Am, Est, February 18, 2025. scope Of Work: intent provide Professional Engineering Services To Include Option Analysis, Phasing Design, Investigative Surveys And Reports, Planning, Consultation And Visits, Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Cost Estimates And Provision Of Construction Period Services As Necessary For Project 658-24-109 Renovate Patient Restrooms, At Vamc Salem, Virginia. The Restrooms Identified For Renovation Shall Be Brought Up To Department Of Veterans Affairs (va) Standards And Specifications As Well As The Architectural Barriers Act Accessibility (abaa) Standards. There Are 18 Restrooms Currently Planned To Be In The Scope Of This Project. The Va Will Review The Cost Estimate At The Design Development Stage And Confirm Or Alter The List Of Restrooms. In No Case Will New Restrooms Be Added To The Scope But One Or More May Be Removed If Necessary To Meet The Available Funding.   The Project Intent Is To Develop A Complete Design Package That Addresses All Va And Abaa Requirements On Restrooms In Building 143. Restrooms To Be Brought Up To Standards Typically Require Expansion And Complete Renovation Of All Finishes And Fixtures. design Efforts Shall Include: conduct A Site Investigation Of All Identified Restrooms In Building 143. Identify Nonconformance Issues Using The Requirements Of All Applicable Va Standards And Specifications, And Of The Abaa Standards. utilizing A Rating Or Scoring System, Identify The Restrooms That Are Priority Based On Greater Nonconformity With Standards. Ratings / Scoring Shall Be Documented In A Schedule Such That The Construction Can Be Phased Accordingly. For The Design Development (60%) Submission Review, The Va Will Review The Cost Estimate Submission And Confirm Or Alter The Restrooms That Will Be In Scope. provide A Recommendation For Va Personnel To Follow Up, Regarding Requirements Of The Abaas For Wheelchair Accessible Toile Rooms In Existing Buildings. Specifically, Use F202 Existing Buildings And Facilities, Paragraph F213.2, Exception Number 4 To Determine Whether Va Policy And Requirements For Renovations May Take Advantage Of This Exception, And Recommend Methods To Comply To Include: provision Of Two Wheelchair Accessible Unisex Single Use Toilet Rooms Per Floor. Recommend Other Renovations As Needed Such As Grab Bars And Clearance Of Fixtures, For The Other Single Use Toilet Rooms On Each Floor. make A Recommendation On Whether To Provide On Each Floor One Wheelchair Accessible Unisex Single Use Toilet Room, And One Ambulatory Accessible Toilet Room Of A Lesser Minimum Square Footage. examine Whether On The First Floor, The Single Use Toilet Rooms Constitute A Cluster Of Single Use Toilet Rooms And Are Therefore Subject To A Minimum Of 50% Wheelchair Accessible. examine Potential Benefits Or Impacts On The Basement Floor Of Building 143, Where We Have Identified Five Single Use Toilet Rooms For Renovation. The Benefits To Examine Are The Expected Completion Of Four Wheelchair Accessible Toilet Rooms With More Than One Toilet (two Men S And Two Women S), Which Are Being Renovated And Brought Up To Abaas Compliance As Part Of Project# 658-24-104 Renovate Main Lobby. Specifically Make A Recommendation Whether The Completion Of Those Restroom Renovations Will Mean No Other Toilet Rooms Need Be Made Wheelchair Accessible But Only Meet Ambulatory Patient Requirements Such As Space In The Room And Clearance Of Fixtures, Provision Of Grab Bars, Etc. Examine According To The The Requirements Of F213.2 And Exception 4 But Also Any Applicable Va Policies And Standards Which Speak To The Issue. provide A Complete Design Package Which Shall Include Drawings And Construction Specifications To Renovate All Restrooms Included In The Program. In Addition To The Overall Restoration Requirements, The Following Shall Also Be Required: a/e Satisfy The Following Milestones: schematic Design (30%) drawings outline Specifications And A Draft Of The Submittal Register construction Cost Estimate design Development Review Meeting final Design Submission (95%). The Final Design Shall Be Complete, Free Of Errors And Ready In The A/e Firm S Judgment To Be Issued For Construction. The Purpose Of The Review Is A Check For Inadvertent Errors And No Further Design Is Anticipated Other Than Correction Of Errors In The Set. drawings full Specifications And The Submittal Register construction Cost Estimate design Development Review Meeting construction Documents (100%) drawings full Specifications construction Cost Estimate construction Documents Review Meeting . the A/e Shall Complete The Project Design In Accordance With This A/e Scope, With All Applicable Va Standards And Specifications, And With Abaa Standards For Toilet Rooms In Healthcare Facilities Unless Otherwise Approved By The Va. The A/e Shall Retrieve All Va Design Information And Standards From The Va Facilities Web Site (http://www.va.gov/facmgt/standard). The A/e Shall Incorporate These Documents And All National, State And Local Codes Adopted And Used By The Va In The Design Of This Project. All Applicable Standards Shall Be Reflected In The Construction Cost Estimate. The Facility Record Drawings And Autocad Files Are Available For The A/e S Use. Note: Not All Record Drawings Are Available On Autocad. Additionally, The Accuracy Of Facility Record Drawings Must Be Field Verified By The A/e. At A Minimum, The A/e Shall Utilize The Following References, As Applicable, For Planning And Design Purposes. national Cad Standards And Standard Details Pg-18-4 vha Program Guide Pg-18-3 va Master Construction Specifications Pg-18-1 h-18-8 Seismic Design Requirements sanitary Design Manual For Hospital Projects pg-18-13 Barrier Free Design Handbook nfpa Codes design Manuals Pg-18-10 cultural Resource Management D-7545 & H-7545 government-furnished Record Drawings (a/e To Field Verify Conditions) pg-18-15 A/e Submission Requirements. pg-18-12 Design Guides (graphical, By Function) pg-18-14 Room Finishes, Door, And Hardware Schedules facility Guidelines Institute (fgi) american Institute Of Architects (aia) a/e Shall Address The Following Items In The Design: estimate Of Construction Project Costs And Duration Including Simplified Schedule To Include Progress And Final Inspections And All Work Required For The Base Bid And The Bid Alternatives. Revise Cost Estimates And Schedules For Each Design Submittal. access To Buildings Must Remain Adequately Operational And Completely Protected During Site Investigations And Shall Be Phased To Minimize Impacts To Patients During The Construction Process. contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion. the A/e Has Responsibility For Duty To Report Any Fraud, Waste And Abuse Witnessed While On Va Premises To The Integrity And Compliance Officer. the Following Quantities Of Design Review Material Are Required For The Schematic Design, Design Development, Final Design, And Construction Document Submissions: one (1) Full Size, One (1) Half Size, And One (1) Electronic Set (pdf And Autocad 2022 Format) Of The Design Drawings. two (2) Paper Copies And One (1) Electronic Copy (ms Word) Of Sample Edited And Marked-up (track Changes Enabled) Va Master Specifications. two (2) Hardcopy Sets And One (1) Electronic Set Of Final Engineering Calculations. provide Two (2) Hard Copies And One (1) Electronic Copy Each Of The Budgetary Cost Estimate And Preliminary Schedule. in Addition To Those Items Listed Above In Item 5, For The Construction Document Submission The Following Quantities Of Review Materials Are Required. This Submission Shall Include Severable Components And The Overall Project As Described Above: brief Description Of Work For Inclusion In Ifb (microsoft Word), Including Descriptions Of Deductive Alternates And Associated Completion Times. list Of Sole Source Items With Justification (if Applicable). list Of Or-equal Items With Justification (if Applicable). schedule: overall Period Of Performance: 210 Days From The Notice To Proceed. site Investigation Report Is Due 45 Calendar Days From The Notice To Proceed. schematic Design (30%) Submission Is Due 45 Calendar Days From The Receipt Of The Site Investigation Report the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission. design Development (60%) Submission Is Due 30 Calendar Days From The Date Schematic Design Comments Are Provided. the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission. final Design (95%) Submission Is Due 30 Calendar Days From The Date Design Development Comments Are Provided. the Government Will Provide Review Comments 15 Calendar Days From Receipt Of The Design Submission. construction Documents Submission Is Due 15 Calendar Days From The Date Full Design Review Comments Are Provided. the Government Will Accept The Construction Documents Within Five Calendar Days Of Receipt, Or Will Require Re-submission Of The Construction Documents If There Are Remaining Comments That Have Not Been Adequately Addressed. any Delays To The Schedule Due To Re-submissions That May Be Required Upon Government Review, Is The Responsibility Of The A/e And Shall Not Result In A Claim For Delay. evaluation Factors For Award the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, And Other Factors Considered. Boards Will Evaluate Firms' Qualifications Strictly On The Basis Of The Announced Selection Criteria And Their Stated Order Of Importance. The Criteria Will Be Applied As Follows: part I Technical Capability the Following Criteria Will Be Used To By A Selection Board To Determine The Most Highly Qualified Firms In Respect To Their Technical Capability. Technical Capability Will Be Evaluated Based On The Following Factors: specialized Experience And Technical Competence (far 36.602-1(a)(2)). Offerors Will Be Evaluated Based On The Specialized Experience Of A Firm On Similar Projects And The Technical Capabilities (such As Design Quality Management Procedures, Cadd/bim, And Equipment Resources,) Of The Prime Firm And Any Subcontractors. Evaluation Will Be Based On The Information Presented In The Architect-engineer Qualifications - Standard Form 330 (sf330). A Maximum Of Five (5) Example Projects May Be Submitted For Consideration Under Sf330, Part I, Section F. Example Projects Should Be Designs Completed Within Six (6) Years Of Solicitation Closing Date. professional Qualifications (far 36.602-1(a)(1)). A Board Will Evaluate, As appropriate, The Education, Training, Registration, Certifications (see Paragraph 3-4.d(4)), Overall And Relevant Experience, And Longevity With The Firm Of The Key Management And Technical Personnel. This Criterion Is Primarily Concerned With The Qualifications Of The Key Personnel And Not The Number Of Personnel, Which Is Addressed Under The Capacity Criterion. The Lead Designer In Each Discipline Must Be Registered As Required By Far 36.609-4 And 52.236-25 But Does Not Have To Be Registered In The Particular State Where The Project Is Located. capacity (far 36.602-1(a)(3)). A Firm S Capacity Will Be Evaluated Based On Their Experience With Similar Size Projects, The Available Capacity Of Key Disciplines To Perform The Work In The Required Time, And A Primary Design Schedule. The Volume Of Work Awarded During The Previous 12 Months, Based On Data Extracted From The Federal Procurement Data System, Will Be Considered When Evaluating Capacity. Additionally, The Full Potential Value Of Any Current Indefinite Delivery Contracts That A Firm Has Been Awarded Will Be Considered When Evaluating Capacity. knowledge Of The Locality (far 36.602-1(a)(5)). Firms Will Be Evaluated On Their Knowledge Of The Locality Such As Knowledge Of Local Historical Features, Climatic Conditions, And Local Construction Methods That Are Unusual Or Unique To The Area. design Quality Control Plan. Firms Will Be Evaluated On Their Approach To Ensure Technical Quality And Accuracy Of Work Products. A Firm's Approach To Resolve Issues Of Quality Will Be Analyzed To Determine Its Ability To Provide Quality Design Products. Describe And Define The Processes Of The Firm's Quality Control Plan And List, By Name And Position, All Key Personnel Responsible For Its Execution. Quality Control Information Shall Also Address Safety Measures Particularly With Respect To Field Work And Site Investigations. Information Describing Quality Management May Be Presented In Sf330, Part I, Section H. A Design Quality Control Plan Shall Be Submitted As Part Of The Proposal. experience In Construction Period Services. Firms Will Be Evaluated On Their Experience In Providing Construction Period Services To Include Professional Field Inspections During Construction, Review Of Construction Submittals, Support In Answering Request For Information, And Support Of Construction Contract Changes To Include Drafting Statements Of Work And Preparing Cost Estimates. part Ii Past Performance the Following Criteria Will Be Used To By A Selection Board To Determine The Most Highly Qualified Firms Based On A Firm S Past Performance. past Performance (far 36.602-1(a)(4)). Firms Will Be Evaluated Based On Their Cpars For Past Projects. part I Technical Capability first, The Technical Capability Of All Offers Will Be Evaluated On An Adjectival Basis. Sub-factors Will Be Weighted Equally, And All Areas Must Have At Least A Satisfactory Rating. evaluators Shall Assign A Rating From The Following Table Based On The Minimum Requirements Stated In Each Sub-factor Section. adjectival Rating definitions exceptional meets All Requirements And Exceed Majority Of Requirements. Overall The Proposal Meets And Significantly Exceeds, In All Aspects, The Standards For Evaluation: Very High Probability Of Success: No Significant Weaknesses. very Good meets All Requirements And Exceed Some Requirements. The Proposal Meets And, In Some Cases, Exceeds The Standards For Evaluation; High Probability Of Success; No Significant Weaknesses And Only Minor Correctable Deficiencies. satisfactory the Proposal Meets The Standard For Evaluation; Good Probability Of Success; Only Minor Weaknesses And Correctable Deficiencies. marginal lacks Material Information. The Proposal Fails To Meet Some Of The Standards For Evaluation; Low Probability Of Success; Major Weaknesses And/or Uncorrectable. unacceptable lacks Material Information. The Proposal Fails To Meet Some Or All Of The Standards For Evaluation; Need Major Revision To A New Submission To Make If Acceptable Or May Contain Uncorrectable Deficiencies. sub-factor 1 Specialized Experience And Technical Competence criteria: This Factor Will Evaluate The Offeror S Technical Competence, Based On Successful Completion Of Projects, In The Design Of Fire Protection Systems In A Hospital Environment. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides A Minimum Of Three (3) And A Maximum Of Five (5) Examples Of Their Choice Of Completed Projects Or In Progress Of Similar Contracts In Size And Scope (hospital Remodel/renovation; Minimum Threshold Value Of $500,000). In Describing The Experience, Provide The Following Information: project Title, Location And Brief Description Including The Building Use (medical Facility, Etc) And Contracting Method (design Build, Design Bid Construct, Cm At Risk, Turnkey, Etc). project Owner And Name And Telephone Number Of Owner S Contact Person. indicate Your Firm S Role As A Prime Contractor Or Subcontractor, Etc. project Prime Contractor And Major Subcontractors And Name And Telephone Number Of Contact Person(s). project Statistics Including Start And Completion Dates (original Vs. Actual) For Design; Cost (with Brief Explanation Of What Is Included In The Cost); Square Footage; And Any Awards (prizes) Received. sub-factor 2 Professional Qualifications criteria: This Factor Evaluates The Offerors Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team. minimum Standard Of Acceptability: The Offeror Must Provide The Resumes For The Following Key Personnel Purposed For Assignment To The Project: project/design Manager: Must Have A Minimum Of Five (5) Years Experience Successfully Managing Design Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. electrical Engineer: Must Have A Minimum Two (2) Years Experience Designing Electrical Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. mechanical Engineer: Must Have A Minimum Of Two (2) Years Experience Designing Hvac Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. civil Engineer: Must Have A Minimum Of Two (2) Years Experience Designing Hvac Systems Within A Hospital Environment. Projects Shall Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. architect: Must Have A Minimum Of Two (2) Years Experience Designing Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above bim Manager: Must Have A Minimum Two (2) Years Experience Managing The Design Of Projects Using Building Information Modeling Software. other Disciplines Proposed By The Offeror: Must Have A Minimum Of Two (2) Years Experience Successfully Designing Projects That Meet The Criteria For Similar Projects As Defined In Evaluation Factor 3 Above. all Resumes Must Include The Following Information And May Not Exceed Two (2) Pages Per Resume, And Must Explain How The Proposed Key Personnel S Experience Meets The Minimum Qualification Requirements For This Contract, As Described Above: name And Title project Assignment name Of Firm With Which Associated sub-factor 3 Capacity criteria: This Factor Will Evaluate The Offeror S Ability To Perform Both The Design And Construction Period Services. The Offeror Shall Demonstrate That Is Has The Capacity To Accomplish The Work In The Required Time. Additionally, The Offeror Shall Show That It Can Perform The Required Site Investigations, Design Services, And Construction Period Services Without Adversely Affecting The Project Schedule. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides: offeror Must Specify The Total Volume Of Work Awarded To The Firm Within Twelve (12) Months Of Solicitation Closing And Provide A Proposed Design Schedule Not To Exceed 215 Calendar Days. Prepare And Submit A Practicable Design Schedule Laying Out All Necessary Performance Elements Needed To Complete This Project Identified In The Solicitation In The Proposed Period Of Performance. The Schedule Must Be In The Form Of A Progress Chart Of Suitable Scale To Indicate Appropriately The Percentage Of Work Scheduled For Completion By Any Given Date During The Performance Period. In Addition, The Schedule Must Be Submitted In The Microsoft Project Format. Offerors Should Only Include The Work Elements Necessary To Complete The Required Work. It Is The Offeror S Responsibility To Identify All Necessary Project/work Elements And The Proposal Adequately Identifies Acceptable Critical Path Elements. sub-factor 4 Knowledge Of The Locality criteria: Identify Example Projects That Demonstrate The Firms Knowledge Of The Locality (i.e. Salem Va Medical Center). minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides: firms Shall Demonstrate Knowledge Of Localities Per Example Projects. Knowledge Of The Va Visn 6 Service Area Will Hold Much Higher Weight And Evaluated More Favorably Than Projects Outside The Visn 6 Service Area. General Understanding Of The Local Conditions, Including Physical Environment, Local Engineering Criteria, And Construction Methods Will Be Evaluated. The Following Key Personnel Resumes Shall Also Be Evaluated For Knowledge Of Localities: Project Manager, Architectural, Mechanical, And Electrical. The Basis Of Evaluation For This Criterion Will Focus On The Information Provided In Sf330, Part I, Section E (resume Of Key Personnel), Section F (example Projects), And Section H (additional Information) That Provides Additional Information Describing Same/similar Qualifications As Deemed Relevant To Performance At The Salem Va Medical Center sub-factor 5 Design Quality Control Plan criteria: The Plan Shall Identify Personnel, Design Review Procedures, Site Investigation/confirmation Of Existing Conditions Plan, Tests Proposed, And Forms To Be Used. A Finalized, More Detailed Design Quality Control Plan (qcp) Will Be Required To Be Submitted And Approved After Contract Award. minimum Standard Of Acceptability: The Minimum Standards Of Acceptability Are Met When The Offeror Provides: a Description Of The Quality Control System, Including A Chart Showing Lines Of Authority And Acknowledgement That The Design Manager Shall Implement Control Measures For Verification Of All Design Activities. the Names, Qualifications (in Resume Format), Duties, Responsibilities, And Authorities Of Each Person Assigned As Design Quality Control (qc) Manager. Any Replacements Must Have Similar Qualifications In Dealing With Projects Of Similar Size And Scope. sub-factor 6 - Experience In Construction Period Services criteria: Identify Example Projects That Demonstrate The Firms Experience Providing Construction Period Services. Will Be Evaluated On Their Experience In Providing Construction Period Services To Include Professional Field Inspections During Construction, Review Of Construction Submittals, Support In Answering Request For Information, And Support Of Construction Contract Changes To Include Drafting Statements Of Work And Preparing Cost Estimates. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides A Minimum Of Three (3) And A Maximum Of Five (5) Examples Of Their Choice Of Completed Projects Of Similar Contracts In Size And Scope (hospital Remodel/renovation; Minimum Threshold Value Of $500,000) For Which Construction Period Services Were Provided. part Ii Past Performance next, The Government Will Evaluate The Offeror S Demonstrated Past Performance Of Projects In Order To Determine The Offeror S Ability To Perform The Contract Successfully And Help Determine Responsibility. As With Technical Capabilities, The Firms Will Be Evaluated With An Adjectival Rating System. adjectival Rating definitions exceptional meets All Requirements And Exceed Majority Of Requirements. Overall The Proposal Meets And Significantly Exceeds, In All Aspects, The Standards For Evaluation: Very High Probability Of Success: No Significant Weaknesses. very Good meets All Requirements And Exceed Some Requirements. The Proposal Meets And, In Some Cases, Exceeds The Standards For Evaluation; High Probability Of Success; No Significant Weaknesses And Only Minor Correctable Deficiencies. satisfactory the Proposal Meets The Standard For Evaluation; Good Probability Of Success; Only Minor Weaknesses And Correctable Deficiencies. marginal lacks Material Information. The Proposal Fails To Meet Some Of The Standards For Evaluation; Low Probability Of Success; Major Weaknesses And/or Uncorrectable. unacceptable lacks Material Information. The Proposal Fails To Meet Some Or All Of The Standards For Evaluation; Need Major Revision To A New Submission To Make If Acceptable Or May Contain Uncorrectable Deficiencies. note: Offerors With No Relevant Past Performance History Will Not Be Evaluated Favorably Or Unfavorably On Past Performance And Will Be Given A Neutral Rating. criteria: Offerors Must Provide A Minimum Of Three (3) And A Maximum Of Five (5) References Of Their Choice Of Projects Of Similar Contracts In Size And Scope (hospital Building Remodel/renovation; Minimum Construction Threshold Value Of $500,000). The Offeror Must Provide For Each Reference The Reference's Company Name, Pocs, Address, Contact Information To Include Phone Number And E-mail Address, Project Description, Dollar Value And Period Of Performance. The Government Will Consider And Evaluate Offeror's Past Performance Information, To Include The References, Which Are Deemed Recent And Relevant For The Requirements Of This Rfp. recency Assessment: An Assessment Of The Past Performance Information Will Be Made To Determine If It Is Recent. To Be Recent, The Effort Must Be Ongoing Or Must Have Been Performed During The Past 6 Years From The Date Of Issuance Of This Solicitation. Past Performance Information That Fails This Condition Will Not Be Evaluated. relevancy Assessment: An Evaluation Of All Recent Performance Information Obtained To Determine Whether The Provided Design Performed Under Those Contracts Relate To A Similar Size And Scope As Those Required By This Solicitation. In Determining The Relevancy Of Effort Performed Under Individual Past Performance Contracts, The Government Will Consider The Specific Effort Or Portion Consistent With That Proposed By The Prime Contractor And/or Subcontractors. The Past Performance Information Obtained From Sources Will Be Used To Establish The Relevancy Of Past Performance. minimum Standard Of Acceptability: The Minimum Standard Of Acceptability Is Met When The Offeror Provides Minimum Of Three (3) And A Maximum Of Five (5) References Of Their Choice Of Projects Of Similar Contracts In Size And Scope (hospital Building Remodel/renovation; Minimum Threshold Value Of $500,000) In Which The Offeror Adhered To Period Of Performances. The Offeror Must Provide For Each Reference The Reference's Company Name, Pocs, Address, Contact Information To Include Phone Number And E-mail Address, Project Description, Dollar Value And Period Of Performance. The Government Will Consider And Evaluate Offeror's Past Performance Information, To Include The References, Which Are Deemed Recent And Relevant For The Requirements Of This Rfp. -- End Of Item 8. Evaluation Criteria -- release Of Claims For Delivery Orders: Prior To The Final Payment Under Each Delivery Order Issued Under This Contract Or Prior To Settlement Upon Termination Of The Delivery Order, And As A Condition Precedent Thereto, The A/e Shall Execute And Deliver To The Contracting Officer A Release Of All Claims Against The Government Arising Under Or By Virtue Of This Contract, Other Than Such Claims, If Any, As May Be Specifically Excepted By The A/e From The Operation Of The Release In Stated Amounts To Be Set Forth Therein. upon Completion Of Construction And Incorporation Of All Revisions Required To Complete The Record Drawings, The Following Items Shall Be Submitted: a. 1 Set Of Reproducible Hard Copy As-built Plans (30 X 42 ) Plus An Electronic Set In Autocad Version 2022 (.dwg) And Pdf Format.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
United States
Closing Date7 Apr 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Announcement Only And Not A Request For Quotes, Bids, Or Proposals. This Request Is Solely For The Purpose Of Conducting Market Research To Enhance The Department Of Veterans Affairs (va), Network Contracting Office 16 (nco 16) Understanding Of The Market Offered Products, Services, And Capabilities. Your Responses To The Sources Sought Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. the Va, Nco 16 Is Seeking To Identify Potential Qualified Vendors Capable Of Fulfilling The Services Outlined In The Statement Of Work (sow). This Requirement Is For The Fayetteville Va Medical Center Located At 1100 North College Avenue, Fayetteville, Ar 72703-1944. item description quantity unit Of Measure 0001 cooling Tower 2 Repairs In Accordance With The Sow 1 Jb the North American Industry Classification Code (naics) Is 811310, Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance With A Size Standard Of $12.5 Million. Prior To Issuing A Solicitation, And Pursuant To The Veterans First Contracting Program, The Va Is Trying To Ascertain If There Are Any Qualified Service Disabled Veteran Owned Small Businesses (sdvosb) Or Veteran Owned Small Businesses (vosb) With The Capability Of Fulfilling The Requirement. Respondents Are Not Limited To Sdvosb/vosb Concerns; The Government Seeks To Identify All Potentially Interested Sources. all Responsible Vendors And Interested Parties Please Respond To This Sources Sought Announcement If You Have The Capability Of Fulfilling This Requirement. Responses To This Sources Sought Shall Include The Following Information: 1. Your Company Name, Address, Contact Person Name, Phone Number, E-mail address(s), Uei Number, Number Of Employees, And Company Website If Available. 2. If You Are An Gsa/fss Contract Holder Are The Referenced Services/repairs Available On Your Schedule/contract? Provide Your Company Gsa/fss Contract Number And Contract Expiration Date, If Applicable. 3. Is Your Company A Contract Holder On Any Other Federal Contract? Are The Referenced Services/repairs Available On That Federal Contract? If So, Please Provide The Contract Number. 4. Socio-economic Status Of Business Such As But Not Limited To (sdvosb/vosb, 8(a), Hub Zone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hub Zone Business, Large Business, Etc.). 5. Is Your Company Considered Small Under The Naics Code Identified In This Sources Sought Announcement? interested Vendors Are Reminded That In Accordance With Far Subpart 4.12, Offerors And Quoters Are Required To Complete Electronic Annual Representations And Certifications In System For Award Management (sam) Accessed Via Https://www.sam.gov As A Part Of Required Registration (see Far 4.1102 - Policy). all Registrants Are Required To Review And Update The Representations And Certifications Submitted To Sam As Necessary, But At Least Annually, To Ensure They Are Kept Current, Accurate, And Complete. The Representations And Certifications Are Effective Until One Year From Date Of Submission Or Update To Sam. this Notice Shall Not Be Construed As A Commitment By The Government To Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. All Information Submitted In Response To This Announcement Is Voluntary; The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. All Information Submitted In Response To This Sources Sought Notice Become Property Of The Government. interested Vendors Should Submit An Email To Marcos.madrazo-jones@va.gov. All Responses Must Be Received In Writing No Later Than 5:00 Pm Cst On April 07, 2025. Questions Or Inquiries Will Not Be Answered Or Acknowledged, And No Feedback Or Evaluations Will Be Provided. No Solicitation Document Is Available At This Time. This Notice Is To Acquire Information Only; Therefore Your Response Will Not Be Considered For A Contract Award. Vendors Interested In Providing An Offer Will Have To Respond To A Solicitation Announcement That Shall Be Published Separately. statement Of Work (sow) contractor Must Furnish All Management, Supervision, Labor, Material, Equipment, Tools, Supplies, Consumables, Parts, And Related Services, In Accordance With The Sow To Perform Repairs On Cooling Tower 2. Contractor Must Verify Existing And New Dimensions, Locations, And Quantities To Complete This Project Located On The Fayetteville Va Medical Center, 1100 N. College Avenue, Fayetteville, Ar 72703. the Authorized Government Representative (agr) Will Be Responsible For Technical Monitoring Of The Contractor's Performance And Deliveries. The Agr And The Contractor's Representative Shall Work Together To Ensure That All Contractual Requirements Are Being Met. The Authorized Government Representative For This Requirement Is: kenneth W. Wright (479) 313-5089 kenneth.wright8@va.gov general Requirements: any Provision Or Partial Provision Of The Contract, Including But Not Limited To, Drawings And Specifications That Is Not Consistent With This Sow Will Be Null And Void Only To The Extent Of The Inconsistency. All Other Provisions Or Partial Provisions Of The Contract, Including But Not Limited To, Drawings And Specifications, Must Remain In Full Force And Effect. information Security: The Certification And Accreditation (c&a) Does Not Apply, A Security Accreditation Package Is Not Required. contractor Must Have The Following Requirements Completed Within Ten (10) Business Days Of Contract Award: osha 10 And 30 Certifications: Submit As A Minimum Osha 10 Certification To The Agr For Every Contractor Employee That Will Be Working On The Medical Center Property. Osha 10 Cards Are To Always Remain On The Employee S Person. contractor Point Of Contract (poc): Notify The Agr In Writing Of The Name, Phone Number, Email Address Of The Contractor Appointed Poc. the Designated Individual Must Have Full Authority To Act For The Contractor On All Matters Relating To Work Performance, To Receive, Accept And Sign For Any Notices, Inspection Reports And All Other Correspondence On Behalf Of The Contractor From The Agr And/or Contracting Officer (co). this Individual Must Oversee The Contractor S Worksite Operations And Ensure All Work Is Performed In Accordance With All Contract Requirements Including Scheduling, Quality, And Safety. This Individual Must Be Always Available When Contract Work Is In Progress, And Shall Respond To The Work Site As Directed By The Agr. the Contractor Or Their Designated Poc Must Return Phone Calls Or Text(s) To The Agr Within 1 Hour Of Contact And Must Return Emails From The Agr Within 24 Hours Of Contact. period Of Performance (pop): One Hundred Twenty (120) Calendar Days. work Site Access: Contractor Must Provide A Written Schedule For Contract Work To The Agr Within 10 Days Of Award For Review And Approval. Work Will Not Commence Work Without Written Approval From The Agr. regular Business Hours: Site Work Must Be Scheduled During Regular Business Hours, 0700 To 1500 Hours, Monday Through Friday (excluding The Following Federal Holidays - New Year S Day, Martin Luther King Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, And Christmas Day). outside Regular Business Hours: Work Must Be Scheduled During 1600 To 0600 Hours, Monday Through Friday, Saturday And Sunday (excluding The Following Federal Holidays - New Year S Day, Inauguration Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day And Christmas Day) And Must Not Commence Without Prior Agr Written Approval At No Additional Expense To The Government. this Project Must Be Turn-key In Accordance With This Sow, Drawings, And Specifications To Be Complete And Working System(s). the Medical Center Must Continue To Operate During The Contract Pop, Including But Not Limited To, The Mechanical And Electrical Systems. contractor S Work Must Be Conducted With The Least Amount Of Disruption To The Medical Center Facility. prior To The Start Of Job Site Activities, Together The Contractor And Agr Must Conduct A Site Survey To Identify And Review Specific Work And Differing Site Conditions. warranty: Contractor Must Guarantee Workmanship For A Period Of One (1) Year After Agr Written Acceptance Of Work. contractor Must Furnish A Minimum One (1) Year Parts And Labor Warranty On Equipment, Components, And Materials Furnished Plus Any Manufacturer S Warranty Greater Than One (1) Year. emergency Service: Contractor Emergency Service Must Be Available 24 Hours Per Day. Contractor Must Respond On-site To Emergency Service Calls Within Two (2) Hours Of Notification. Contractor Must Have The Issue(s) Corrected Or A Plan In Place (awaiting Parts) Within Four (4) Hours Of Arrival At Job Site. Any Temporary Repairs Must Have Prior Written Approval By The Chief, Engineering Service Or Their Designated Representative. qualifications Of Contractor: contractor Must Possess A Class A Hvac Contractor License And A State Of Arkansas Electrical Contractor License. contractor Must Be Proficient In The Operation And Programing Of The Alerton Building Management System. No Medical Center Support Will Be Provided. requirements For Quote: the Contractor Shall Submit The Following Documents With Proposal For Technical Evaluation By The Agr: provide Submittals For All Hardware And Materials Required For The Complete Replacement Of Fill, Hot Water Basins, Fill Tube, Nozzles, As Well As Paint And Galvanized Coatings. provide A Work Breakdown Structure And Schedule. provide Quality Assurance Plan. provide A Safety Plan. provide A Job Safety Analysis. scope Of Work: contractor Except As Noted Otherwise Must Provide All Materials, Equipment, And Labor To Complete The Following Repairs For Marley Cooling Tower Number 2, Model Nc8305. All Labor, Parts And Materials Must Comply With The Original Manufacturer S Specifications. Contractor Is Responsible To Verify The Cooling Tower Model And Serial Numbers And To Ensure All Parts And Materials Are Ordered As Required By The Tower Manufacturer. provide New Fill Material, Cover Plates, All Mounting Hardware For Both Cells Of Cooling Tower 2, And Galvanized Fill Support Tube, Fill Tube Supports, And Deflectors. remove And Dispose Of All Existing Fill Material, Cover Plates, Mounting Hardware And Galvanized Fill Support Tube, Fill Tube Supports, And Deflectors. clean Exposed Areas Of The Tower And Hardware Removing All Dirt, Scale, And Corrosion. repair All Damaged Areas Found To Include Corrosion To Match Original Construction. reapply Any Protective Paint Or Galvanized Coating To Match Original Manufacturer S Specification. all Cleaning And Repair Work Is To Be Inspected By The Agr Or Their Designated Representative Prior To Reassembly. Work Will Not Progress Without Acceptance Of All Cleaning And Repairs By The Agr. install New Fill Material, Cover Plates, Mounting Hardware And Galvanized Fill Support Tube, Full Tube Supports, And Deflectors. provide New Hot Water Basins, Hot Water Basin Covers, Sealer, Crossflow Nozzles, And Hardware. remove Existing Hot Water Basins, Hot Water Basin Covers, Sealer, Hardware, Crossflow Nozzles, Covers And Hardware. clean Exposed Areas Of The Tower And Hardware Removing All Dirt, Scale, And Corrosion. repair All Damaged Areas Found To Include Corrosion To Match Original Construction. reapply Any Protective Paint Or Galvanized Coating To Match Original Manufacturer S Specification. all Cleaning And Repair Work Is To Be Inspected By The Agr Or Their Designated Representative Prior To Reassembly. Work Will Not Progress Without Acceptance Of Cleaning And Repairs By The Agr. install New Hot Water Basins, Hot Water Basin Covers, Sealer, Hardware, Crossflow Nozzles, And Hardware. provide New Basin Heating Element, Mounting Kit And Seals. remove And Dispose Of Existing Basin Heating Element, Mounting Hardware And Seals. clean The Area To Remove Dirt, Scale, And Corrosion. repair All Corrosion Damage With Fresh Sheet Metal And Surface Treatment (paint/galvanized Coatings) That Meet Or Exceed Original Manufacturers Specifications. install New Basin Heating Element, Mounting Hardware And Seal. test New Basin Heating Element And Verify Proper Operation. perform Any Adjustments To Building Management System As Required. provide New And Replace All Water Line Seals Opened During Execution Of The Project. No Seals Are To Be Reused. test Cooling Tower To Ensure Proper Operation Under A Full Load. perform Any Adjustments To Building Management System As Required. perform Any Adjustments To The Ac Plant Condensing Water System To Ensure Proper Water Flow. contractor Access And Activities: safety: Contractor S Highest Priority Must Be Safety. Contractor Work Must Be In Accordance With Federal, State, Local Osha Codes, Regulations, Latest Edition Of Nec, Latest Edition Of Nfpa 70e, And 01 35 26 Safety Requirements Specification. Contractor Must Furnish And Use Required Safety Items, Including But Not Limited To, Safety Signage, Cones, Barricades, And Must Furnish And Wear Required Personal Protective Equipment (ppe). infection Control: Contractor Must Be Responsible To Develop A Phasing And Infection Control Risk Assessment (icra) That Incorporates Requirements Of Specifications 01 00 00 General Requirements To Meet Requirements Of The Medical Center And Medical Center Icra. site Supervision: Contractor Must Submit Written Qualifications Of Proposed Site Superintendent(s) To The Agr For Consideration. Contractor Must Furnish Superintendent(s) With Written Agr Approval To Continuously Supervise On Site Contract Activities. Contractor Superintendent(s) Must Not Engage In Any Direct Trades Labor. security: Contractor Must Coordinate With Va Police And Agr To Comply With The Medical Center Security Management Program, Including But Not Limited To, Obtain Onsite Access Permission By The Va Police, Be Identified By Contractor And Project, And Restricted From Unauthorized Access. badging: While On Medical Center Property, Contractor Must Wear A Visible Medical Center Issued Identity Badge. Contractor Can Be Subject To Inspection Of Personal Effects When Entering Or Leaving The Project Site And Medical Center Property. Contractor Site Superintendent Must Escort Contractor Employees To Engineering Shop (building 37) To Obtain Badge(s). Contractor Must Maintain A Badge Log With Employee Names, Badge Id Numbers, Start Date(s), Departure Date(s), Id Lost Date(s), And Id Return Date(s). Contractor Must Update Badge Log And Furnish To The Agr Weekly Or As Directed In Writing By Agr. Contractor Must Report Lost Badge(s) Immediately To The Agr And Document On Badge Log. contractor Must Return Badge(s) Immediately On Day Of Departure Of Employee From Project To Agr And Document On Badge Log. Contractor Must Return Remaining Badge(s) At Project Closeout To Agr. Contractor Must Reimburse The Government A $100.00 Fee For Each Lost Or Unreturned Badge. key Access: Contractor Site Superintendent May Check Out A Key To Access Mechanical And Electrical Rooms As Project Requires. Contractor Site Superintendent Must Check Out And Return A Key At Engineering (building 37) Daily And The Key Must Not Leave Medical Center Property. Contractor Site Superintendent Must Notify The Agr When A Key Is Lost. Contractor Must Reimburse The Government A $3,500.00 Fee For Each Lost Or Unreturned Key(s). utilities: Contractor Must Not Leave Unattended Out-of-service Any Utility, Fire Protection, Life Safety System, Or Security System Without Written Permission Of The Agr. If A Utility, Fire Protection, Life Safety System Or Security System Is Not Functional At The End Of A Work Period Without Written Permission Of The Agr, Then The Contractor Must Restore The System(s) To Working Order Prior To Leaving The Job Site Or Must Furnish An Around-the-clock Watch Subject To Agr Written Approval Until The System Is Functional. If The Contractor Fails To Do So, The Contractor Must Reimburse The Government A Fee Equal To The Amount Of Costs Incurred By The Government To Furnish Around-the-clock Watch And/or Repair The System(s). parking: Contractor On-site Parking Is Limited To Availability Of Designated Contractor Parking. Contractor Must Have Prior Agr Written Approval Of On-site Contractor Parking. vehicles And Construction Equipment: Contractors Key(s) To Unattended Vehicle(s) And Construction Equipment Must Be Removed And Vehicle(s) Locked. unloading And Loading: Contractor Must Unload And Load Materials, Including But Not Limited To, Equipment, Tools, Supplies, Parts, And Construction Debris At The Loading Dock. Contractor Must Not Leave Vehicle(s) Or Construction Equipment Unattended At The Loading Dock. no Materials, Including But Not Limited To, Equipment, Tools, Supplies, Parts, And Construction Debris Are Permitted Through The Front Entry. elevators: Contractor Must Use Agr Designated Elevators And Must Protect Elevator Cabs, Including But Not Limited To, Cab Interior Components And Controls During Contractor Use. Contractor Must Not Exceed Elevator Weight Limits. Agr Designated Elevator(s) May Not Be Immediately Available To The Contractor. The Contractor Must Account For This, And Contractor Must Be Flexible In The Project Schedule Without Additional Cost To The Government. storage And Staging: Contractor Storage And Staging Is Limited To Availability Of Designated On-site Contractor Storage And Staging. Contractor Must Submit A Written Request For Storage Or Staging To The Agr For Consideration A Minimum Of Seven (7) Business Days Prior To The Storage Or Staging. Contractor Must Have Prior Agr Written Approval Of On-site Contractor Storage And Staging. Contractor Must Relocate Or Remove On-site Storage And Staging, Including But Not Limited To, Contractor S Office Trailer(s), Dumpster(s), Storage Container(s) And Construction Materials A Maximum Of Seven (7) Business Days After Written Notification By The Agr Without Additional Expense To The Government. equipment And Tools: Contractor Must Furnish Construction Equipment And Power And Hand Tools, Including But Not Limited To, Ladders, Scaffolds, Lifts, Backhoes, And Forklifts To Complete Contractor S Work. radios And Mobile Devices: Contractor Must Use Mobile Devices At Low Volume Or Outside. Contractor Must Not Carry On Conversations In Hallways Or Near Any Patient Areas. Am/fm Radios And Other Media Producing Devices Must Not Be Used On Medical Center Property. noise: Contractor Must Coordinate And Schedule With Agr Noise Making Activities. Contractor Must Submit To The Agr A Written Request For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. Contractor Must Have Agr Written Approval To Proceed. dust Proofing And Cleaning: Contractor Must Cover Furnishings And Equipment With White Plastic, Fire Retardant Polyethylene, Antistatic, Minimum 6 Mil Thickness, Imprinted With Fire Retardant Labeling Or Clean Drop Cloth. Contractor Must Furnish Hepa Vacuum Cleaner(s), Cleaning Tools, And Tacky Mats At Job Site Entrances. Contractor Must Not Use Broom(s). fire Alarm: Contractor Must Coordinate And Schedule Fire Alarm Interruption Activity With Agr. Contractor Must Submit To The Agr For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. Contractor Must Have Agr Written Approval To Proceed Three Business Days Prior To Activity. Contractor Must Submit Written Fire Watch Plan To Agr For Consideration No Later Than (nlt) Ten (10) Calendar Days After Notice To Proceed (ntp). contractor Must Be Responsible For Fire Watch In The Areas Where Fire/smoke Detection Coverage Is Removed Or Disabled. Contractor Must Be Responsible To Coordinate Fire Or Smoke Detection With The Agr For The Removal And Restoration Of Fire Protection Coverage. After Regular Business Hours Or Designated Hours, Supervision Of The Fire Alarm Panel Is Required At The Contractor S Expense. The Contractor Must Be Responsible For Completion And Submission Of A Written Fire Alarm Bypass Request. The Contractors Written Request Must Be Submitted For Agr Approval And If Approved By Agr, Then The Agr Must Furnish A Written Approval To Proceed Three (3) Business Days In Advance Of Any Proposed Work Activity. If The Fire Alarm System Requires Any Deactivation, Then It Must Be Reactivated The Same Day Before The Contractor Leaves The Job Site To Ensure That The Fire Alarm System Is Functional. If The Fire Alarm System Is Not Functional, Then The Contractor Must Restore The Fire Alarm System To Working Order Prior To Leaving The Site Or Must Furnish An Around-the-clock Fire Watch Until The Fire Alarm System Is Functional. The Contractor Must Be Liable For Any Costs Incurred By The Government To Furnish The Fire Watch And/or To Repair The Fire Alarm System. hot Work: Contractor Must Perform And Safeguard Hot Work Operations In Accordance With Osha 1910 Subpart Q, Nfpa 241, And Nfpa 51b. Contractor Must Coordinate And Schedule With Agr Hot Work Operations. Hot Work Operation Is Defined As Operations Including, But Not Limited To, Open Flame, Producing Heat And/or Sparks, Burning, Welding, Processes Such As Arc Welding, Oxy-fuel Gas Welding, Open-flame Soldering, Brazing, Thermal Spraying, Cutting, Oxygen Cutting, Arc Cutting, Chipping, Grinding, Heat Treating, Sand Blasting, Torch-applied Roofing, Chemical Welding, Thawing Pipe, And Light Horizontal Welding, Or An Operation That Is Capable Of Initiating Fires Or Explosions. Contractor Must Obtain Hot Work Permit From Agr Prior To Activity. fire And Smoke Barrier Penetration: Contractor Must Perform, Maintain, And Safeguard The Integrity Of Smoke And Fire Barriers In Accordance With Nfpa 101, Nfpa 80, And Nfpa 90a. Contractor Penetrations In Barriers Must Be Repaired In An Approved Manner (filled With The Designated And Agr Approved Flame-retardant Filler). energized Circuit Work: Contractor Must Perform, Maintain, And Safeguard The Integrity Of The Medical Center Electrical Systems And Must Follow Procedures Around Energized Equipment In Accordance With Nfpa 70e Standards Including Proper Ppe. Contractor Must Coordinate And Schedule Energized Circuit Work With Agr. Contractor Must Submit To The Agr A Written Request For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. Medical Center Electrician Or Electrical Engineer Must Monitor Work. Contractor Must Use Safety Equipment To Include But Not Be Limited To, 12 Calorie Arc Flash Suits With Hoods And 5kv Gloves. No Exits Will Be Blocked. Personnel Without Proper Ppe Must Be Prohibited Within The Working Area Around Live Electrical Panels With The Cover Removed. Contractor Must Have Agr Written Approval To Proceed Three (3) Business Days Prior To Activity. utility Interruption: Contractor Must Coordinate And Schedule With Agr. Contractor Must Submit To The Agr A Written Request For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. Work Must Be Planned In Advance To Give As Much Time As Possible To Schedule A Utility Interruption. There May Be Times When A Utility Interruption Request Is Denied Because Of Insufficient Lead-time Or Interference With Ongoing Medical Center Activities And Must Be Rescheduled At No Additional Cost To The Government. Contractor Must Have Agr Written Approval To Proceed Three (3) Business Days Prior To Activity. disposal: Contractor Must Coordinate And Schedule With Agr. Contractor Must Have Agr Written Approval To Proceed Three (3) Business Days Prior To Activity. Contractor Must Submit A Written Request To Dispose Of Any Government Owned Materials, Equipment, Or Property In Advance To The Agr For Agr Written Approval. Contractor Must Remove And Properly Dispose Construction Debris, Materials, Equipment, And Substances From This Project And The Medical Center Property Daily Into The Contractor Supplied Containers. Contractor Must Coordinate Disposal Container Location With Agr Contingent Upon Available Space And Any Future Agr Directed Relocation(s) Must Be At No Additional Cost To The Government. Construction Debris Created From The Project Must Not Be Disposed Of In Medical Center Dumpsters Or On Medical Center Property. Disposal Of Construction Debris, Materials, Equipment, And Substances From The Project Must Be In Accordance With Applicable Federal, State, And Local Laws, Rules, And Regulations. The Contractor Must Ensure And Furnish Appropriate Documentation To The Agr That All Hazardous Waste Handlers, Haulers, And Disposal Facilities Are Properly Licensed. The Contractor Must Furnish Shipping Manifest And Documentation Of Disposal Of Construction Debris, Materials, Equipment, And Substances From The Project Prior To Final Payment. fumes: Contractor Must Coordinate And Schedule With Agr. Contractor Must Submit To The Agr A Written Request For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. The Contractor Must Schedule Fume Producing Work Activities, Including But Not Limited To, Painting Or Heat Produced Fumes After Regular Business Hours. Contractor Must Be Responsible For Ventilation Necessary To Exhaust And Prevent Fumes From Entering Adjoining Areas, Outside Air Intake Ductwork, And Re-entering The Medical Center Healthcare Facilities At No Additional Cost To The Government. Contractor Must Have Agr Written Approval To Proceed Three (3) Business Days Prior To Activity. photography: Contractor Must Coordinate And Schedule With Agr. Contractor Must Be Escorted By Medical Center Personnel To Take Job Site Related Photos. Contractor Must Not Photograph Any Patients, Personnel, Visitors, And Others On Medical Center Property. other Requirements: structural Members Must Not Be Cut Or Altered, Without Prior Co Written Authorization. contractor Must Make Every Reasonable Effort To Protect Medical Center Property From Damage. contractor Must Furnish Adequate Protection For Medical Center Property Before Any Repair Activities Occur. Contractor Moved Items Must Be Put Back By The Contractor To Original Locations And Conditions As Work Is Completed At No Additional Cost To The Government. anything Remaining In Place That Is Damaged Or Defaced By The Contractor Must Be Restored By The Contractor To The Pre-existing Damaged Or Defaced Condition At No Additional Cost To The Government. contractor Must Coordinate Work Of Different Trades So That Interference Between Mechanical, Electrical, Architectural, And Structural Work Including Existing Services Must Be Avoided And Within Limits Indicated The Required Space For Operation, Repair, Removal, Maintenance, And Testing Of Equipment. Utilities, Including But Not Limited To, Conduit, Ducts, And Pipes Must Be Arranged To Ceiling Slab, Walls, And Columns To Take Up A Minimum Footprint Of Space. Conduit, Ducts, Pipes, And Equipment Must Not Interfere With Intended Use Of Eyebolts And Other Lifting Devices. contractor Must Locate Existing Utilities In Area Of Work. Contractor Must Furnish Adequate Means Of Support And Protection To Utilities That Remain In Place. Any Property, Including But Not Limited To, Electrical, Natural Gas, Medical Gas, Communication And Utility Lines, Landscaping, Walkways, Roads, And Curbs Damaged By Contractor Must Be Repaired Or Replaced At No Additional Cost To The Government. Government Property, Including But Not Limited To, Walls, Ceilings, Floors, Furniture, Must Be Protected From Damage At No Additional Cost To The Government. Areas Must Be Cleaned After Coring, Sawing, And Other Construction Activities By The Contractor At No Additional Cost To The Government. no Unauthorized Contractor Work To Be Initiated Without The Prior Written Approval Of The Co. The Co Must Approve Any Request, Or Proposal For Changes In Project Scope Or Additional Requirements, In Writing Prior To The Contractor Proceeding With Any Work. Any Contractor Changes Without Prior Written Approval By The Co, Must Be Done At The Contractor S Risk And At The Contractor S Expense. Contractors Must Visit The Job Site And Visit The Facility In Order To Determine The Nature And Location Of The Work To Be Performed In General And The Local Conditions Which Can Affect The Work. Failure To Do So Must Not Relieve The Contractor Of Responsibility For Estimating The Difficulty Or Cost To Perform The Work. Contractor Must Comply With Applicable Federal, State, Local Laws, Codes, Regulations, And Ordinances. contractor Must Obtain Permits And Licenses Required By Federal, State, Local Law, Code, Regulation, And Ordinance(s) At No Additional Cost To The Government. contract Changes/modifications: the Co Is The Only Person Authorized To Approve Changes Or Modify Any Of The Requirements Of This Contract. The Contractor Shall Communicate With The Agr On All Matters Pertaining To Contract Administration And Technical Direction. Only The Co Is Authorized To Make Commitments Or Issue Changes That Shall Affect Price, Quantity, Or Quality Of Performance Of This Contract. (end Of Statement Of Work)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Closing Date17 Apr 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice Only. This Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is For Market Research To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform Or Provide A Potential Requirement. The Responses Received From Interested Vendor Will Assist The Government In Determining The Appropriate Acquisition Method. The Department Of Veterans Affairs (va), Network Contracting Office 16 (nco 16) Is Seeking To Identify Potential Qualified Vendors Capable Of Providing The Requirement. This Requirement Is For The Veterans Health Care System Of The Ozarks (vhso) At 1100 N. College Ave Fayetteville, Ar 72703. The North American Industry Classification Code (naics) Is 334512 (automatic Environmental Control Manufacturing For Residential, Commercial, And Appliance Use), And Psc Code 4120 (air Conditioning Equipment), With A Size Standard Of 650 Employees. Requested Responses: All Responsible Vendors And Interested Parties Please Respond To This Source Sought Announcement If You Can Fulfill The Requirements. Responses To This Source Sought Shall Include The Following Information: 1. Your Company Name, Address, Contact Person Name, Phone Number, Fax Number, E-mail Address(s), Uei Number, Number Of Employees, And Company Website If Available. 2. If You Are An Gsa/fss Contract Holder Are The Referenced Items Available On Your Schedule/contract? Provide Your Company Gsa/fss Contract Number And Contract Expiration Date, If Applicable. 3. If You Are A Nasa Sewp V Contract Holder Are The Referenced Items Available On Your Schedule/contract? Provide Your Company Nasa Sewp V Contract Number, Contract Group, And Contract Expiration Date, If Applicable. 4. Is Your Company A Contract Holder On Any Other Federal Contract? If So, Please Provide The Contract Number. 5. Socio-economic Status Of Business Such As But Not Limited To (service-disabled Veteran Owned Small Businesses (sdvosb) Or Veteran Owned Small Businesses (vosb) Sdvosb/vosb, 8(a), Hub Zone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hub Zone Business, Large Business, Etc.). 6. Is Your Company Considered Small Under The Naics Code Identified In This Source Sought Announcement? 7. Is Your Company The Manufacturer, Distributor, Or An Equivalent For The Products Being Offered? If An Authorized Distributor Or Equivalent, Can You Provide Documentation From The Manufacturer Confirming Authorization To Provide The Referenced Items And/or Products Being Offered? If Not, Can You Provide Additional Information Shown Below. This Is To Confirm Compliance With The Non-manufacturer Rule In Accordance With Title 13 Cfr 121.406(b) Nonmanufacturers. Does Your Company Exceed 500 Employees? Is Your Company Primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied? Does Your Company Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment, Or Facilities In A Manner Consistent With Industry Practice; And Will Supply The End Item Of A Small Business Manufacturer, Processor Or Producer Made In The United States Or Obtains A Waiver Of Such Requirement Pursuant To Title 13 Cfr 121.406 Paragraph (b)(5). 8. If Your Company Is A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). 9. What Is The Manufacturing Country Of Origin Of The Items And/or Products Being Offered? 10. Delivery Timeframe The Government Would Like To Know The Standard Delivery Time Frame For A Requirement Like This. 11. Provide Warranty Information For The Items And/or Products Being Requested? 12. Vendors Are Requested To Submit Estimated Market Research Pricing With Their Responses. The Estimated Pricing Will Be Considered When Determining The Procurement Strategy For The Future Solicitation. (e.g., If Contracting Officer Determines That Capable Small Businesses Cannot Provide Fair And Reasonable Pricing, Then The Solicitation Will Not Be Set-aside). Please Note That If No Responses To This Notice Are Received, From Either Authorized Distributors Of The Cited Brand Name Nor From Manufacturers Marketing A Potentially Equivalent Brand (with Authorized Distributor Letter), Then This Action Will Be Sole Sourced To The Manufacturer. Contact Information And Response Due Date: Please Email All Responses To Caleb.parker@va.gov. Please Respond To This Source Sought Notice No Later Than 2:00 Pm Central 04-17-2025. Disclaimer: This Source Sought Is Issued Solely For Informational And Planning Purposes And Does Not Constitute A Solicitation. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Department Of Veterans Affairs To Form A Binding Contract. Respondents Are Solely Responsible For All Expenses Associated With Responding To This Source Sought Notice. Statement Of Work (sow) Replace Building 4 Chiller Veterans Health Care System Of The Ozarks (vhso) Fayetteville, Arkansas Contractor Must Furnish All Management, Supervision, Labor, Material, Equipment, Tools, Supplies, Consumables, Parts, And Related Services, In Accordance With The Sow To Replace Existing Building 4 Air Cooled Chiller. Electronic Portable Document Format (.pdf) Copies Of Drawings And Specifications To This Work Will Be Furnished By Va Upon Contractor S Written Request To The Contracting Officer (co). Hard Copies Of Sow, Drawings, And Specifications Are The Contractor S Responsibility And Expense At No Additional Cost To The Government. Contractor Must Verify Existing And New Dimensions, Locations, And Quantities To Complete This Project Located On The Vhso Main Campus 1100 N. College Avenue, Fayetteville, Ar 72703. General Requirements: Any Provision Or Partial Provision Of The Contract, Including But Not Limited To, Drawings And Specifications That Is Not Consistent With This Sow Will Be Null And Void Only To The Extent Of The Inconsistency. All Other Provisions Or Partial Provisions Of The Contract, Including But Not Limited To, Drawings And Specifications, Must Remain In Full Force And Effect. Information Security: The Certification And Accreditation (c&a) Does Not Apply, A Security Accreditation Package Is Not Required. Contractor Must Have The Following Requirements Completed Within Ten (10) Business Days Of Contract Award: Osha 10 And 30 Certifications: Submit As A Minimum Osha 10 Certification To The Cor For Every Contractor Employee That Will Be Working On Vhso Property. Osha 10 Cards Are To Always Remain On The Employee S Person. Contractor Point Of Contract: Notify The Cor In Writing Of The Name, Phone Number, Email Address Of The Contractor Appointed Point Of Contact. The Designated Individual Must Have Full Authority To Act For The Contractor On All Matters Relating To Work Performance, To Receive, Accept And Sign For Any Notices, Inspection Reports And All Other Correspondence On Behalf Of The Contractor From The Cor And / Or Contracting Officer. This Individual Must Oversee The Contractor S Worksite Operations And Ensure All Work Is Performed In Accordance With All Contract Requirements Including Scheduling, Quality, And Safety. This Individual Must Be Always Available When Contract Work Is In Progress, And Must Respond To The Work Site As Directed By The Cor. The Contractor Or Their Designated Point Of Contact Must Return Phone Calls Or Text(s) To The Cor Within 1 Hour Of Contact And Must Return Emails From The Cor Within 24 Hours Of Contact. Period Of Performance: Fourteen (14) Calendar Days. Work Site Access: Contractor Must Perform All Work On A Weekend Starting On A Friday At 1700 Hours And Be Completed By Sunday At 1700 Hours. Cor Must Provide Final Dates That Work Will Be Performed. This Project Must Be Turn-key In Accordance With This Sow, Drawings, And Specifications To Be Complete And Working System(s). Vhso Facility Must Continue To Operate During The Contract Period Of Performance, Including But Not Limited To, The Mechanical And Electrical Systems. Vhso Operations Take Precedence Over Contractor Work At No Additional Cost To The Government. Contractor S Work Must Be Conducted With The Least Amount Of Disruption To The Vhso Facility. Contractor Must Provide All Submittals For Equipment And Materials With Proposal. Prior To The Start Of Job Site Activities, Together The Contractor And Cor Must Conduct A Site Survey To Identify And Review Specific Work And Differing Site Conditions. Contractor Materials, Equipment, Tools, Supplies, Consumables, And Parts Must Not Be Left Unattended Within A Common Work Area. When Working In Common Areas, There Must Be A Minimum Of Two (2) Contractor Employees Present To Ensure That Contractor Building Materials, Including But Not Limited To, Equipment, Tools, And Supplies Are Not Accessible To Others. Warranty: Contractor Must Guarantee Workmanship For A Period Of One (1) Year After Cor Written Acceptance Of Work. Contractor Must Furnish A Minimum Five (5) Years Parts Warranty On Equipment, Components, And Materials Furnished Plus Any Manufacturer S Warranty Greater Than One (1) Year. Emergency Service: Contractor Emergency Service Must Be Available 24 Hours Per Day. Contractor Must Respond On-site To Emergency Service Calls Within Two (2) Hours Of Notification. Contractor Must Have The Issue(s) Corrected Or A Plan In Place (awaiting Parts) Within Four (4) Hours Of Arrival At Job Site. Any Temporary Repairs Must Have Prior Written Approval By The Chief, Engineering Service Or Their Designated Representative. Qualifications Of Contractor: Contractor And/or Subcontractor Must Possess A State Issued Class A Hvac Contractor License And A State Issued Electrical Contractor License. Contractor And/or Subcontractor Must Have 5 Continuous Years Of Chiller Installation Experience In A Healthcare Environment Of The Same Size And Complexity As Vhso. Contractor And/or Subcontractor Shall Posses The Required Skills And Factory Support To Install, Operate, Program, And Update The Alerton Building Management System. No Vhso Support Will Be Provided. Scope Of Work: Contractor Must Ensure That All Work, Equipment, And Materials Are In Compliance With The 2023 Nfpa 70 National Electrical Code, 2021 International Mechanical Code, Va Electrical Design Manual, March 1, 2025; Va Hvac Design Manual, November 1, 2017 Rev. March 1, 2024; And Manufacturer S Recommendations. Contractor Must Provide All Materials, Equipment, Labor, Supervision, Permits, Licenses, And Services Required To Replace A Failed Air-cooled Chiller. Remove And Properly Dispose Of Existing Mcquay Chiller, Model Number Agz130dhhnn-er10, Serial Number Stnu130800201 And All Parts And Materials Not Required For Installation Of New Chiller Located Behind Building 4. Provide And Install A York Ylaa0120sj17xfb (or Equal), 150-ton, Air Cooled Chiller. Provide And Install All Piping, Valves, Fittings, Water Thermometers, Water Pressure Gauges, Pipe Insulation With Aluminum Cladding. Test All Devices Prior To Insulation And Ensure No Leaks Exist In System. Repair Any Deficiencies. Provide All Parts And Materials Required To Connect New Chiller To Existing Alerton Building Automation System (bas). Ensure That All Current Outputs And Controls Are Available On The New Installation. Update Graphics Per Cor Requirements On All Alerton User Interfaces To Include All Laptops To Reflect New Chiller And All Associated Sensors And Components. Update Programing As Required. Test The New Chiller Bas Installation Ensuring: The Chiller Can Be Operated Remotely At Alerton User Interfaces. Chiller Outputs Are Neatly Displayed In Interface Graphics And Are Calibrated And Tested To Be Accurate Per Alerton Recommendations. Provide Parts And Perform Repairs As Required. Provide All Parts And Materials To Connect The New Chiller And All Associated Components To The Electrical Switch Gear Located In The Basement Of Building 4. Test The New Chiller Electrical Service Ensuring Proper Operation And Provide Any Required Materials And Labor To Complete Any Required Repairs Or Upgrades. The Cor Or Their Designated Representative Must Observe All Testing. Commission The New Chiller Per The Manufacturer S Recommendations And In The Presence Of The Cor Or Their Designated Representative. Complete And Submit All Required Commissioning And Warranty Documentation To The Equipment Manufacturer And The Cor. Contractor Access And Activities: Records Management: Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. Federal Record As Defined In 44 U.s.c. â§ 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. The Term Federal Record: Includes U.s. Department Of Veterans Affairs (va) Records. Does Not Include Personal Materials. Applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Va Contract. May Include Deliverables And Documentation Associated With Deliverables. Contractor Must Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation. In Accordance With 36 Cfr 1222.32, Contractor Must Maintain All Records Created For Government Use Or Created While Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data. Va And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Va Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Va. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. The Contractor Must Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records, Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The Contract. The Contractor Must Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Must Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Must Be Returned To Va Control, Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Must Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The Contract. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And [agency] Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. The Contractor Must Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Va Policy. The Contractor Must Not Create Or Maintain Any Records Containing Any Non-public Va Information That Are Not Specifically Tied To Or Authorized By The Contract. The Contractor Must Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act. The Va Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Va Must Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20. Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Va Provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training. The Contractor Must Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This Contract, And Require Written Subcontractor Acknowledgment Of Same. Violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor. Safety: Contractor S Highest Priority Must Be Safety. Contractor Work Must Be In Accordance With Federal, State, Local Osha Codes, Regulations, Latest Edition Of Nec, Latest Edition Of Nfpa 70e, And 01 35 26 Safety Requirements Specification. Contractor Must Furnish And Use Required Safety Items, Including But Not Limited To, Safety Signage, Cones, Barricades, And Must Furnish And Wear Required Personal Protective Equipment (ppe). Infection Control: Contractor Must Be Responsible To Develop A Phasing And Infection Control Risk Assessment (icra) That Incorporates Requirements Of Specifications 01 00 00 General Requirements To Meet Requirements Of Vhso And Vhso Icra. Site Supervision: Contractor Must Submit Written Qualifications Of Proposed Site Superintendent(s) To The Co And Cor For Consideration. Contractor Must Furnish Superintendent(s) With Written Cor Approval To Continuously Supervise On Site Contract Activities. Contractor Superintendent(s) Must Not Engage In Any Direct Trades Labor. Security: Contractor Must Coordinate With Va Police And Cor To Comply With The Vhso Security Management Program, Including But Not Limited To, Obtain Onsite Access Permission By The Va Police, Be Identified By Contractor And Project, And Restricted From Unauthorized Access. Badging: While On Campus, Contractor Must Wear A Visible Vhso Issued Identity Badge. Contractor Can Be Subject To Inspection Of Personal Effects When Entering Or Leaving The Project Site And Vhso Property. Contractor Site Superintendent Must Escort Contractor Employees To Engineering Shop (building 37) To Obtain Badge(s). Contractor Must Maintain A Badge Log With Employee Names, Badge Id Numbers, Start Date(s), Departure Date(s), Id Lost Date(s), And Id Return Date(s). Contractor Must Update Badge Log And Furnish To The Cor Weekly Or As Directed In Writing By Cor. Contractor Must Report Lost Badge(s) Immediately To The Cor And Document On Badge Log. Contractor Must Return Badge(s) Immediately On Day Of Departure Of Employee From Project To Cor And Document On Badge Log. Contractor Must Return Remaining Badge(s) At Project Closeout To Cor. Contractor Must Reimburse The Government A $100.00 Fee For Each Lost Or Unreturned Badge. Key Access: Contractor Site Superintendent May Check Out A Key To Access Mechanical And Electrical Rooms As Project Requires. Contractor Site Superintendent Must Check Out And Return A Key At Engineering (building 37) Daily And The Key Must Not Leave Vhso Property. Contractor Site Superintendent Must Notify The Cor When A Key Is Lost. Contractor Must Reimburse The Government A $3,500.00 Fee For Each Lost Or Unreturned Key(s). Utilities: Contractor Must Not Leave Unattended Out-of-service Any Utility, Fire Protection, Life Safety System, Or Security System Without Written Permission Of The Cor. If A Utility, Fire Protection, Life Safety System Or Security System Is Not Functional At The End Of A Work Period Without Written Permission Of The Cor, Then The Contractor Must Restore The System(s) To Working Order Prior To Leaving The Job Site Or Must Furnish An Around-the-clock Watch Subject To Cor Written Approval Until The System Is Functional. If The Contractor Fails To Do So, The Contractor Must Reimburse The Government A Fee Equal To The Amount Of Costs Incurred By The Government To Furnish Around-the-clock Watch And/or Repair The System(s). Parking: Contractor On-site Parking Is Limited To Availability Of Designated Contractor Parking. Contractor Must Have Prior Cor Written Approval Of On-site Contractor Parking. Vehicles And Construction Equipment: Contractors Key(s) To Unattended Vehicle(s) And Construction Equipment Must Be Removed And Vehicle(s) Locked. Unloading And Loading: Contractor Must Unload And Load Materials, Including But Not Limited To, Equipment, Tools, Supplies, Parts, And Construction Debris At The Loading Dock. Contractor Must Not Leave Vehicle(s) Or Construction Equipment Unattended At The Loading Dock. No Materials, Including But Not Limited To, Equipment, Tools, Supplies, Parts, And Construction Debris Are Permitted Through The Front Entry. Elevators: Contractor Must Use Cor Designated Elevators And Must Protect Elevator Cabs, Including But Not Limited To, Cab Interior Components And Controls During Contractor Use. Contractor Must Not Exceed Elevator Weight Limits. Cor Designated Elevator(s) May Not Be Immediately Available To The Contractor. The Contractor Must Account For This And Contractor Must Be Flexible In The Project Schedule Without Additional Cost To The Government. Storage And Staging: Contractor Storage And Staging Is Limited To Availability Of Designated On-site Contractor Storage And Staging. Contractor Must Submit A Written Request For Storage Or Staging To The Cor For Consideration A Minimum Of Seven (7) Business Days Prior To The Storage Or Staging. Contractor Must Have Prior Cor Written Approval Of On-site Contractor Storage And Staging. Contractor Must Relocate Or Remove On-site Storage And Staging, Including But Not Limited To, Contractor S Office Trailer(s), Dumpster(s), Storage Container(s) And Construction Materials A Maximum Of Seven (7) Business Days After Written Notification By The Cor Without Additional Expense To The Government. Equipment And Tools: Contractor Must Furnish Construction Equipment And Power And Hand Tools, Including But Not Limited To, Ladders, Scaffolds, Lifts, Backhoes, And Forklifts To Complete Contractor S Work. Radios And Mobile Devices: Contractor Must Use Mobile Devices At Low Volume Or Outside. Contractor Must Not Carry On Conversations In Hallways Or Near Any Patient Areas. Am/fm Radios And Other Media Producing Devices Must Not Be Used On Vhso Property. Hot Work: Contractor Must Perform And Safeguard Hot Work Operations In Accordance With Osha 1910 Subpart Q, Nfpa 241, And Nfpa 51b. Contractor Must Coordinate And Schedule With Cor Hot Work Operations. Hot Work Operation Is Defined As Operations Including, But Not Limited To, Open Flame, Producing Heat And/or Sparks, Burning, Welding, Processes Such As Arc Welding, Oxy-fuel Gas Welding, Open-flame Soldering, Brazing, Thermal Spraying, Cutting, Oxygen Cutting, Arc Cutting, Chipping, Grinding, Heat Treating, Sand Blasting, Torch-applied Roofing, Chemical Welding, Thawing Pipe, And Light Horizontal Welding, Or An Operation That Is Capable Of Initiating Fires Or Explosions. Contractor Must Obtain Hot Work Permit From Cor Prior To Activity. Energized Circuit Work: Contractor Must Perform, Maintain, And Safeguard The Integrity Of The Vhso Electrical Systems And Must Follow Procedures Around Energized Equipment In Accordance With Nfpa 70e Standards Including Proper Ppe. Contractor Must Coordinate And Schedule Energized Circuit Work With Cor. Contractor Must Submit To The Cor A Written Request For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. Vhso Electrician Or Electrical Engineer Must Monitor Work. Contractor Must Use Safety Equipment To Include But Not Be Limited To, 12 Calorie Arc Flash Suits With Hoods And 5kv Gloves. No Exits Will Be Blocked. Personnel Without Proper Ppe Must Be Prohibited Within The Working Area Around Live Electrical Panels With The Cover Removed. Contractor Must Have Cor Written Approval To Proceed Three (3) Business Days Prior To Activity. Utility Interruption: Contractor Must Coordinate And Schedule With Cor. Contractor Must Submit To The Cor A Written Request For Consideration And Written Approval A Minimum Of Seven (7) Business Days Prior To Activity. Work Must Be Planned In Advance To Give As Much Time As Possible To Schedule A Utility Interruption. There May Be Times When A Utility Interruption Request Is Denied Because Of Insufficient Lead-time Or Interference With Ongoing Vhso Activities And Must Be Rescheduled At No Additional Cost To The Government. Contractor Must Have Cor Written Approval To Proceed Three (3) Business Days Prior To Activity. Disposal: Contractor Must Coordinate And Schedule With Cor. Contractor Must Have Cor Written Approval To Proceed Three (3) Business Days Prior To Activity. Contractor Must Submit A Written Request To Dispose Of Any Government Owned Materials, Equipment, Or Property In Advance To The Cor For Cor Written Approval. Contractor Must Remove And Properly Dispose Construction Debris, Materials, Equipment, And Substances From This Project And The Vhso Property Daily Into The Contractor Supplied Containers. Contractor Must Coordinate Disposal Container Location With Cor Contingent Upon Available Space And Any Future Cor Directed Relocation(s) Must Be At No Additional Cost To The Government. Construction Debris Created From The Project Must Not Be Disposed Of In Vhso Dumpsters Or On Vhso Property. Disposal Of Construction Debris, Materials, Equipment, And Substances From The Project Must Be In Accordance With Applicable Federal, State, And Local Laws, Rules, And Regulations. The Contractor Must Ensure And Furnish Appropriate Documentation To The Co And Cor That All Hazardous Waste Handlers, Haulers, And Disposal Facilities Are Properly Licensed. The Contractor Must Furnish Shipping Manifest And Documentation Of Disposal Of Construction Debris, Materials, Equipment, And Substances From The Project Prior To Final Payment.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Building Construction
United States
Closing Date26 May 2025
Tender AmountRefer Documents 
Details: This Announcement Is Not A Request For Proposal. This Is a Presolicitation. Notice For Architect/engineering (a/e) design Services; No Solicitation Package Will Be Issued until After An Evaluation Has Been Made On The Provided sf-330. Only The A/e Firms Responding To This announcement By Submitting An Sf-330 Package On Time will Be Considered For Initial Evaluation. naics: The North American Industry Classification System (naics) code/size Standard For This Procurement Is 541330, Engineering Services. the Small Business Size Standard Is $25.5 Million In Annual Receipts. The fsc/psc Is C1az, Architect And Engineering- Construction: Other administrative Facilities And Service Buildings. set-aside: Notice Of 100% Service-disabled Veteran-owned Small business (sdvosb) Set-aside. This Is A 100% Set-aside For Sdvosb Firms only. The Firms Registered And Visible In The Sba Veteran Small Business certification (vetcert) Database At Https://veterans.certify.sba.gov When sf330’s Are Submitted. Failure Of A Prospective Sdvosb To Be Verified By the Sba Vetcert At The Time The Sf 330 Is Submitted Shall Result In elimination From Consideration. All Joint Ventures Must Be Verified At The time Of Submission And Submit Agreements That Comply With 13 Cfr 125.15 prior To Contract Award. prospective Contractors Are Cautioned That The Proposal Submitted In response To This Solicitation Must Meet The Criteria Identified By 38cfr, Part 74. The Sdvosb Concern Agrees That In The Performance Of The Contract, the Concern Will Comply With The Limitation On Subcontracting Requirements In accordance With Vaar Clause 852-219-75, Va Notice Of Total Set Aside For verified Service-disabled Veteran-owned Small Businesses. request For Information: the Deadline For All Request For Information (rfi) Is 4:00 Pm Ct On May 09, 2025. All Rfis Must Be Submitted In Writing Via Email To Dwayne brauch, Contracting Officer, At Dwayne.brauch@va.gov And Marc Del Valle, contract Specialist, At Marc.delvalle@va.gov. An Amendment To The Rfq will Be Issued To All Prospective Firms Via Sam.gov And Will Include The Rfi and The Corresponding Government Response. Unless Formally Amended In writing, All Terms, And Conditions Of The Rfq Will Remain Unchanged. interested Firms Should Submit Their Current Sf 330 Electronically To Both The contracting Officer And Contracting Specialist. Contracting Officer: Dwayne brauch / Email Address: Dwayne.brauch@va.gov And Contracting Specialist: marc Del Valle / Email Address: Marc.delvalle@va.gov. The Sf330s Are Due On monday, May 26, 2025, At 10:00 Am (ct). no Fax Or Paper/cd Responses Will Be Accepted: Personal Visits for The Purpose Of Discussing This Announcement Will Not Be Entertained Or scheduled. Selection Shall Be In Order Of Preference From The Firms Considered most Highly Qualified. Questions May Be Directed Only By E-mail To dwayne.brauch@va.gov And/or Marc.delvalle@va.gov. in Accordance With Far 36.209 – Construction Contracts With A-e Firms And 36.606 (c), All Interested Contractors Are Hereby Put On Notice That No construction Contract May Be Awarded To The Firm That Ultimately Designs This requirement. security Issues, Late Bids, Unreadable Offers (a) Late Submission Of Offers Is Outlined At Far Part 52.215-1(c). particular Attention Is Warranted To The Portion Of The Provision That Relates to The Timing Of Submission. (b) Please See Far 15.207(c) For A Description Of The Steps The government Shall Take With Regard To Unreadable Offers. (c) To Avoid Rejection Of An Offer, Vendors Must Make Every Effort To ensure Their Electronic Submission Is Virus-free. Submissions Or Portions thereof Submitted And Which The Automatic System Detects The Presence Of a Virus, Or Which Are Otherwise Unreadable Will Be Treated As “unreadable” pursuant To Far Part And Far 15.207(c). (d) Password Protecting Your Sf 330 Is Not Permitted. The Contracting officer Will File The Offer Electronically Which Will Allow Access Only By designated Government Individuals. sf 330 Date Of Receipt/due Date: Interested Firms Having The capabilities To Perform This Work Must Submit One (1) Electronic Sf 330 And attachments (if Any) No Later Than (nlt) 10:00 Am (ct) May 26, 2025. for Informational Purposes: all Offerors Are Required To Have An Active Registration In The System For award Management (sam / Www.sam.gov) At The Time Of Offer Submission. firms Will Be Evaluated By The A/e Evaluation Board. The Most Qualified firms Will Be Invited To Interview With The Selection Board. The Number Of firms Selected To Interview Will Be Dependent On The Number Of Firms That submit Sf-330s. The Three Most Qualified Firms Will Interview With The selection Board. If Multiple Firms Are Equally Rated As Third Place, All Firms rated Equally As Third Place And Higher Will Be Invited To An Interview. responses Should Be Submitted On An Sf330. The Sf-330 Can Be downloaded Through The Gsa Forms Library At: Https://www.gsa.gov/formslibrary/ architect-engineer-qualifications prospective Firms Shall Address All Selection Criteria Factors Within Their submitted Sf330 Packages. Submission Of Information Incorporated By reference Is Not Allowed. interested Firms Shall Submit Sf 330 Via Electronic Transmission Via Email To dwayne Brauch, Contracting Officer, At Dwayne.brauch@va.gov With A Copy to Marc Del Valle, Contract Specialist, At Marc.delvalle@va.gov By The designated Date/time Specified. Please Provide The Pre-solicitation Number, 618-25-200 Ae Upgrade Building 222 Hvac, And Firm Name In The Subject line Of The Email. When Submitting Sf330s, If More Than One Email Is Sent, please Number Emails In Subjects As “1 Of N” (where “n” Represents The Total number Of Emails To Complete The Submission). Submittals Received After The date And Time Identified On Page One (1) Will Not Be Considered. Ensure The file Size Is Under 7 Mb. No Sf 330 Hard Copies Will Be Accepted. Failure To comply With This Requirement May Jeopardize The Possibility Of Receiving An award For The Contract Due To Noncompliance With The Terms Of The solicitation. submitted Sf330s Will Include The Following Elements: 1. Standard Form 330 (rev. 07/2021) – Architect-engineer Qualifications 2. Sf330, Section H: Additional Information firms That Submitted Sf330s Will Be Evaluated By An A/e Evaluation Board. the Following Evaluation Criteria Will Be Used To Evaluate Sf 330 Technical proposals: general Solicitation And Contract Information: network Contracting Office (nco) 23 Has A Need For Design Services At The minneapolis Vahcs To Provide An Ae Upgrade Building 222 Hvac. this Procurement Will Be Procured Pursuant To The Selection Of Architects and Engineers (formerly Known As The Brooks Act) Public Law 92-582, And as Implemented In Federal Acquisition Regulation (far) 36.6 And Va acquisition Regulations (vaar) And Va Acquisition Manual (vaam) Part 836 And M836 Respectively. all Offerors Are Advised That In Accordance With Vaar 836.606-71, The total Cost Of The Contract For A-e Services Must Not Exceed 6 Percent Of the Estimated Cost Of The Construction Project Plus Any Fees For Related services And Activities. Additionally, Far Clause 52.236-22 (c) - Design within Funding Limitation, Will Be Applicable To This Procurement action. Design Limitation Costs Will Be Provided To The Most Highly rated A-e Firm Selected To Complete The Design. general Description Of Services Required: the Scope Of This Design Work Is To Replace The Failed Vrf System Currently installed In Building 222. Building 222 Existing Hvac Control System Will Also need To Be Removed And Replaced With Johnson Controls (jci) Devices For compatibility With The Facility’s Monitoring Systems. The Replacement Of These systems Will Alleviate The Need For Facilities Management To Continuously contract Services To Provide Temporary Cooling Units For Conditioned Air To building 222. building 222 Was Originally Constructed In 1904 And Is Listed On The minnesota National Register Of Historic Places. The Building Was Last renovated In 2019, And The Project Included Replacing Electrical In The warehouse Area, Renovating To Create Usable Workspace, Exterior weatherproofing, Upgrades To Roads And Grounds, And Installation Of The vrf Split System. Spaces In This Building Include Logistics Warehouses, offices Spaces And Conference Rooms, Urgent Care Tele Icu, Information management, Home Based Health Care And Primary Care. For This Project, the Selected Architectural And Engineering Firm (a-e) Shall Provide A phasing Study Which Will Include Schematic Design For All Affected Areas At building 222 Of The Minneapolis Vaha Fort Snelling Campus. Additionally, the Selected A-e Shall Provide Construction Drawings, Specifications, estimates, Construction Period Services And Commissioning Services For The hvac Cooling System And Building Automation Replacements At Building 222. the Final Deliverable Will Include In Both Pdf And Cad Format: 1. The A-e Shall Completely Survey All Existing Spaces Affected By The renovation. Survey Shall Include Architectural, Life Safety, Electrical, mechanical, Structural, And Low Voltage Systems. The Drawings Supplied By the Va Are Not As-built. 2. The A-e Shall Use The Attached Schematic Design As The Starting Point To develop The New Schematic Design (35% Design) And Ptrp Phasing Study, as Well As Construction Drawings (cds). This Will Require Meetings With Staff to Review Details Of The Plan And To Gather Comments From The Staff On The project. The A-e Will Budget, At A Minimum, Four (4) Meetings For This purpose. Comments Approved By The Va Project Manager Will Be incorporated Into The Design. These Four Meetings Are In Addition To The required Design Charrette Meetings, And The Required Meetings At The 65%, 95%, And 100% Design Reviews Of Construction Documents. 3. The Design For The Renovation Of Building 222 Will Be Completed In Two phases: a. The First Phase Will Be An Effort To Collect Comments From Va Staff On The new Schematic Design And Best Practice Model Projects, And b. The Second Phase Will Incorporate Comments That Are Approved By The va Project Manager And Develop 65%, 95%, 100% And Final Construction plans (cd Issue) And Specifications. 4. The Plans And Specifications Must Be Detailed Adequately To Award A sealed Bid Construction Contract, See Section G – Deliverables, For Design services Requirements. 5. The Selected A-e Designer Shall Include Construction Period Services (cps) To Ensure The Construction Meets Code, Specifications, Va Design guides And Manuals, Quality And Design Intent Of The Construction Drawings and Specifications; See Section G – Deliverables, For Minimum Cps requirements. Provide Option Years For Fy26 & Fy27. 6. The A-e Shall Design The Project To Incorporate Staff Relocations Or temporary Spaces As Required To Complete The Project. 7. Environmental Conditions Shall Be Maintained To Adjacent Spaces. 8. Energy Savings In A Priority Goal For The Va. The Design Should incorporate Features To Minimize Energy Use And Maximize Energy Efficiency selection Process: this Notice Is A Request For Qualifications (rfq) Of A-e Firms/lead Designers interested In Contracting For This Work. The A-e Firm As Used In This Rfq means An Individual, Firm, Partnership, Corporation, Association, Or Other legal Entity Permitted By Law To Practice The Profession Of Architecture Or engineering That Will Have Contractual Responsibility For The Project Design. this Procurement Consists Of A One (1) Stage Evaluation Process. Stage One (1) Will Consist Of The Evaluation Of The Technical Submission Package. All responsive Submissions Will Be Evaluated By The Technical Evaluation Board (teb). The Firms Will Be Ranked. the Selection Of The Most Qualified Contractor Will Follow The Guidance Provided In far 36.6 – Architect-engineer Services. Additionally, This Solicitation Is Also issued In Accordance With Public Law 109-461, The Veterans Benefits, healthcare Information And Technology Act Of 2006, Sections 502 And 503, As A set-aside For Service-disabled Veteran-owned Small Business (sdvosb) contractors. Pursuant To 38 Usc 8127(d), Competition Is Restricted To Sdvosb construction Firms, As There Is A Reasonable Expectation That Two Or More Offers from Sdvosb Contractors Will Be Received Under This Solicitation. apparent Successful Offerors Must Apply For And Receive Verification From The U.s small Business Administration Veteran Small Business Certification (vetcert) In accordance With 38 Cfr Part 74 By Submission Of Documentation Of Veteran status And Ownership And Control Sufficient To Establish Appropriate Status. failure To Be Both Verified And Visible On Vetcert At The Time Sf 330s Are submitted, When The Proposal Is Received As A Result Of The Solicitation Issued To the Most Qualified Firm, And On The Date Of Contract Award Will Result In The Offeror’s Proposal/sf 330 Being Deemed Not Acceptable. All Offerors Are Urged To contact The Vetcert And Submit The Aforementioned Required Documents To Obtain vetcert Verification Of Their Sdvosb Status If They Have Not Already Done So. 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. Firms Will Be Selected Based On demonstrated Competence And Qualifications For The Required Work. The construction Magnitude Of This Project Is $1,000,000.00 - $2,000,00.00. submission Requirements And Evaluation Criteria For stage One (1): submissions Of Completed Standard Form 330 (sf 330) Received In response To This Notice Will Be Evaluated By A Government Evaluation Board in Accordance With The Selection Of Architect And Engineering Statute, 40 u.s.c. Ch11, The Federal Acquisition Regulation (far) Part 36, To determine The Most Highly Qualified Firms. Evaluation Of Past Performance and Experience May Include Information Provided By The Offeror, Customer inquiries, Government Databases, And Publicly Available Sources. Offerors are Responsible For Collecting And Submitting Past Performance questionnaires With Their Final Packages To The Veterans Affairs (va) network Contracting Office (nco) 23 Contracting Officer Before The Closing date Of This Synopsis. responding Firms, Either Multi-disciplined Or Collaborating With Consultants, Must demonstrate Capability In Healthcare Architecture, Surveying, Civil, Structural, mechanical, Electrical, Communications, Environmental, Fire Protection, Cost estimating, Building Commissioning, Leadership In Energy And Environmental design, Specification Writing, And Construction Surveillance Skills As Described herein. Responses To This Notice Should Include Recent (within The Past 4 Years) experience In Designing Projects Of This Nature. this Is Not A Request For Proposal. This Is A Request For Sf 330 A-e qualification Packages Only. Any Requests For A Solicitation Will Not Receive A response. No Material Will Be Issued, And No Solicitation Package Or Bidder/plan holder List Will Be Issued. the Three Most Highly Rated Firms Based On The Technical Review Of All The Sf 330’s Received Will Be Notified. A Solicitation Will Only Be Issued To The Most Highly qualified Firm At Conclusion Of The Technical Review. The Second And Third Place rated Firms Will Be Notified That They Were Not Selected Most Qualified But That They may Still Be Contacted For Solicitation If Award Does Not Proceed With The Most highly Qualified Firm. submission Requirements: Firms Must Provide A Customer Reference List With addresses And Telephone Numbers, And Bidding Records (ae Estimate Cost Of construction Vs. Construction Awarded Amount), If Applicable For All Projects listed As Related Experience, And A Project Workload Schedule Showing Proposed team Members For The Project Period. All Responding Firms, Including Consultants to The Primary Firm Are Required To Submit Their Sf 330 Part 1 And Part 2 electronically To Both The Contracting Officer And Contracting Specialist. contracting Officer: Dwayne Brauch / Email Address: Dwayne.brauch@va.gov and Contracting Specialist: Marc Del Valle / Email Address: marc.delvalle@va.gov. The Sf 330, Part I Must Clearly Indicate The Office Location where The Work Will Be Performed, And The Qualification Of The Individuals And subcontractors Proposed To Work On The Contract And Their Geographical Location. you Must Submit Your Electronical Copy, And Any Supplemental Information (such as Spreadsheets, Backup Data, Technical Information), Using Any Of The Electronic formats And Media Described Below. However, Contractors Will Be Notified Of The award Via An Electronic Notice Of Award E-mail. The Award Document Will Be attached To The Notice Of Award E-mail. Acceptable Electronic Formats (software) for Submission Of Sf 330 Packages: (a) Files Readable Using The Current Adobe Portable Document Format (pdf). when Submitting Construction Drawings Contractors Are Required To Submit one Set In Autocad And One Set In Adobe Pdf. (purpose: Contracting Can open The Pdf Version And Engineering Can Open Autocad Files); (b) Files In Adobe* Pdf Files: When Scanning Documents Scanner Resolution should Be Set To 200 Dots Per Inch, Or Greater; (c) Other Electronic Format. If You Wish To Submit An Offer Using Another format Other Than Described In These Instructions, E-mail The Contracting officer Who Issued The Solicitation. Please Submit Your Request At Least ten (10) Calendar Days Before The Scheduled Closing Date Of The solicitation. Request A Decision As To The Format Acceptability And Make sure You Receive Approval Of The Alternate Format Before Using It To Send your Offer; (d) Sf 330s Shall Be Provided On Standard Letter Size 8-1/2 By 11-inch Paper, limited To A Maximum Of Seventy-five (75), Single-sided, Single-spaced, and Numbered Pages. If More Than Seventy-five (75) Single-sided Pages are Submitted, All Pages After Seventy-five (75) Pages Will Not Be evaluated. The Font For Text Shall Be Times New Roman 12-point Or Larger. (e) Please Note That We Can No Longer Accept .zip Files Due To Increasing security Concerns. evaluation Criteria: each Firm Must Demonstrate Their Qualifications With Respect To The Selection criteria Listed Below. Evaluation Criteria (a), (b), (c), (d) And (e) Are Of Equal importance; Criterion (f) Is Of Lesser Importance Than Criteria (a), (b), (c), (d) And (e); And Criterion (g) Is Of Least Importance And Will Be Used As A Tiebreaker among Technically Equal Firms. Sf-330s Will Be Evaluated To Determine The Most highly Qualified Firm/team Based On Submitted Sf-330 Responses. Failure To provide Requested Data Or Comply With The Instructions In This Synopsis And Sf- 330 Instructions Could Result In A Firm Considered Being Less Qualified Or eliminated From Consideration. Specific Evaluation Criteria Include: a. Professional Qualifications: sf-330, Part I, Block E. Nco 23 Will Consider Any Information, Which May Be pertinent To This Criterion, Including The Following: Proposed Key Personnel (reference Primary Discipline List Below), Professional Registration, And competence, Related Experiences To Accomplish This Work, Education, And years With The Company. Key Personnel Shall Be Permanent Employees Of the Prime Firm/team Rather Than Temporary “contract Hire” Employee arrangements. Failure To Provide A Balanced Workforce In The Disciplines listed Could Result In The Firm Being Considered Not Qualified. The Combination of Criteria Below Will Be Used To Determine The Ability Of The Staff To Contribute to The Successful Completion Of Project Task Orders. Firms With Greater breadth Of In-house Expertise Will Be Rated Higher Than Those Needing To Hire sub-consultants. The Offeror’s Team Shall Include Staff Members Licensed In the States Covering Veteran Integrated Service Networks (visn) 23 Found In the Statement Of Work (sow) In The Following Disciplines: • Architectural Design • Structural Engineer* • Mechanical EngineerElectrical Engineer • Cost Estimator • Commissioning Agent in Addition, The Offeror’s Team Shall Include Staff Members In The Following disciplines And Shall Demonstrate Their Qualification: • Project/program Manager • Construction Management • Quality Control Manager b. Specialized Experience And Technical Competence: sf-330, Part I, Section F. Region 3 Nco 23 Will Consider Any Information which May Be Pertinent To This Criterion, Including The Following: Specialized experience And Technical Competence In The Performance Of Services Similar to Those Anticipated Under This Contract In Terms Of Recent And Relevant experience With Regard To The Project Examples Described Below, As Well As demonstrated Experience With Va Facility Design. • Example Projects: Submit Example Design Projects In Narrative Format That highlight The Experience Factors Listed Above. Design Project Examples should Not Exceed Two Pages Each. All Experience Factors Do Not Have To Be included In A Single Project. The Offeror May Submit Multiple Projects To demonstrate Experience In All Relevant Types Of Work, However, Do Not Submit more Than Five Projects Total a) The Narratives Of Example Projects Should Show Contract Number, Issuing agency, Project Name, A Current Point Of Contact Including Telephone And email Information, Project Scope, Size, Location, Design Fees, The Total Number of Modifications / Change Orders Issued During Performance Of Project, Date of Project Completion, Estimate Of Construction Cost, Principal Design elements And Features, Complexity Of The Job, Challenges Faced To Include disagreements Regarding Design Requirements And Construction Estimates disputes, And The Resolution And Results Of Any Challenges Faced. In Addition, and If Known, List The Construction Contract Award Price, And The Total Number of Construction Contract Modifications/change Orders And Their Total Value. b) Example Projects May Be From The Private Or Public Sector; However, Va projects May Be Rated Higher. Projects Completed More Recently Will Be evaluated More Advantageously. The Design Of All Example Projects Must have Been Completed Within The Past Four (4) Years (prior To The Sf-330 Due date For This Solicitation). The Evaluation Will Consider The Relevancy (design and Construction Scope, Size And Location) Of Projects Identified. For The purposes Of This Evaluation The A-e May Submit No More Than Two Example projects Which Were Investigations Or Studies Only. The Investigation(s) Or study(ies) Must Have Been Completed Within The Past Four (4) Years (prior To the Sf-330 Due Date For This Solicitation) As Well. c) Examples Of Work Submitted That Do Not Meet The Requirements Specified here Will Not Be Evaluated. Failure To Provide Requested Data, Accessible points Of Contact Or Valid Phone Numbers Could Result In A Firm Being considered Less Qualified And Eliminated From Further Consideration. Identify any Key Personnel In Sf-330, Part I, Section G That Worked On The Projects and Their Role. Specialized Experience And Technical Competency Will Be evaluated For Ability To Support The Range Of Work Required For This Contract, As demonstrated By Firm’s Submitted Projects. c. Capacity: sf-330, Part I, Block H. Demonstrate How The Firm(s) Will Manage, coordinate, And Administer The Work Within The Prime And Among Any teaming Partners. Teaming Partners To Be Included By The Prime Firm In Their response Should Be Clearly Identified As Such For Evaluation Purposes And will Later Be Agreed To During Negotiations Of Any Resultant Contract. Sf-330, part Ii, Block 11 Will Also Be Evaluated To Assist In Determining This Factor. sf-330 Part I Blocks C, D, F And Sf-330, Part Ii Will Also Be Evaluated To support This Criterion. Nco 23 Will Consider Any Information Which May Be pertinent To This Criterion, Including The Following: • Capacity To Perform Work In-house And With Teaming Members. • Demonstrate Active On-going Federal And Non-federal Work (address current Dollar Value Of Work, Number Of Current Projects, Management approach To Your On-going Work, And How The Team Will Support The Work requirements Outlined In This Synopsis In Addition To Current Work). Quantify the A-e Teams Reserve Capacity (percent Of Available Capacity Or Man Hours available Or Number Of Man Hours Available). • Greater Weight Will Be Given To Offerors Who Provide Quantitative Data To support An Assertion Of Sufficient Work-load Capacity. d. Construction Period Services: sf-330, Part I, Block H. In A Two-page Narrative, Provide Supporting information On The Firms Experience In Construction Period Services To Include professional Field Inspections During The Construction Period, Review Of construction Submittals, Support In Answering Requests For Information During the Construction Period, And Support Of Construction Contract Changes To include Drafting Statements Of Work, And Cost Estimates. • Demonstrate How The Firm(s) Will Manage, Coordinate, And Administer These services. • Provide Information On Technology To Be Used During Field Inspections. • Provide Any Additional Pertinent Information Relevant To These Criteria. • Greater Weight Will Be Given To Offerors Who Provide Examples Of Completed projects Where They’ve Successfully Completed These Services In The Past 18- months. e. Past Performance: sf-330, Block H. For The Example Projects Provided Under Specialized experience And Technical Competence, In A Single Page Narrative Form provide Past Performance In Terms Of Cost Control, Quality Of Work, And compliance With Performance Schedules For Each Example Project Submitted under Specialized Experience And Technical Competence. In Addition To past Performance Information Provided, The Evaluation Will Include information Available Within The Va, Federal, State, Private Industry, Or Other sources. In Addition To The Narrative Described Above, Forward The Past performance Questionnaire (ppq) Of This Synopsis, To Each Project Point Of contact. Completed Ppq Forms Shall Be Submitted As Part Of The Firms’ proposal Package. Firms May Include Any Ratings, Letters Of Appreciation Or performance, Awards Etc., For Relevant Experience; However, Federal database Content And Ppqs Will Be Evaluated More Advantageously. reponses Will Be Evaluated To Determine Firms’ Ability To Maintain Cost, schedule, Quality, And Customer Satisfaction. if The Offeror Is Unable To Obtain A Completed Ppq From A Client For A project(s) Before The Response Date Set Forth In This Notice, Offerors Should complete And Submit With Their Responses The First Page Of The Ppq (attachment), Which Will Provide Contract And Client Information For The respective Project(s). Offerors May Submit A Ppq Previously Submitted Under a Different Notice/rfp (legible Copies Are Acceptable) As Long As It Is On The same Form As Posted With This Synopsis. Offerors Should Follow Up With clients/references To Ensure Timely Submittal Of Questionnaires. If Requested by The Client, Questionnaires May Be Submitted Directly To The Government's point Of Contact, Network Contracting Office 23, Attn: Dwayne Brauch Via email At Dwayne.brauch@va.gov Prior To The Response Date. f. Geographic Proximity: geographic Proximity To The General Area Of The Requiring Activity As Well As knowledge Of Minneapolis Va Health Care Campus And Surrounding Federal properties. Sf-330, Part I, Block H. In Single Page Narrative Form demonstrate Firm’s Familiarity With Local Conditions To Include Knowledge Of, and Experience Dealing With, The Regulatory Agencies, Geological Features, logistics, Costs, Climatic Conditions And Local Design And Construction methods. Narrative Shall Include Team Location, Including Main Offices, branch Offices, And Any Subconsultant Offices. g. Subcontracting Efforts: commitment To Vha Shall Be Detailed In Sf-330, Part I, Block H. Offerors shall Identify And Commit To The Use Of Service-disabled Veteran-owned Small businesses, Veteran-owned Small Businesses, And Other Types Of Small businesses As Subcontractors. joint Ventures: (1) All Qualifications Packages Submitted By Joint Ventures Must Include A copy Of An Executed Joint Venture Agreement (with Original Signatures) Which fully Discloses The Legal Identity Of Each Member Of The Joint Venture, The relationship Between The Members, The Form Of Ownership Of Each Member, and Any Limitations On Liability Or Authority For Each Member. (2) An Authorized Representative Of Each Member Of The Joint Venture must Sign The Contract Accompanying An Offer Regardless Of Any Agency relationship Established Between The Members. (3) In The Case Of Corporations That Are Joint Venture Members, The corporation Secretary Must Certify That The Corporation Is Authorized To participate In The Joint Venture, Either By Certifying In The Joint Venture agreement, Or By Submitting A Separate Certification To The Government. the Joint Venture Must Also Provide A Certificate That Identifies A Principal representative Of The Joint Venture With Full Authority To Bind The Joint venture. (4) Representations, Certifications, And Financial Information Must Be submitted For Each Member Of The Joint Venture. va Primary Point Of Contact: Dwayne Brauch / Email Address: dwayne.brauch@va.gov / Phone Number: 651-293-3039. va Alternate Point Of Contact: Marc Del Valle / Email Address: marc.delvalle@va.gov / Phone Number: 651-293-3011. a.1 List Of Attachments see Attached Document: S02_attachment Limitations Of Subcontracting Cert Of Compliance {2 Pages}. see Attached Document: S02_attachment Performance Questionaire {3 Pages}.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Closing Date17 Apr 2025
Tender AmountRefer Documents 
Details: This Request For A-e Firm Qualifications Packages Is 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Concerns Under Vaar 852.219-73, Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) this Is Not A Request For Proposal. This Is A Request For Sf 330s Architect- Engineer Qualification Packages Only. Public Announcement For Procurement Of Architect-engineering (a-e) Services: This Is A Request For Standard Form 330, Architect-engineer Qualifications Only. A-e Services Are Being Procured In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) Subpart 36.6. All Submissions Will Be Evaluated In Accordance With The Below Selection Criteria. 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. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work. Any Resulting Award For The Proposed A-e Services Will Be Procured Under A Negotiated Firm-fixed Price Contract. at The Time The Request For Proposal Is Issued, All Offerors Shall Adhere To Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. (jan 2023) (deviation) general Information: the Department Of Veterans Affairs, Fayetteville Veterans Administration Medical Center (vamc), Is Seeking Sources And Intends To Award A Firm Fixed-price Contract For Architect-engineering (a-e) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project #565-25-153, Increase Chilled Water Capacity Located At 2300 Ramsey Street, Fayetteville, North Carolina 28301. the A-e Services Listed Herein Is Being Procured In Accordance With The Federal Acquisition Regulation (far) 36.6 And Vaar 836.6. Potential Contractors Must Be Registered In Sam (www.sam.gov) And Visible/certified In The Sba Certification Database At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. As A Prospective Offeror For This Service-disabled Veteran-owned Small Business (sdvosb) Set Aside, You Are Verifying Your Company Meets The Status Requirements Of A Sdvosb Concern As Established By Vaar 852.219-73. the Fayetteville Va Medical Center Is A Working Facility And Phasing Plans For Minimizing Downtime, And Provisions For Continuation Of Service During Outages Is Critical To This Project. point Of Contact: Elaine Belber, Contract Specialist Email: Elaine.belber@va.gov project Information: Project No. 565-25-153 project Title: Increase Chilled Water Capacity (ae) fayetteville Va Medical Center 2300 Ramsey Street Fayetteville, Nc 28301 the Naics Code For This Procurement Is 541330, Engineering Services, And The Applicable Small Business Size Standard Is $25.5 Million Annual Revenue. The Projected Award Date For The Anticipated A-e Contract Is On Or Around August 25, 2025. the Naics Code For The Anticipated Construction Project Is Projected To Be 238220 And Magnitude Of Construction Is Predicted To Be Between $2,000,000 And $5,000,000. The Anticipated Award Date Of The Construction Phase Of The Project Is To Be Determined (tbd). an Architect & Engineer (a-e) Contract Will Be Negotiated For The Development Of Complete Construction Documents Which Include Working Drawings, Specifications, Reports, And Construction Period Services. This Will Require Performing Site Investigations Using 3d Scanning, Revit/bim, And Supporting Information. The A-e Will Be Given Written Information; Participate In Project Planning Meetings, Pre-proposal Meeting, And Pre-construction Meeting As Required; Communicate With Va Personnel Via Telephone Or E-mail; And Is Expected To Coordinate So That The Final Documents Include All Requirements In Accordance With Industry Standard Practices, Va Standards, Va Design Manuals, And Review Comments. statement Of Task/scope Of Work: i. General Intent: provide Professional Engineering Services To Perform Planning, Investigations, Surveys, Reports, Consultations, Site Visits, Design Work, Preparation Of Contract Drawings And Specifications, Preparation Of Construction Cost Estimates, Construction Schedule And Provision Of Construction Period Services As Necessary For All Demolition, Modification, Construction, Inspection, Testing And Certification For All Construction Components For Project 565-25-153, Increase Chilled Water Capacity. The Construction Budget Is Between $2,000,000 And $5,000,000. The Intent Of This Project Is To Work Under Review Authority Of The Vamc Staff To Accomplish A Detailed Investigation And Survey Of The Existing Chilled Water Plant And Capacity, To Design And Prepare A Set Of Complete Construction Documents For All Architectural, Structural, Civil, Mechanical, Plumbing, Electrical, Life Safety And Other Applicable Components Of This Project. The Design Is To Provide An Increase Of 1000-ton Chilled Water Capacity At/to The Medical Center. the Design Team Shall Develop Three Alternatives For Chilled Water Expansion, Each With A Different Approach To Increase Capacity. The Design Team Must Evaluate The Pros And Cons Of Each Design In Terms Of Cost, Efficiency, Feasibility Of Implementation, And Integration Challenges Into The Existing System And Facility. design Shall Address Options In The Concept Phase As Well As Physical Placement On The Facility To Both Provide The Additional Capacity To Meet The Facilities Needs As Well As To Minimize Operational Interference During The Construction. ii. Scope Of Work: this Project Will Engage An Architectural Engineering (ae) Firm To Provide An Investigation And Surveying Plan, Construction Scope Of Work, Contract Drawings, Functional Layout, Specifications, Commissioning Plan, Construction Cost Estimates, Construction Schedule, Submittal Register, Engineering Calculations, And Subsequent Construction Period Services. It Will Also Engage Said Architectural Engineering (ae) Firm To Provide A Memorandum Of Agreement For All Above. The Design Team Is Responsible For Coordinating With The Contracting Officer S Representative (cor) And Appropriate Va Personnel To Determine A Plan For Increased Chiller Capacity. the Ae Firm Shall Hire A Third-party Commissioning Agent (cxa) To Be Involved From Project Kickoff Through Final Design And Throughout Construction. Ae To Coordinate For The Cxa To Develop The Commissioning Plan And Be Involved Throughout The Design And Construction. demolition/site Work: Demolition Of Utilities As Needed. Clearing Vegetation And Grading As Required. new Work: This Project Will Add 1000-ton Chilled Water Capacity On The Main Campus Of The Fayetteville Vamc. The Design Team Must Develop Concept Drawings Of The Increased Capacity And Recommended Location. The Design Team Must Develop And Evaluate Three Alternatives For Chilled Water Expansion, Each With A Different Approach To Increase Capacity. The Design Team Must Evaluate The Pros And Cons Of Each Design In Terms Of Cost, Efficiency, Feasibility Of Implementation, And Integration Challenges Into The Existing System And Facility. Design Drawings Are To Be Completed With Va Engineering, Contracting And The Executive Leadership. Energy Reviews Will Be Conducted At The 65% Design Review Stage By A Va Energy Engineer. Fire/life Safety Code Review Will Be Conducted At The 65% Design Review Stage By A Va Contracted Firm. All Provided Comments Must Be Addressed To The Satisfaction Of The Va Cor. iii. Materials Provided To Ae After Award: plans: Existing Facility Record Drawings And Files That Are Available Will Be Provided For The Ae S Use. Note: Not All Record Drawings Exist Which Is Why This Scope Requires The A&e To Perform In-depth Surveying And Investigations On Site. The Accuracy Of Facility Conditions, Records Or As-built Drawings Will Need To Be Completely Field Verified By The Ae. specifications, Standards, Etc: The Project Design Shall Be Completed In Accordance With This Ae Scope And All Appropriate Department Of Veterans Affairs (va) Standards, Specifications, And Other Criteria Otherwise Required By The Va. The Ae Shall Retrieve All Va Design Information And Standards From The Va Facilities Web Site (http://www.cfm.va.gov/til/index.asp). Station Level Modified Specifications For Certain Specification Sections Will Be Provided By The Va After The Notice To Proceed As Been Issued. These Documents And All National, State, And Local Codes Adopted And Used By The Va Shall Be Incorporated In The Design Of This Project And Reflected In The Construction Cost Estimate. The Following References, As Applicable, Shall Be Utilized For Planning And Design Purposes: master Construction Specifications (pg-18-1) Design And Construction Procedures (pg-18-3) Standard Details And Cad Standards (pg-18-4) Equipment Guide List (pg-18-5) Space Planning Criteria, And Va-space & Equipment Planning System (pg-18-9) Design Manuals (pg-18-10) Design Guides (pg-18-12) Barrier Free Design Guide (pg-18-13) Room Finishes, Door, And Hardware Schedules (pg-18-14) Minimum Requirements For A/e Submissions (pg-18-15) Environmental Planning Guidance (pg-18-17) National Electric Code Life Safety Codes Government-furnished Record Drawings (ae To Field Verify Conditions) National Fire Protection Underwriters Laboratory iv. Design Requirements: The A/e Designer Will Be Required To Visit And Inspect The Project Site Prior To Providing Their A/e Proposal For This Project Design. general: These Descriptions Are To Give A General Scope And Scale Of Efforts Required And Do Not Necessarily Cover All Va Design Guide Requirements. this Project Requires The A&e To Accomplish A Thorough Study And Evaluation Of The Existing Chiller Plant, Existing Capacity, And Supporting Areas Within The Facility Including Increased Capacity Alternatives. The Project Shall Be Designed With Viable Deductive Alternates Equal To Or Greater Than 10 Percent Of The Construction Funding Limitation To Ensure Construction Award Within Program Budget Limitations. The Number Of Deductive Alternates Shall Be Between Three And Five (or As Approved By The Va Contracting Officer). construction Cost Estimate: Construction Cost Estimate Shall Be Organized Using The Fifty (50) Division Format Developed By The Construction Specifications Institute (c.s.i.). The Cost Estimate Shall Include Various Categories Of Work Involved, Quantities, And Unit Cost. The Estimate Shall Also Be Based On The Anticipated Start Date For Construction, Plus An Inflation Allowance For The Fayetteville, Nc Area For The Anticipated Time Of Bidding. This Must Meet Current Va Cost Estimate Guidelines And Is Subject To Va Cor Final Approval/acceptance At Each Submission. Each Submission Must Reflect All Current Bid Deducts. construction Schedule Outlining All Major Projects Tasks And Phases With Estimated Durations For Each. This Shall Include Notice To Proceed Date, Submittal Process, Mobilization, Major Tasks And/or Discipline Work Events, Phasing, Significant Inspections/commissioning Events, Closeout, Turn-over And De-mobilization. Provide An Excel Type Project Schedule Chart Outlining A Generic Construction Schedule For This Project. Final Schedule To Be Approved By Va Cor. meeting Agendas And Minutes: The Ae Shall Provide An Agenda For Every Meeting And Take Minutes Of All Meetings, Conferences, Site Visits, Etc. A Copy Of The Agenda And Minutes For Each Meeting Or Site Visit Shall Be Provided To The Va Cor For Acceptance. The Va Cor Must Approve All Formats And Content. contract Drawings: Provide Fully Developed Contract Drawings In Revit Bim To The Minimum Level Of Detail (lod) 300 (in A Current Revit Version Accessible By The Va) And Provide Revit Drawings And Pdf Drawings Electronically And In Hard Copy. Hard Copy Drawings Shall Be Plotted At 1/8" Or 1/4" Scale, Minimum. A Larger, More Appropriate Scale Shall Be Used For Sections And Details. The Final Contract Drawings (as-builts) Shall Be Black Ink On E Size (30" X 42") Paper. (see Also Cadd Requirements Of Sections V And Viii.). specifications: Provide Fully Developed And Edited Specifications In A Microsoft Word Format Accessible By The Va. Specifications Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt. construction Statement Of Work: Provide Fully Developed Executive Summary Of The Construction Work Required In Microsoft Word Format Accessible By The Va. The Sow Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt. Submittal Register: Provide A Submittal Register In An Approved Formatted Excel Spreadsheet With All A&e/designer Of Record (dor) Required Submittals Per Final Plans And Specifications For This Project. This Is Intended To Be Provided To A Construction Contractor To Use And Complete With The Expectation That The A&e Has Reviewed And Considers Complete With Maybe Minor Omissions Needing Addressed By A Gc. v. Review Requirements And Time Frames Kick-off And Developing Initial Design Package expectation Is For The A&e To Execute Any Additional Information Gathering And Conduct A Preliminary Plan Development Meeting And Review With The Va Cor During This Requirement. This Must Include Initial Site Visits And Data Collection, Meeting With Stakeholders, Sight Surveys, And Develop A Comprehensive Understanding Of The Project Site. preliminary Documents: The Design Team Must Develop And Evaluate Three Alternatives For Chilled Water Expansion, Each With A Different Approach To Increase Capacity. the Design Team Must Evaluate The Pros And Cons Of Each Design In Terms Of Cost, Efficiency, Feasibility Of Implementation, And Integration Challenges Into The Existing System And Facility And Recommend The Best Alternative. The Design Team Must Develop Concept Drawings (sketches, Diagrams, Layout, Form/shape Of Buildings Or Structures) Of The Increased Capacity And Recommended Location To Be Used In The Final Plan. This Must Include An Issues Log For Tracking And Documenting Issues/decisions Made For The Project Duration And For The Final Record. design Checklist Review With Va Cor To Cover Submittals And Verify All Follow-on Submittal Stages And Requirements For Design Development And Construction Drawing Package Submittals. Discuss Entire Design Scope And Address In The Plan For Tracking And Completeness Of Final Submittal. every Meeting Must Go Over The Design Scope Of Work And Have An Agenda Available Prior To The Meeting For Va Cor Approval. 35% Review: Preliminary Design Documents. customer Concept Documents. Outline The Project S Initial Concept And Design Approach, Based On The Client S Requirements And Project Scope. schematic/preliminary Design Drawings. Develop Initial Design Concepts That Can Be Refined Based On Stakeholder Feedback. These Initial Sketches And Detailed Drawings That Provide A Visual Representation Of The Project, Including Layouts, Floor Plans, And Elevations. Provide One (1) Hard Copy Arch E (30 X42 ) Set Of Comprehensive Drawings For Va Review And Comment And One Electronic Set In Pdf Format. design Analysis. An Analysis Of The Project S Design, Addressing Factors Such As Structural Integrity, Materials, And Compliance With Relevant Codes And Standards. Also Include Initial Calculations For Mechanical, Structural, And Electrical Systems. Provide One Electronic Copy Of This Analysis For Va Review And Comment. Pdf Format Preferred. provide A Written Design Narrative That Explains The Design Intent, Key Features, And The Overall Vision Of The Project. (one Copy In Word Format, One Copy In Pdf). preliminary Specifications. These Documents Detail The Materials, Standards, And Workmanship Required For The Project, Providing A Basis For The Detailed Specifications That Will Be Developed In Later Phases. Provide One Electronic Copy Of The Proposed Specification Sections To Date. These Shall Have Been Updated To Reflect This Project And Its Requirements. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. Pdf Format Preferred. cost Estimates. Preliminary Cost Estimates Are Prepared To Give An Idea Of The Project S Budget And Financial Feasibility. Provide One Electronic Copy For Va Review, Comments, And Subsequent Approval. Excel Preferred. project Schedule. An Initial Project Schedule Outlining The Key Milestones And Timelines For The Design And Construction Phases. Provide One Electronic Copy Of The Prosed Schedule For Va Review, Comments, And Subsequent Approval. these Documents Help Ensure That All Stakeholders Have A Clear Understanding Of The Design Direction And Provide A Basis For Further Development And Refinement In Subsequent Design Phases. 65% Review: Design Development Dd-1 provide 65% Level Of Efforts For All Disciplines Required. One (1) Arch E (30 X42 ) Copy Of Work Completed To Date. One Electronic Copy Of Proposed Specification Sections To Date. These Shall Have Been Updated To Reflect This Project And Its Requirements. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. Provide Electronically Transferred Copy Of Any Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate And Any Other Draft Documents Ready For Review At This Level. 95% Review: Design Development Dd-2 this Shall Represent A Complete Design With Little Or No Remaining Issues Or Missing Data. This Submittal Should Have All Required Number Of Drawings To Clearly Indicate To Bidders All Requirements. One (1) Arch E (30 X42 ) Copy. One Electronic Copy Of Proposed Specification Sections To Date. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. Provide Electronically Transferred Copy Of The 65% Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate, Template Construction Schedule And All Required Documents For A Complete Design Package. this Submission Shall Include 3d Renderings Of Interior And Exterior Significant Features And Views Of This Future Building. One Or More Of These Will Be Intended To Be Used By The Construction Contractor For Construction Signs. final Submission: Construction Documents (cd): All Drawings And Documents Shall Indicate Issued For Construction. Va Cor Shall Review Electronic Copies Prior To Giving Approval To Print/plot This Package As A Final Check For Significant Errors. Two (2) Arch E (30 X42 ) And Two (2) Half Size Printed Copies Of Final Drawings. Two (2) Printed Out Set Of Final Indexed And Bound Specifications Double Sided. Two (2) Printed Copies Of The Final Description Of Work Including Base Bid And All Deduct Alternates. Two (2) Printed Copies Of The Construction Cost Estimate With Bid Deducts Broken Out Or Readily Identifiable And Separable From Base Bid Work. Two (2) Printed Copies Of The Submittal Register. Two (2) Printed Copies Of The Template Construction Schedule. Two (2) Printed Copies Of All Design Review Comments And A&e Responses For The Entire Process. Electronically Transferred To Va Pdf, Word And Revit/cad Copies Of All Documents And Files. All Shall Be In A Combined Copy As Well As Separated By Sheet Or Book. vi. Schedule concept Design Submission 21 Calendar Days From Ntp va Concept Design Review 14 Calendar Days From Concept Design Submission 35% Schematic Design Submission 30 Calendar Days From Concept Design Review va 35% Schematic Design Review 14 Calendar Days From 35% Design Submission 65% Design Development Submission 45 Calendar Days From 35% Design Review va 65% Design Development Review 14 Calendar Days From 65% Design Submission 95% Design Development Submission 30 Calendar Days From 65% Design Review va 95% Design Development Review 14 Calendar Days From 95% Design Submission 100% Final Design Submission 14 Calendar Days From 95% Design Review total Calendar Days From Notice To Proceed To 100% Final Design Submission: 196 Days. procurement Timeframe: 180 Days From The Time Engineering Submits Package To Contracting. During This Timeframe, Designer Shall Answer Pre-bid Rfis And Provide Updated Construction Documents To Capture Any Changes Made Through The Procurement Process. construction Period Services: 365 Calendar Days From Construction Award Date total Contract Period: 741 Calendar Days vii. Construction Services (starts Once Construction Notice To Proceed Is Issued) preconstruction Meeting: Participate And Facilitate This Meeting In Conjunction With The Contracting Officer, Cor And Contractor. Topics Shall Include Standard Contract Requirements, Facility Specific Requirements, Safety Discussion, Design And Specifications Review, Schedule Review, Quality Assurance/quality Control Processes, Submittal And Rfi Process, Changes Process. biweekly Site Inspections: Designer Shall Meet Biweekly With The Contractor, Cor And Others Needed To Inspect The Progress Of The Construction And Report Any Deficiencies To The Same. Designer To Plan On 10 Site Visits To Inspect The Work And Progress (these Are In Addition To The Pre-con, Pre-final And Final Inspections). construction Change Orders: Designer Shall Prepare The Statement Of Work And Cost Estimates (returned Within 7 Calendar Days) As Needed. submitttal Review And Logs: Designer Shall Prepare And Maintain A Log Of Submittals And Rfis And Provide The Same To The Contracting Officer And Cor. Reviewed Submittals Are To Be Returned Within 10 Working Days To The Cor. Designer Is Fully Responsible For Review Of All Submittals, Retaining A Record Copy Of Submittals For Turn Over To The Owner Upon Project Completion, And Communication With The Contractor Regarding Any Deficiencies Or Changes Required To The Submittals. weekly Progress Meetings: Designer Shall Hold Formal Progress Meetings With Contractor, Contracting Officer, And Cor. At These Meetings The Agenda Shall Contain A Narrative Of Work Completed The Previous Month, Work Upcoming, Submittals Or Rfis Outstanding, Schedule Update, Any Special Coordination Items Requiring Actions, And Discussion Of Change Orders Or Time Extension Requests. Again, Minutes Of This Meeting Shall Be Issued Within 3 Working Days Of The Meeting. project Admistration: Designer Shall Utilize A Web-based Project Tracking/administration Software During Construction Period Services. Software Will Track Inspections Reports, Construction Change Orders, Submittals, Rfis, Rfps, Progress Meeting Reports, And Any Other Applicable Documents. Application Shall Be Accessible By Construction Contractor, Va Cor, And Va Co. Recommended Applications: Submittal Exchange, Procore, Or Equal. project Closeout: Designer Shall Receive Notice Of Intent For Pre-final And Final Inspections From The Contractor. The Contractor Shall Propose A Time And Place For This To Occur In Conjunction With The Contracting Officer And The Cor. Following Both The Pre-final And The Final Inspections, The Designer Shall Issue A Punch List. Contract Documents Shall Specify That The Contractor Has 15 Working Days To Complete The Punch List And Notify The Designer For Re-inspection. Following Re-inspection And Project Acceptance The Closeout Phase Will Occur. release Of Claims For Design Project: Prior To The Final Payment Under This Design Contract Or Prior To Settlement Upon Termination Of The Design Contract, And As A Condition Precedent Thereto, The Ae Shall Execute And Deliver To The Contracting Officer A Release Of All Claims Against The Government Arising Under Or By Virtue Of This Contract, Other Than Such Claims, If Any, As May Be Specifically Excepted By The Ae From The Operation Of The Release In Stated Amounts To Be Set Forth Therein. project Documentation: Designer Shall Coordinate With The Contractor To Gather Record Copies Of Submittals, As-built Documents, Mechanical Test And Balance Reports, Maintenance Manuals, Coordinate Owner Training Sessions, And Provide The Same To The Owner. Upon Completion Of Construction And Incorporation Of All Revisions Required To Complete The Record Drawings, The Following Items Shall Be Submitted: 1 Set Of Original Reproducible As-built Plans (30 X 42 ) Plus An Electronic Copy In Revit/cad And Pdf Formats. 1 Set Of All O&m Manuals In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All. 1 Set Of All Other Project Documents In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All. viii. Cad Requirements: drawings: See Also Final Design Submission Requirements. Full Size Two-dimensional Drawings Electronically Submitted. The Completed Drawing Files Shall Be Fully Operational In Revit/cad; A Pdf Copy Will Additionally Be Provided. delivery Format: Media And Archive Procedure For Transfer Of All Drawing Files To The Office Of Engineering Project Section Shall Be Via A Shared Site That Can Transfer These Files And Accessible From A Va/u.s. Government Computer. naming Conventions: Files Will Be Unique And Use A Maximum Of 8 Alphanumeric Characters (or As Approved By The Va Cor), The File Name And Extension Will Be Separated By A Period. The File Layer Structure Will Follow The Va Approved Standard "cad Layer Guidelines" Recommended Designations For Architecture, Engineering, And Facility Management Computer-aided Design As Prepared By The Task Force On Cad Layer Guidelines. ix. Attachments: 100% Construction Drawings With Chiller Mod 05-22-2017 (end Statement Of Work) a-e Selection Process: The Agency Has Convened An Evaluation Board For The Evaluation Of Responses To This Notice. Responses Will Be Evaluated In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) 36.6. Specifically, Sf 330 Submissions Will Be Evaluated To Identify The Most Highly Qualified Firms, Using The Selection Criteria Identified Below. Discussions Will Be Held With At Least Three (3) Of The Most Highly Qualified Firms, In Accordance With Far 36.602-3(c). The Processes At Far 36.602-4 And Far 36.606 Will Then Be Followed. Selected Firms Will Be Notified By Telephone Or Email Of Selection And Provided Further Instructions. evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Publicly Available Sources. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. selection Criteria: Evaluation And Selection Of Firms Will Be Based On Submissions And Direct Responses To The Following Criteria Which Are Numbered In Descending Order Of Importance: specialized Experience: Specialized Experience And Technical Competence In The Design And Construction Period Services For A Complete Design Of A 1000-ton Chiller (capacity Increase) Or Similar Project. Project Experience Must Include Experience With Similar Sized Chilled Water Systems, Preferably In Healthcare Facilities Or Large Industrial Buildings. other Specialized Experience Includes Proficiency In Designing And Engineering Hvac Systems, Including Chillers, Cooling Towers, Pumps, And Distribution Systems, Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, And Sustainable Design Practices. Submissions Shall Include No More Or Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope And Complexity, And Experience With The Types Of Projects Above. relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past 5 (five) Years. Any Projects Older Than Five Years But Within Seven Years, Will Be Considered Somewhat Recent And Will Have Some Consideration. Each Project Shall Include The Following: Project Title, Location And Detailed Narrative Describing The Scope Of Ser-vices Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e. Prime Contract, Teaming Partner, Or Subcontractor. Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. Services & Deliverables Provided Under The Contract/task Order. Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Contract Number Associated With The Project. section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. the Evaluation Will Also Consider Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be E Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated. The Management Approach The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. professional Qualifications: Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The State Where The Project Is Located. key Positions And Disciplines Required For This Project Include But Are Not Limited To: Architect (leed Certified) Cadd Technician Structural Engineer Geotechnical Engineer Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Industrial Hygienist Mechanical Engineer Plumbing Project Manager Quality Assurance Physical Security Specialists Registered Communications Distribution Designer (rcdd) Commissioning Agent Cost Estimator responses Must Include The Extent To Which Potential Contractors/subcontractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses When Submitting The Personnel Proposed To Perform The Work Under This Requirement. the Information Provided In Sections C Through E Of Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. experience In Construction Period Services (cps): Experience In Construction Period Services To Include Solicitation Support Services, Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates, Attendance At Weekly Conference Calls, Providing Minutes Of Meetings Between The Ae, Va, And Contractors, Pre-final Inspection Site Visits, Generation Of Punch-list Reports, Commissioning Services And Production Of As-built Documentation. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. past Performance: Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. If A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. Evaluations Will Consider Superior Performance Ratings On Recently Completed Va Projects As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. If Ap-propriate, The Record Of Significant Claims Against The Firm Because Of Improper Or In-complete Architectural And Engineering Services May Be Evaluated. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs May Be Submitted To The Vha Nco 6 Point Of Contact Specified In The Attached Ppq Document. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For The Va Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. knowledge Of Locality: Knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. secondary Selection Criterion*: Geographic Location. Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Fayetteville Va Medical Center: 2300 Ramsey Street, Fayetteville, North Carolina 28301-2856. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). * The Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Written Responses. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf330 Submission. the Department Of Veterans Affairs Shall Evaluate Each Potential Contractor In Terms Of The Following As M Firm Meeting The Synopsized Selection Criterion And "nm" Means That The Firm Did Not Meet The Synopsized Selection Criterion.: selection Criteria Specialized Experience: specialized Experience And Technical Competence In The Design And Construction Period Services For A Complete Design Of A 1000-ton Chiller (capacity Increase) Or Similar Project. Project Experience Must Include Experience With Similar Sized Chilled Water Systems, Preferably In Healthcare Facilities Or Large Industrial Buildings. Submissions Shall Include No More Or Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope And Complexity, And Experience With The Types Of Projects Above. professional Qualifications: Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Above. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. experience In Construction Period Services (cps) past Performance: Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. capacity: The Evaluation Will Consider The Firms Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. knowledge Of Locality please Note: The A-e Evaluation Board Must Be Provided With Complete And Accurate Information For All Seven (7) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The A-e Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The A-e Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. limitations: 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses. 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. submission Criteria/requirements: Interested Firms Having The Capabilities To Perform This Work Must Submit: one (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) Electronically To The Contract Specialist, Elaine Belber, Via Email At Elaine.belber@va.gov No Later Than 1:00 P.m. Edt On Thursday, April 17, 2025. interested Firms Are Responsible For Ensuring Electronic Delivery Of Submission By The Time And The Date Specified. It Is Highly Recommended Interested Firms Confirm Electronic Submissions Have Been Received By The Contracting Officer. size Limits Of E-mails Are Restricted To 10mb. If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . (example: Sf330 Submission, 36c24625r0031 Increase Chilled Water Capacity, Project 565-25-153 (1 Of N, 2 Of N, Etc.). All Sf330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Procurement Number And Project Title (abbreviated Or Shortened Is Okay). Interested Firms Are Responsible For Ensuring Delivery Of Submission. all Sf 330 Submissions Must Include The Following Information, Either On The Sf 330 Or By Accompanying Document: 1) Cage Code 2) Sam Unique Entry Id Number (uei) 3) Tax Id Number 4) The E-mail Address And Phone Number Of The Primary Point Of Contact 5) Sf 330 Must Indicate The Percentage Of The Contract Performance Cost That Will Be Expended By The Prime Firm S Employees And In Which Discipline(s) And Subcontracted Percentage Of Contract Performance Cost To Be Expended (and In What Disciplines). Any Subcontracted Or Otherwise Business Entity Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, Large, Etc.). 6) References Noted In Selection Criteria 4 the Firm And Or A-e On Staff Representing The Project Must Follow State Of North Carolina Guidelines Under State Law For All Licensing Requirements To Sign And Seal Drawings. each Respondent Must Be Able To Demonstrate The Ability To Comply With The Limitations On Subcontracting, In Accordance With Far Clause 52.219-14 And Vaar Clauses 852.219-73 And 852.219-75. electronic Submittals Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Considered. All Information Must Be Included In The Sf330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s. vendor Questions: All Questions Shall Be Submitted To The Contract Specialist, Elaine Belber, Via Email At Elaine.belber@va.gov No Later Than 1:00 P.m. Edt On Tuesday, April 1, 2025. attachments: 100% Construction Drawings With Chiller Mod 05-22-2017 sf 330 past Performance Questionnaire

Don Emilio Del Valle Memorial Hospital Tender

Civil And Construction...+1Building Construction
Corrigendum : Tender Amount Updated
Philippines
Closing Date10 Apr 2025
Tender AmountPHP 63.7 Million (USD 1.1 Million)
Details: Description Subject : Design And Build Of Dedvmh Ob Building Location : Dedvmh Compound, Bood, Ubay, Bohol Terms Of Reference I. Background Don Emilio Del Valle Memorial Hospital (dedvmh) Is A Licensed Level 2 General Hospital Located In Ubay, Bohol With 200 Authorized Bed Capacity Which Aims To Provide Highly Specialized Quality Healthcare Services To All Where Human Dignity Is Valued And Respected By Competent And Committed Personnel. In Accordance With The Provisions Of And Related Issuances Of Doh Administrative Order No. 2019-0056 Increasing The Bed Capacity Of Dedvmh From 50 Beds To 300 Beds And R.a. No. 11223, Or The “universal Health Care Act”, The Hospital Shall Provide Promotive, Preventive, Diagnostic, Curative, And Palliative Care Services, And Research, Professional Teaching And Training Programs And Shall Be Fully Equipped With The State-of-the Art Equipment And Facilities, Complemented By Adequately Trained And Competent Human Resources For Health Appropriate For A Licensed And Accredited Tertiary General Hospital. Dedvmh Shall Strengthen Its Existing Basic Services, And Aim For The Improvement Of Its Service Capability And Capacity Serving As Referral Hospital In The Northeastern Section Of The Bohol Province, Complementing Local Health Systems And Providers Of Municipalities In The Area. In Order To Fulfill This Mandate, Dedvmh Is Upgrading Its Services To Become A Level Iii Hospital To Provide Better And Quality Healthcare Services Especially In The Northeastern Part Of Bohol, Its Catchment Areas And Nearby Provinces. The Increase In The Bed Capacity And Expansion Of Services And Capability Are Consistent With The Dedvmh’s Hospital Development Plan (hdp) And Philippine Health Facility Development Plan (phfdp) 2020-2040. Ii. Objectives The Purpose Of This Project Is To Repair And Expand The Existing Ob Building To Provide Patients And Healthcare Workers With A More Spacious And Comfortable Area By Improving Its Ventilation, Air Conditioning, Lighting And Ensuring That The Size, Layout, And Functions Of The Structure Meet Their Diverse Healthcare Needs. The Design Must Also Conform To The Standards Of Set By In Accordance To The Manual On Technical Guidelines For Hospitals Planning And Design (level 3) And Doh Green And Safe Health Facilities Manual To Develop Climate Smart Health Facilities That Address And Adapt To The Impacts On The Environment. The Winning Bidder Shall Design For This Project With The Approval Of The Medical Center Including The Approved Detailed Estimates, Bill Of Quantities, Technical Specifications, And Methodology Of Construction And Scope Of Works Of The Project. Iii. Conceptual Design The Design Concept Of The Project Was Governed By The Planning And Design Standards Of Level 3 Service Capability Hospital Facility As Prescribed By The Latest Requirements Of The Department Of Health And Other Concerned Agencies. Building Design Shall Conform To The Provisions Of The National Building Code Of The Philippines (pd 1096), Accessibility Law (bp 344), Architecture Law (ra 9266), National Structural Code Of The Philippines, Electrical Engineering Law (ra 7920), Mechanical Engineering Law (ra 5336), Plumbing Code (ra 1378, 1993-1994 Revisions), Fire Code (ra 9514) And Other Laws And Regulations Covering Environmental Concerns And Local Ordinances And Regulations. The As-built Plan And Proposed Schematic Lay-out/call-out Will Be Provided As Basis Reference In The Development Of Preliminary Conceptual Design Plans To Be Submitted As Part Of The Technical Proposal. However, It Is The Responsibility Of The Bidder To Verify Actual Site Conditions And Dimensions. The Preliminary Conceptual Design Plans And Perspectives Shall Be Included Construed Part Of The Technical Proposal As Follows: Preliminary Conceptual Design Plans Required Specified Degree Of Details 1. Schematic Floor Plans: A. Ground Floor B. Second Floor C. Third Floor (expansion) D. Roof Deck All Schematic Plans Shall Be At Least A3 Size Paper And Shall Meet The Minimum Space Requirements And Planning/design Guidelines Of Level 3 Hospital For: - Delivery Complex - Ob-gyne Emergency Department - Neonatal Intensive Care Unit (nicu) - Chief Of Medical Professional Staff (cmps) Office - Ob-gyne Wards / Recovery Rooms - Conference Room / Training Rooms - Offices - Open Space For Mechanical Outdoor Units And Equipment Preliminary Conceptual Design Plans Required Specified Degree Of Details A. Aerial Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered. B. Man’s Eye / Worm’s Eye Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered. C. Front Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered. D. Rear Perspective View In Conformance With The Preliminary Conceptual Plans And At Least 3d Rendered. E. Left & Right-side Perspective View All Perspective / Plans Shall Be At Least A3 Size Paper In Colored Printed And Shall Conform With The Preliminary Conceptual Plans And At Least 3d Rendered F. Longitudinal And Transverse Section Plans At Least One Longitudinal And One Transverse Section Plans In At Least A3 Size Paper The Conceptualization Of The Design Including Its Specifications And Space Requirements Shall Complement And/or Supplement With The Existing Site Conditions And Specification Of The Existing Ob-gyne Building. Proponent’s Input, Suggestion And Recommendations With Regard To The Identification Of The Scope Or Physical Components And Structures, Specific Outputs And Requirements And Proposed Construction Methods Shall Be Considered. Iv. Performance Specifications And Parameters Site And Space Planning Were Governed By The Standards, Rules And Regulations On The Design Of Level 3 Hospitals As Prescribed By The Department Of Health And Other Concerned Agencies. Building Design Shall Conform To The Provisions Of The National Building Code Of The Philippines (pd 1096), Accessibility Law (bp 344), Architectural Law (ra 9266), Civil Engineering Law (ra 544), National Structural Code Of The Philippines, Electrical Engineering Law (ra 7920), Mechanical Engineering Law (ra5336), Plumbing Code (ra 1378, 1993-1994 Revisions), Fire Code (ra 9514) And Other Laws And Regulations Covering Environmental Concerns And Local Ordinances And Regulations. A. Pre-detailed Design 1. Engineering Surveys And Investigations 1.1 Surveys And Investigations Of The Site Includes Elevations And Contours (at 0.5m Interval), Soil Tests, Location, Dimension, Floor Elevations And Other Pertinent Data On Existing Buildings And Improvements (roads, Parking Areas, Mature Trees) And Existing Utility Lines (e.g. Water, Power, Telephone). 2. Preliminary Conceptual Design Plans/perspective 2.1 Preparation Of The Following Drawings For Design Development Based On The As Built Plan And Schematic Lay-out/call-out Prepared By The Procuring Entity. Please Refer To Section Iii. Conceptual Design. B. Detailed Design Preparation Of Final Design Concept And Detailed Architecture And Engineering Design Shall Be In Accordance With The Schematic Plans For Hospital Building And Design Conceptualization Duly Approved By The Dedvmh. In Determining The Final Design Concept And Detailed Architecture And Engineering Design, The Implementing Unit Together With The Design And Build Contractor Shall Initiate The Coordination Meeting With The Concerned Stakeholders In The Following Schedule: First Session - The Design And Build Contractor Shall Present The First Schematic Plan And Design Concept For Deliberation, Consultation And Inputs By The Proponents Within Ten (10) Calendar Days From The Effectivity Of Notice To Proceed Second Session - The Design And Build Contractor Shall Present The First Revision Of Schematic Plan And Design Concept For Deliberation, Consultation And Inputs By The Proponents, If There Any, Within Twenty (20) Calendar Days From The Effectivity Of Notice To Proceed Third Session - The Design And Build Contractor Shall Present The Second Revision Of Schematic Plan And Design Concept For Deliberation, Consultation And Inputs By The Proponents, If There Any, Within Thirty (30) Calendar Days From The Effectivity Of Notice To Proceed Upon Approval Of The Final Schematic Plan And Design Concept, The Design And Build Contractor Shall Then Proceed For The Design Phase, Enumerated As Follows: 1. Preparation Of The Following Detailed Design Drawings Of Entire Building (see Doh Checklist Of Drawings Requirements) Based On The Design Development Drawings And Design Parameters Including Any Revisions And Refinements As Approved And Required By The Dedvmh: A. Detailed Architectural Plans (refer To Checklist Of Drawings Requirements And Design Parameters). B. Detailed Structural Plans (refer To Checklist Of Drawings Requirements And Design Parameters). C. Detailed Electrical Plans (refer To Checklist Of Drawings Requirements And Design Parameters). D. Detailed Storm Drain, Sanitary And Plumbing Plans (refer To Checklist Of Drawings Requirements And Design Parameters). E. Detailed Mechanical Plans (refer To Checklist Of Drawings Requirements And Design Parameters). F. Structural Computations, Including Soil Boring Test Results And Seismic Analysis And Electrical Design Computations. G. General Notes And Technical Specifications Describing Type And Quality Of Materials And Equipment To Be Used, Manner Of Construction And The General Conditions Under Which The Project Is To Be Constructed. H. Detailed Cost Estimates, Detailed Bill Of Qualities, Bill Of Quantities, And Program Of Works Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates And Equipment Rentals. I. Summary Of Works J. All Design Output Shall Include The Following: Particulars Design Required Output Hard Copy Printed In Standard Size Paper 40 X 30 Printed And Hardbound Catalog For All Perspective Views, Architectural Finishes, Electrical Fixtures, Sanitary/plumbing Fixtures Utilizing Standard A4 Size Photo Paper Electronic Copy Electronic Copies In Standard Formats: - Designplansfile.pdf; - Designplanscadfile.dwg; - Design3dfile.skp/dwg/etc; - Powerpointpresentation.ppt; - 3d Animations (walkthrough.mp4/avi/mov/etc.) Design And Build Contractor Shall Compile All The Files And To Be Stored In 1tb External Drive Fourth And Final Session - The Design And Build Contractor Shall Submit The Completed Detailed Design Drawings Of The Entire Building, Within Sixty (60) Calendar Days From The Effectivity Of Notice To Proceed. C. Green Building 1. Design Development Shall Consider At Least Basic Requirements For Green Building Applied To Hospital Facilities In Building Component Systems Such As Architectural, Structural, Electrical, Mechanical, And Sanitary. D. 3d Animation And Walkthrough Presentations Designer Shall Prepare A 3d Walkthrough, That Is, Taking A Virtual Tour Of The Proposed Project/structure In Any Design Platform. It Shall Be Produced From Digital 3d Models That Have Been Visualized To A Photo-realistic Standard That Will Showcase All The Design Elements, Both Externally And Internally Of A Property Development And Its Spaces. Minimum Expected Output Shall Include But Not Limited To: - 3d Walkthrough Presentation That Will Show From The Main Entrance Of The Hospital Compound, Going Through The Site Where The Project Is To Be Located. From The Site, It Should Walk Through The Main Facade And Entrance Of The Ground Floor Of The Building Up To The Third Floor Showing All The Respective Floors, Its Lobbies, Hallways, Rooms And Other Support Facilities. - In Addition, The 3d Walkthrough Presentation Shall Include The Exterior Views / Facade Of The Building With Its Adjoining Structures. E. Pre-construction Pre-construction Meeting Shall Be Scheduled On The Next Day That The Completed Detailed Design Drawings Are Submitted. Key Stakeholders—including The Dedvmh, And The Design And Build Contractor (architects, Engineers, Consultants, And Contractor—must Attend). The Meeting Will Serve To:  Review And Confirm The Submitted Design Documents.  Ensure That The Designs Comply With The Project’s Specifications, Budget, And Schedule.  Address Any Necessary Adjustments Or Clarifications Before Construction Commences. After The Pre-construction Meeting, The Design And Build Contractor Shall Finalize And Submit The Following Documents For The Approval Of Dedvmh: 1. Duly Signed Construction Schedule And S-curve 2. Duly Signed Manpower Schedule 3. Duly Signed Construction Methods 4. Duly Signed Pert Cpm And Ghannt Chart Showing Per Item Of Works Of Individual Projects 5. Log Book This Submission Should Encompass All Architectural, Structural, And Mepfs Plans, Specifications, And Any Amendments From The Meeting. These Documents Will Form The Basis For Construction. Upon The Dedvmh’s Approval Of The Submitted Construction Documents, A Notice To Commence Will Be Issued. Construction Activities May Only Begin Following The Issuance Of This Notice. F. Construction As A Rule, Contract Implementation Guidelines For Procurement Of Infrastructure Projects Shall Comply With Annex “e” And Guidelines For The Implementation Of Contracts For Design And Build Infrastructure Projects Shall Comply With Annex “g” Of Irr, Ra 9184. The Following Provisions Shall Supplement These Procedures: 1. Scope Of Works: Supply Of Materials, Labor, Tools And Equipment Necessary To Complete The Execution Of Architectural, Structural And Electrical And Mechanical Works. Includes All Other Necessary Works That Complete For The Fully Operational Building But Limited To The Following Work Items; A) Site Works - Provision Of Temporary Perimeter Fence - Demolition Of Existing Building/structure, Includes Hauling Of Debris Within The Hospital Compound - All Materials, Debris, Etc. Identified As Garbage As Directed By Hospital Management Shall Be Disposed Off-site - Excavation And Grading Provide Necessary Soil Protection On Excavated Portion. - Soil Poisoning And Termite Control B) Foundation Works - Foundation Of The Entire Building Includes Column Footings, Wall Footings And Other Sub-structures As Specified In The Approved Plan. C) Concrete Works - From Foundation Up To Roof Deck (entire Building); Includes Slabs, Beams And Girders Of Up To Roof Deck D) Architectural Works I) Exterior Walls – All Exterior Wall At From Ground Floor Up To Roof Deck Including Plastering Ii) Interior Walls – All Interior Wall At Functional Floors Complete With Wall Finishes Iii) Ceiling Works – All Functional Floors As Determined By Procuring Entity Iv) Floor Finish – All Functional Floors As Determined By Procuring Entity V) Doors And Windows– All Exterior Doors And Windows As Per Plan And Specifications Vi) Doors And Windows – All Functional Areas As Determined By Procuring Entity Vii) Painting Works – All Exterior Walls; Interior Walls At Functional Areas Viii) Façade And Signage E) Electrical Works I) Roughing-ins – All Necessary Roughing-ins Including Riser Conduits From Ground Floor To Roof Deck Including Cable Tray Ii) Panel Boards And Breakers – Main Breaker; Panel Boards From Ground Floor To Third Floor Iii) Wires And Cables – All Wires And Cables At Functional Floors Includes Installation Of Main Feeder Lines Tap To Existing Power House Including Connections To All Panel Board And Breakers Iv) Electrical Fixtures And Devices – All Fixtures And Wiring Devices At Functional Areas. Provision Of Usb Ready Outlets To Every Rooms. V) Application Of Electrical Connections/permits Shall Be Shouldered By The Contractor F) Mechanical Works I) Installation Of Automatic Fire Protection System At Functional Areas Ii) Installation Air Condition Units At Functional Areas As Determined By Professional Mechanical Engineer G) Plumbing And Sanitary Works I) Installation Of Plumbing And Sanitary System At Functional Areas, Includes; - Water Supply Pipelines - Waste Water Pipelines - Plumbing Fixtures And Accessories - Necessary Riser Pipes - Fiber Glass Pressure Tank - Drainage System I) Electronics / Auxiliary Works - At Functional Areas: Nurse Call Systems, Public Address / Voice Evacuation Systems (paging Systems), Cctv, And Or Integrated Information And Communication Systems, Installation Of Fire Detection And Alarm System (fdas) At Functional Floors J) Other Works 1. No Works Shall Commence Unless The Contractor Has Submitted The Prescribed Documentary Requirements And The Dedvmh Has Given Written Approval. Work Execution Shall Be In Accordance With Reviewed And Approved Documents. The Contractor Shall Process The Approval Of Permit To Construct (ptc) Form Doh – Central Visayas Regional Office, Cebu City. In Addition To, The Contractor Shall Process The All-necessary Permits (i.e., Building Permit, Occupancy Permit And All Prerequisite Permits) Chargeable Against The Project. 2. 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 Concerned Building Officials To Meet All Regulatory Approvals As Specified In The Contract Documents. 3. Any Errors, Omissions, Inconsistencies, Inadequacies 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 And Design Or Document Which Has Been Previously Submitted, Reviewed And Approved, The Contractor Shall Notify The Hospital Management And The Procuring Entity Within A Reasonable Period Of Time And Shall Shoulder The Cost Of Such Changes. 4. As A Rule, Changes In Design And Construction Requirements Shall Be Limited Only To Those That Have Not Been Anticipated In The Contract Documents Prior To Contract Signing And Approval. The Following Guidelines Shall Govern Approval For Change Or Variation Orders: 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 Procuring Entity. B. Provided That The Contractor Suffers Delay And/or Incurs Costs Due To Changes Or Errors In The Dedvmh Performance Specifications And Parameters, The Contractor Shall Be Entitled To Either One Of The Following: 1. An Extension Of Time For Any Such Delays Under Section 10 Of Annex “e” Of Irr (ra 9184); Or 2. Payment For Such Costs 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”, Irr (ra 9184). E. The Dedvmh Shall Define The Quality Control Procedures For The Design And Construction In Accordance With The Doh 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 Projects Shall Have A Minimum Defects Liability Period Of One (1) Year After Contract Completion Or As Provided For In The Contract Documents. This Is Without Prejudice To The Liabilities Imposed Upon The Engineer/architect Who Drew Up The Plans And Specification For 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 As Specified In Section 62.2.3.2 Of The Irr (ra 9184) V. Implementation Arrangement A. Reporting Protocol Contact Person I. Nelson A. Elle, Md, Dtmph, Mscih Office Of The Medical Center Chief Ii Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Ii. Joan V. Kadusale, Cpa Supervising Administrative Officer Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Iii. Leomel R. Labitad, Ce Engineer Iii Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Iv. Allana Jane C. Dacoylo, Uap Architect Ii Don Emilio Del Valle Memorial Hospital Bood, Ubay, Bohol Vi. Elegibility Requirements A. Basic 1. The Eligibility Requirements For Design And Build Scheme Shall Comply With The Applicable Provisions Of Sections 23-24 Of Irr Of Ra 9184. 2. A Modified Set Of Requirements Integrating Eligibility Documents And Criteria For Infrastructure Project And Consulting Services Shall Be Adopted In Accordance With Annex G - Guidelines For The Procurement And Implementation Of Contracts For Design And Build Infrastructure Projects Of Irr Of Ra 9184. 3. Pcab Classification Under “general Building”; License Category A. Specialty: Electrical, Mechanical And Plumbing Work. 4. Contractor Must Have Similar Project In The Amount At Least Fifty Percent (50%) Of The Abc Within The Past Five (5) Years. 5. Similar Projects With The Following But Not Limited To:  Medium-rise Hospital Facility Project, At Least 6-storey Building.  Supply And Installation Of Hvac System. B. Specialized 1. For Pre-design And Design Phase Of The Contract, The Bidder Shall Comply The Following Professionals To Be Assigned: I. Project Coordinator • Licensed Architect Or Engineer With At Least 15 Years’ Experience In Hospital-related Project Management. • Superb Oral And Written Communication Skills, Organization Skills And Excellent Administrative Abilities. Ii. Architect • The Architect Must Be A Registered And Licensed Architects (rla), With An Updated Professional Identification Card And Must Be A Member In Good Standing Of The Integrated And Accredited Professional Organization Of Architects (iapoa). • Should Have At Least 10 Years’ Experience In Hospital-related Project. Iii. Structural Engineer • Licensed Structural Engineer With At Least 10 Years’ Experience In Hospital-related Project Management. • Must Be A Member Of Accredited Structural Engineer Associations. Iv. Mechanical Engineer • Licensed Professional Mechanical Engineer With At Least 10 Years’ Experience In Hospital-related Project. V. Electrical Engineer • Licensed Professional Electrical Engineer With At Least 10 Years’ Experience In Hospital-related Project. Vi. Sanitary Engineer • Licensed Sanitary Engineer With At Least 10 Years’ Experience In Hospital-related Project. Vii. Cad Operator (at Least One For Architecture And One For Each Engineering Specialty) • At Least Bachelor’s Degree In Architecture, Engineering, And/or Industrial Technology Major In Drafting • Proficient In Autocad Software Viii. Administrative Support Staff 2. For The Construction Phase Of The Contract, The Contractor Shall Assign Technical Personnel With The Following Qualification: I. Project Manager • Licensed Architect Or Engineer With At Least 10 Years’ Experience In Medium Rise Hospital-related Project • Superb Oral And Written Communication Skills, Organization Skills And Excellent Administrative Abilities. Ii. Project Engineer (civil) • Licensed Civil Engineer With At Least 5 Years’ Experience As Project Engineer In Medium Rise Hospital-related Project Iii. Project Engineer (mechanical) • Registered Mechanical Engineer With At Least 5 Years’ Experience As Project Engineer In Medium Rise Hospital-related Project Iv. Project Engineer (electrical) • Registered Electrical Engineer With At Least 5 Years’ Experience As Project Engineer In Medium Rise Hospital-related Project V. Cad Operator (at Least One For Architecture And One For Each Engineering Specialty) • At Least Bachelor’s Degree In Architecture, Engineering, And/or Industrial Technology Major In Drafting • Proficient In Autocad Software Vi. General Foreman (all Discipline) • With At Least 5 Years’ Experience As General Foreman In Medium Rise Project Vii. Skilled Workers (all Discipline) • With At Least 3 Years’ Experience In Medium Rise Project Viii. Administrative Support Staff Vii. Approved Budget Cost Project Description Approved Budget Cost Design Of Dedvmh Ob Building (shall Not Exceed Php 3,500,000.00 Plus 6% Of Excess Of Php 50,000,000.00) 5%-6% Of Abc Construction Of Dedvmh Ob Building 94%-95% Of Abc Total Abc Php 63,700,000.00 The Approved Budget For The Design-build Contract Is Sixty-three Million And Seven Hundred Thousand Pesos (php 63,700,000.00) Which Is Identified As The Design And Build Of Don Emilio Del Valle Memorial Hospital – Ob Building. Detailed Architectural And Engineering Design Services Shall Not Exceed Three Million Five Hundred Thousand Pesos (php 3,500,000.00) Plus Six Percent (6%) Of Excess Of Fifty Million Pesos (php 50,000.000.00) (as Per Prboa Resolution No. 6 Series Of 2016 - Architect’s Guidelines For Standards Of Professional Practice Compliances On The Methods Of Compensation And Schedule Of Fees, Pursuant To Republic Act No.9266, Published In The Official Gazette, September 19, 2016 Issue) Of The Entire Building Inclusive Of Taxes And Duties. Proposals Exceeding The Approved Budget Shall Be Automatically Rejected. Viii. Estimated Duration Of Engagement The Duration Of The Contract Is Three Hundred Sixty (360) Calendar Days From The Design Phase Up To The Completion Of The Project From The Date Of Effectivity: I. Pre-design And Design Phase - 60 Calendar Days Ii. Construction Phase - 300 Calendar Days Ix. Minimum Requirements For Construction Safety And Health A. General Requirements No Contractor Or Subcontractor Shall Require Any Employee To Work In Surroundings Or Under Working Conditions That Are Unsanitary, Hazardous, Or Dangerous To His Health Or Safety. In Order To Meet This General Requirement, The Contractor Must: 1. Initiate And Maintain Programs (written Or Otherwise) To Comply With This General Requirement. 2. Provide Frequent And Regular Inspections Of The Job Sites By Competent Persons.  Competent Person Means One Who Is Capable Of Identifying Existing And Predictable Hazards In The Surroundings Or Working Conditions Which Are Unsanitary, Hazardous, Or Dangerous To Employees, And Who Has Authorization To Prompt Corrective Measures To Eliminate Them. 3. Prohibit The Use Of Any Machinery, Tool, Material, Or Equipment That Is Not In Compliance With Applicable Requirements. 4. Permit Only Those Employees Adequately Trained To Operate Machinery Or Equipment. 5. Provide Training For All Employees In:  Recognition And Avoidance Of Unsafe Conditions  Workplace Safety And Health Requirements  Applicable Hazards, Safe Handling, And Personal Protective Equipment Necessary For Handling Poisons, Caustics, Flammables, And Other Harmful Substances Relevant To Their Job Duties.  Specific Hazards And Procedures For Entering Confined Spaces If Applicable 6. Provide Provisions For Medical Care And First Aid. 7. Develop An Effective Fire Protection And Prevention Plan. 8. Ensure Appropriate Housekeeping Measures Including Clear Walkways And Removal Of Combustible Scrap And Debris. 9. Require The Wearing Of Appropriate Personal Protective Equipment Such As Hard Hats, Safety Glasses, Steel Toe Shoes, Or Other Appropriate Protective Equipment In All Operations Where There Is An Exposure To Hazardous Conditions. 10. Develop An Emergency Action Plan Covering Designated Actions Employers And Employees Must Take To Ensure Employees Safety From Fire And Other Emergency.  Plan Must Be In Writing For Employers With Greater Than 10 Employees  All Employees Must Be Trained Upon Initial Assignment On The Parts Of The Plan The Employee Needs To Know In The Event Of An Emergency. 11. Provide Access To Hand Washing Facilities, Toilets, And An Adequate Supply Of Drinking Water. 12. Provide Safety And Health Signs That Are Clearly Visible To Construction Workers And Public. 13. Conduct Regular Safety Meetings. Source: Colorado State University Occupational Health And Safety Section Department Of Environmental Health Fort Collins, Colorado X. Design Technical Specifications And Requirements The Bidder Shall Submit The Following Design Deliverables In Accordance With The Design Specifications, Parameters And Drawing Checklist But Not Limited To The Following: Activity Reports And Documents Required 1. Pre-design Phase 1.1 Geotechnical Investigation Five (5) Sets Duly Signed And Seal Soil Analysis And Investigation Report In Hard Bound (refer To Geotechnical Investigation Specification And Parameters) 1.2 Structural Analysis And Design Five (5) Sets Duly Signed And Seal Structural Analysis And Design Report In Hard Bound Including The Executable E-files (staad/etabs,etc.) Five (5) Sets Duly Signed And Seal Structural Specifications In Hard Bound (refer To Structural Analysis And Design Specification And Parameters) 1.3 Master Site Development Plans And Conceptual 3d Design Five (5) Sets Duly Signed And Seal Master Site Development Plans In Hard Copy (at Least 20 X 30 Paper Size In Desired Minimum Scale) And Softcopy (editable File.dwg And 3d Model.skp/cad/etc) Powerpoint Presentation And/or Walkthrough Presentation 2. Design Phase 2.1 Detailed Architecture And Engineering Designs/plans Including Applicable And/or Approved Revisions To The Satisfaction Of The Procuring Entity Five (5) Sets Duly Signed And Seal Detailed Architecture And Engineering Plans/drawing In Hard Copy (at Least 20 X 30 Paper Size In Desired Minimum Scale) And Softcopy (editable File.dwg And 3d Model.skp/cad/etc) (refer To Design Parameters And Drawing Checklists) 2.2 Construction Technical Specifications Five (5) Sets Duly Signed And Seal Construction Technical Specifications In Hard Bound Xi. Space Requirements General Floors:  Ceiling Height Should Be At Least Three Meters Clear Height For 2nd Floor And Up. Ground Floor Lobby Must Be Of Higher Ceiling.  Provision Of Utility Room Enough To House Trolley And Dirty Utilities With Floor Drain  All Floors (except For Third Floor To Roof Deck) Shall Have Direct Access To Ramp  Both Stairs Are For Service And Emergency Use  External Window At Second Floor And Up Shall Be Of Awning Type.  Provision Of Electrical Room  Ramp For Wheelchair Access (with A Clear Width Of At Least 1.22 M. 4 Ft.).  Minimum Of Two (2) Exits, Remote From Each Other, For Each Floor Of The Building.  Exits Restricted To The Following Types: Door Leading Directly Outside The Building, Interior Stair, Ramp And Exterior Stair.  Exits Terminate Directly At Open Space To The Outside Of The Building. General / Common Areas • Staff’s Dressing, Lockers, Toilet And Bath - This Room/space Is Equipped With Secure Lockers, Private Dressing Rooms, And Accessible Toilets And Showers To Support Hygiene And Comfort For Male And Female Staff. This Space, With Its Own Separate Staff Entrance, Allows For Efficient Staff Flow And Infection Control, Particularly Important In Sensitive Areas Like The Delivery Complex And Nicu. - Planning Relationships: A. Adjacent To Staff’s Lounge B. Within The Delivery Complex And Nicu - Lighting System: C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. • Staff’s Hallway - A Corridor Within The Delivery Complex And Nicu That Ensures A Minimum Clear Width Of 1.83 Meters To Facilitate Smooth, Unobstructed Movement Of Staff And Equipment, Enhancing Safety And Efficiency In High-traffic Medical Areas. Closed-circuit Television Cctv Shall Be Installed At The Hallway Of This Floor And At Least Two Views Or Angles Of Cctv Or More As Required With Central Monitor At Nurse Station. - Lighting System: A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Auxiliary System: C. Provide And Install The Following Auxiliary System: • Communication System  Public Address Paging System – Provide At Least One (1) Unit Paging System - Fire Alarm System: D. Provide At Least Six (6) Units Smoke Detector. • Patient’s Dressing/changing Rooms - Positioned Near The Entrance For Convenient Access, This Compact Room Accommodates Only One Bed Or Stretcher, Designed To Serve Both Ambulatory Patients And Those On Stretchers. With Separate Entrances To The Emergency Department And The Delivery Complex's Sterile Hallway, It Ensures Asepsis Despite Limited Space. - Planning Relationships: A. Next To Main Entrance B. Adjacent To Delivery Complex And Ob-gyne Emergency Department C. Close To Waiting Area And Comfort Room - Lighting System: D. For General Illumination, Provide At Least 250 Lux. - Power System: E. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: F. Provide At Least Six (6) Units Smoke Detector. - Ventilation System: G. Provide At Least One (1) Unit Orbit Fan. • Common Patient And Staff Hallway (sterile-ground Floor, Delivery & Nicu Suite) - A Well-ventilated Passageway With Ambient Lighting And Centralized Air Conditioning, Ensuring A Controlled Environment That Supports Both Infection Control And Staff Efficiency. The Hallway, With A Clear Width Of 2.44 Meters, Facilitates Smooth Movement While Maintaining Asepsis And A Comfortable Atmosphere For Patients And Medical Personnel. Closed-circuit Television Cctv Shall Be Installed At The Hallway Of This Floor And At Least Two Views Or Angles Of Cctv Or More As Required With Central Monitor At Nurse Station. - Lighting System: A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least Six (6) Units Smoke Detector. - Ventilation System: D. Provide At Least One (1) Unit Orbit Fan. • Common Patient And Staff Hallway (non-sterile-second Floor, Ob Wards/recovery Rooms) - A Well-ventilated Passageway With Ambient Lighting, Ensuring A Controlled Environment That Supports Both Infection Control And Staff Efficiency. The Hallway, With A Clear Width Of 2.44 Meters, Facilitates Smooth Movement While Maintaining Asepsis And A Comfortable Atmosphere For Patients And Medical Personnel. Closed-circuit Television Cctv Shall Be Installed At The Hallway Of This Floor And At Least Two Views Or Angles Of Cctv Or More As Required With Central Monitor At Nurse Station. - Lighting System: A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least Six (6) Units Smoke Detector. • Staff’s Lounge - This Room/space Is Designed To Include A Comfort Room, A Counter With A Sink, Space For Dining Tables, And Resting Facilities. It Offers A Relaxing And Functional Space For Staff To Unwind, Eat, And Refresh During Their Shifts. - Planning Relationships: A. Next To Staff’s Main Entrance B. Adjacent To Staff’s Lockers. - Lighting System: C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Ventilation System: F. Provide At Least One (1) Unit Orbit Fan. • Janitor’s Closet - This Room/space Is Designed To Keep Cleaning Materials With Mop Sink And As Storage For Janitor’s Cleaning Tools. - Planning Relationships: A. One Janitor’s Closet Located Close To Delivery/operating Room B. One Janitor’s Closet Located To Staff’s Lockers And Lounge. - Lighting System: C. For General Illumination, Provide At Least 250 Lux. - Power System: D. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. • Wheeled Stretcher’s Area - This Room/space Is Located Near The Main Entrance, This Area Is Designed To Accommodate At Least Two (2) Bed Stretchers, Ensuring Easy Access And Quick Deployment For Patients Arriving Via Stretcher. It Is Strategically Placed For Efficient Patient Handling And Smooth Transitions To Other Areas Of The Facility. - Planning Relationships: A. Located At The Entrance Of Delivery & Nicu Suite/complex - Lighting System: B. For General Illumination, Provide At Least 250 Lux. - Power System: C. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. • All Gender / Pwd Toilet - This Restroom Is Designed To Be Inclusive, Complying With The Updates To The Amended Irr Of Bp 344. It Ensures Accessibility For All Genders And Persons With Disabilities (pwd), Featuring Wide Doors, Support Bars, Urinal And Spacious Layout To Meet The Latest Standards For Accessibility And Comfort. - Planning Relationships: A. Accessible To All Patients, Relatives And Visitors. B. Minimum Of One (1) Toilet On Each Floor Accessible To Disabled. - Lighting System: C. For General Illumination, Provide At Least 250 Lux. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. • Toilets/comfort Rooms - One Comfort Room For Both Male And Female Adult Ward While Separate Comfort Rooms For Stations, Offices And Service Rooms. - Planning Relationships: A. Equipped With Wall Mounted Intravenous (iv) Fluid Hook For Patient Rooms And Emergency Pull Chord With Corridor Lights Installed Above The Door. - Lighting System: B. For General Illumination, Provide At Least 250 Lux. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. • Access/exit Stairs - Stairs That Provide Essential Vertical Circulation For Movement Between Different Levels Of A Building, Typically Serving As Both An Access Point For Entry And An Exit For Egress. These Stairs Must Meet Safety Regulations, Including Proper Width, Handrails, Non-slip Treads, And Clear Signage For Easy Navigation. They Should Also Be Designed To Accommodate Emergency Evacuations And Ensure Accessibility Where Possible. - Planning Relationships: A. Exits Terminate Directly At An Open Space To The Outside Of The Building B. Minimum Of Two (2) Exits, Remote From Each Other, For Each Floor Of The Building - Lighting System: C. For General Illumination, Provide At Least 250 Lux. • Access Ramps - Ramps Designed To Provide A Smooth, Accessible Pathway For Individuals With Mobility Challenges, Such As Wheelchair Users, To Enter Or Exit A Building. These Ramps Should Meet Accessibility Standards, Including Proper Slope (usually 1:12), Non-slip Surfaces, Handrails On Both Sides, And Clear Signage. They Are Essential For Ensuring Equal Access To All Areas Of A Building, In Compliance With Accessibility Laws Like The Amended Irr Of Bp 344. - Planning Relationships: A. A Ramp Shall Have A Minimum Clear Width Of 1.22 Meters (or 4 Feet) In One Direction (or 2.44 Meters Or 8 Feet In Two Opposite Directions). B. The Slope Of The Ramp Shall Not Be Steeper Than 1:12 Meters. - Lighting System: C. For General Illumination, Provide At Least 250 Lux. • Electrical/auxiliary Room - Due To Limited Space, This Room Is Designed With A Bi-folding Door That Provides At Least 1.60 Meters Of Clear Opening Width. Located On The Ground Floor In The Staff Hallway, It Is Strategically Placed Away From Direct Patient Access To Maintain Separation And Safety While Ensuring Easy Access For Maintenance And Operation. - Lighting System: A. For General Illumination, Provide At Least 250 Lux. - Fire Alarm System: B. Provide At Least One (1) Unit Smoke Detector. Ground Floor – Delivery Complex • Nurse Station W/ Sink, Inc. Supply Room And T&b - This Area Is Dedicated For The Nurses And Other Medical Staff Assigned To This Floor. It Shall House The Patient’s Charts, Patient’s Medications With Proper Compartmentalization, Nurse Call System Central Station, One Dedicated Comfort Room, Supply/medication Room And Ample Area For Doctors To Do Charting And Nurses’ Personal Belongings. This Station Should Be Located To Permit Visual Observation Of Patient (specifically Areas Such As Labor Room And High-risk Pregnancy Unit Room) And Movement Into The Suite. This Is Also Located Within The Sterile Area Of The Ob-gyne Complex, Is An Open Station, And Has Direct Access To The Hallways Common/centralized Air Conditioning. - Planning Relationships: A. Adjacent To Breastfeeding Room B. Close To Nicu, Ob-gyne Emergency Department - Lighting System: C. For General Illumination, Provide At Least 500 Lux. - Power System: D. For General Illumination, Provide At Least 500 Lux. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Standby / Emergency System: E. For General Illumination, Provide At Least 500 Lux. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter Also, Provide At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: F. Provide And Install The Following Auxiliary System: • Communication System  Telephone System – Provide At Least One (1) Unit Telephone Outlet.  Local Area Network System – Provide At Least One (1) Unit Data Outlet.  Public Address Paging System – Provide At Least One (1) Unit Paging System  Nurse Call System - Provide At Least One (1) Unit Nurse Call System - Fire Alarm System: G. Provide At Least Two (2) Units Smoke Detector. - Security System: H. Provide At Least Two (2) Units Smoke Detector. Provide Closed – Circuit Television Cctv Shall Be Installed At The Lobby And Corridor Or Hallway Of This Floor With Central Monitor Located At The Reception Area And At Least Two Views Or Angles Of Cctv Shall Be Installed At The Wards With Central Monitor At Nurse Station. • Labor Room - This Area Is Dedicated For Maternity Patients To Be Monitored And Supervised During Labor And Delivery. Before Being Transferred To The Delivery Room, Patients Stay In The Labor Room For Assessment And Monitoring. Labor Rooms Should Have Adequate Lighting, Including Ambient Light And Focus Lights For Labor And Examination Tables. Labor Rooms Should Have A Viewing Window That Is Directly Visible From The Nurse's Station To Facilitate Easy Monitoring. It Shall Also House One Dedicated Comfort Room And A Common Counter With Sink. - Planning Relationships: A. Adjacent To Delivery Room B. Close To Caesarian Delivery Room C. Close To Scrub-up And Sub-sterilizing Room - Lighting System D. For General Illumination, Provide At Least 500 Lux. - Power System: E. Provide At Least Nine (9) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Standby / Emergency System: F. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: G. Provide And Install The Following Auxiliary System: • Communication System  Telephone System – Provide At Least One (1) Unit Telephone Outlet.  Local Area Network System – Provide At Least One (1) Unit Data Outlet.  Nurse Call System - Provide At Least One (1) Unit Nurse Call System - Fire Alarm System: H. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: I. Provide Air Conditioning Unit System • Delivery Room - This Area Is Dedicated For Normal Spontaneous Delivery Services. It Shall Also House At Least Four (4) Delivery Beds And A Dedicated Newborn Resuscitation Area, A Place With A Flat Firm Surface And Heat Source, For Immediate Resuscitation And Stabilization Of Newborns Who Require Assistance At Birth. This Area Is Typically Equipped With Necessary Medical Equipment, Such As Oxygen, Suction Devices, And Other Resuscitation Tools, And Is Staffed By Trained Healthcare Professionals To Provide Emergency Care To Newborns In Critical Condition. The Delivery Room Shall Be Remote As Practicable From The Entrance To Provide Asepsis. To Observe Asepsis And Prevent Non-related Traffic In The Facility, The Delivery Room, Scrub-up Area, And The Sub-sterilization Room (considered As Clean/sterile Areas) Must Be Grouped Together Away From The General Administrative Service Which Are Considered As Common Areas. - Planning Relationships: A. Adjacent To Sub-sterilizing Room B. Adjacent To Scrub-up - Lighting System C. For General Illumination, Provide At Least 750 Lux. - Power System: D. Provide At Least Five (5) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Outlet 15a, 2p, 240v, Single, Grounding Type, Tandem. Two (2) Units Ground Terminal, Duplex. Also, Allocate Two (2) Units Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Standby / Emergency System: E. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: F. Provide And Install The Following Auxiliary System: • Communication System  Telephone System – Provide At Least One (1) Unit Telephone Outlet.  Local Area Network System – Provide At Least One (1) Unit Data Outlet.  Nurse Call System - Provide At Least One (1) Unit Nurse Call System - Fire Alarm System: G. Provide At Least One (1) Unit Heat Detector. - Air Conditioning And Refrigeration System: H. Provide Air Conditioning System • Cesarian Delivery Room - This Area Is Specialized Operating Room Equipped For Performing Cesarean Sections, A Surgical Procedure Used To Deliver A Baby Through An Incision In The Mother's Abdomen And Uterus. This Room Is Designed To Accommodate The Surgical Team And Necessary Medical Equipment, Ensuring A Sterile Environment And Readiness For Any Complications That May Arise During The Delivery. It Is Typically Equipped With Operating Tables, Surgical Instruments, Anesthesia Equipment, And Monitoring Devices For Both The Mother And Baby. This Operating Room Shall Be Remote As Practicable From The Entrance To Provide Asepsis. To Observe Asepsis And Prevent Non-related Traffic In The Facility, The Delivery Room, Operating Room (c-section), Scrub-up Area, And The Sub-sterilization Room (considered As Clean/sterile Areas) Must Be Grouped Together Away From The General Administrative Service Which Are Considered As Common Areas. - Planning Relationships: A. Adjacent To Sub-sterilizing Room B. Adjacent To Scrub-up - Lighting System C. For General Illumination, Provide At Least 1000 Lux. - Power System: D. Provide At Least Nine (9) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Standby / Emergency System: E. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: F. Provide And Install The Following Auxiliary System: • Communication System  Telephone System – Provide At Least One (1) Unit Telephone Outlet.  Local Area Network System – Provide At Least One (1) Unit Data Outlet.  Nurse Call System - Provide At Least One (1) Unit Nurse Call System - Fire Alarm System: G. Provide At Least One (1) Unit Heat Detector. - Air Conditioning And Refrigeration System: H. Provide Air Conditioning System • High-risk Pregnancy Unit - This Area Is Dedicated To The Care And Management Of Pregnant Women Who Have Been Identified As Having A Higher Risk For Complications During Pregnancy, Labor, Or Delivery. The Unit Provides Close Observation And Interventions To Ensure The Health And Safety Of Both The Mother And The Baby, Offering Specialized Care For Conditions Such As Gestational Diabetes, Hypertension, Multiple Pregnancies, Or Other Medical Concerns. It Shall Also House One Dedicated Comfort Room Should Have A Viewing Window That Is Directly Visible From The Nurse's Station To Facilitate Easy Monitoring. This Room Should Be Located In Close Proximity To The Doctor's Quarters Or On-call Room To Facilitate Immediate Intervention In Case Of Emergencies. - Planning Relationships: A. Close To Delivery Room B. Adjacent To Sub-sterilizing Room C. Close To Cesarian Delivery Room - Lighting System D. For General Illumination, Provide At Least 1000 Lux. - Power System: E. Provide At Least Fourteen (14) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Standby / Emergency System: F. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: G. Provide And Install The Following Auxiliary System: • Communication System  Telephone System – Provide At Least One (1) Unit Telephone Outlet.  Local Area Network System – Provide At Least One (1) Unit Data Outlet.  Nurse Call System - Provide At Least One (1) Unit Nurse Call System  Master Or Cable Antenna Television - Fire Alarm System: H. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: I. Provide Air Conditioning System • Septic Lr/dr (labor Room/delivery Room) - This Room/space With Septic Cases Physically Separated From Regular Cases To Avoid Infection. This Room Is Equipped To Handle Sterile Procedures While Minimizing The Risk Of Cross-contamination, With Enhanced Infection Control Measures In Place. It Is Typically Isolated To Prevent The Spread Of Infections And May Include Specialized Equipment For Both Maternal And Neonatal Care To Address Potential Complications Arising From The Infection. This Room Should Be Located In Close Proximity To The Doctor's Quarters Or On-call Room To Facilitate Immediate Intervention In Case Of Emergencies. - Planning Relationships: A. Close To Delivery Room B. Adjacent To Sub-sterilizing Room C. Close To Cesarian Delivery Room - Lighting System D. For General Illumination, Provide At Least 1000 Lux. - Power System: E. Provide At Least Nine (9) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet For Emergency Light With Specifications Of 15a, 2p, And 240v, Single. - Standby / Emergency System: F. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: G. Provide And Install The Following Auxiliary System: • Communication System  Telephone System – Provide At Least One (1) Unit Telephone Outlet.  Local Area Network System – Provide At Least One (1) Unit Data Outlet.  Nurse Call System - Provide At Least One (1) Unit Nurse Call System - Fire Alarm System: H. Provide At Least One (1) Unit Heat Detector. - Air Conditioning And Refrigeration System: I. Provide Air Conditioning System • Scrub-up Area - This Room/space Where Preoperative Hand Washing Is Performed Located Outside Of The Delivery/operating Room Installed Either In A Recessed Wall Or Other Open Space But Shall Be Kept Away From Main Traffic Flow. This Shall Be Located Within The Sterile Zone Of The Delivery Complex, And Shall House 3-station Scrub Sink, With Gooseneck Spout & Foot Control, Sensor Type, And Provision For Hand-dryer. - Planning Relationships: A. Close To Delivery Room B. Adjacent To Cesarian Delivery Room - Lighting System C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light And Hand Dyer. - Auxiliary System: E. Provide And Install The Following Auxiliary System: • Communication System  Public Address Paging System – Provide At Least One (1) Unit Telephone Outlet. - Fire Alarm System: F. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: G. Provide Air Conditioning System • Sub-sterilizing Room - This Room/space Where Medical Instruments And Equipment Are Cleaned And Partially Sterilized Before Being Sent To A Main Sterilization Area For Final Sterilization. This Room Typically Serves As An Intermediate Step In The Sterilization Process, Focusing On Decontaminating Items, Such As Surgical Instruments, To Reduce The Risk Of Infection. This Room Is Equipped With Sinks, Disinfectants, Ultrasonic Cleaners, And Possibly Other Equipment To Assist In The Preparation Of Items For Full Sterilization. It Should Be Accessible From The Delivery Room And Operating Room. Should Have A Utility Door That Provides Access Out From The Sterile Route, Ensuring A Controlled Flow Of Items Without Compromising The Sterile Environment. This Utility Door Should Lead To A Non-sterile Area, Allowing For The Safe And Efficient Movement Of Equipment And Materials, While Preventing Contamination From Entering The Sterile Zones. - Planning Relationships: A. Adjacent To Operating Room B. Adjacent To Scrub-up Area - Lighting System C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least Three (3) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: E. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: F. Provide And Install The Following Auxiliary System: • Communication System  Public Address Paging System – Provide At Least One (1) Unit Telephone Outlet. - Fire Alarm System: G. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: H. Provide Air Conditioning System • Sterile Instrument And Supply Storage - This Room/space Is Where Medical Supplies And Sterile Instruments Needed For Normal Spontaneous Delivery Are Kept. This Shall House A Counter With Sink And Drainboard, And Door With Vision Panel. - Planning Relationships: A. Located At Delivery Area/complex B. Adjacent To Nurse Supervisor’s Area/station - Lighting System C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least Four (4) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: F. Provide Air Conditioning System • Clean-up Room - This Room/space Is Intended For The Sterilization Of Instruments In Accordance With Doh Guidelines On Cleaning, Disinfection, And Sterilization Of Reusable Medical Devices In Hospital Facilities In The Philippines (annex B Of Administrative Order No. 2012-0012). This Shall House Counter For Work, Sink With Double Compartment; Laundry; 350-400 Mm Deep. - Planning Relationships: A. Located At Delivery Area/complex B. Adjacent To Nurse Supervisor’s Area/station - Lighting System C. For General Illumination, Provide At Least 500 Lux. - Power System: D. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Ventilation System: F. Provide Least One (1) Orbit Fan. • Doctor’s On-call Room - This Room/space Is Where Doctors Can Rest And Recuperate While Being Available For Urgent Patient Needs Or Emergencies. It Shall 0house One Dedicated Toilet And Bath, Resting Facilities, And With Essential Features Such As Sound-proofing And Alert System That Notifies The Doctors Of Emergencies Or When They Are Needed Urgently. It Should Be Located In Close Proximity And Have Direct Access To The High-risk Pregnancy Unit, Septic Labor/delivery Room, Labor Room, And Nurse Station. - Planning Relationships: A. Located At Delivery Area/complex B. Adjacent To Nurse Supervisor’s Area/station C. Close To High-risk Pregnancy Unit, Septic Labor/delivery Room, And Labor Room - Lighting System D. For General Illumination, Provide At Least 500 Lux. - Power System: E. Provide At Least Eight (8) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light - Fire Alarm System: F. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: G. Provide Air Conditioning System Ground Floor – Ob-gyne Emergency Department • General Requirements - This Area Should Be Located In Ground Floor To Ensure Easy Access For Patients. It Shall Also Have Separate Entrance To The Emergency, And Corridors For Access By Patient Using Bed Or Stretcher And Equipment (2.44 Meters Or 8.00 Ft. Clear Width) And A Ramp For Wheelchair Access (with A Clear Width Of At Least 1.22 M. Of 4.00 Ft.). Due To Limited Space Available, This Whole Area Only House Small Independent Nurse Station With Counter And Sink, Observation Bay And Treatment Area With Sink Or Wall-hung Lavatory, Divided By Privacy Curtains/dividers, Equipment/supply Storage For Direct Access To Resuscitation Equipment, One Dedicated Comfort Rooms, And A Patient Dressing/changing Room With Separate Entrances To The Emergency Department And Onto Delivery Complex Sterile Hallway To Provide Asepsis. • Waiting Area - This Room/space Is Where Patients, Companions, And Visitors Can Wait Comfortably. However, This May Be Located Outside Of The Birthing Clinic If There Is No Sufficient Space Provided That There Should Be An Overhead Cover. The Waiting Area Can Also Be Situated Along A Corridor Provided That The Width Of Such Corridor Shall Not Decrease Lower Than 1.83 M In Width. It Should Be Well-ventilated And Equipped With Ample Lighting To Ensure A Comfortable And Inviting Environment For Patients And Visitors. This Shall Be In Close Proximity To Other Provided Common Areas Such As Comfort Rooms And Common Counter With Sink For Hygienic Activities. - Lighting System A. For General Illumination, Provide At Least 250 Lux. - Power System: B. Provide At Least Ten (10) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. - Ventilation System: D. Provide Least Two (2) Units Orbit Fan • Nurse Station With Sink - This Area Is Located To Permit Observation Of Patient And Control Access To Entrance, Waiting Area, And Treatment Area. This Area Should Also House A Working Table And A Separate Counter With Sink. - Planning Relationships: A. Located At Ob-gyne Emergency Department B. Close To Emergency Entrance C. Adjacent To Observation Bay And Examination/treatment Room - Lighting System D. For General Illumination, Provide At Least 500 Lux. - Power System: E. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Ground Fault Circuit Interrupter (gfci) Outlet. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: F. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: G. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System - Provide One (1) Unit Paging System. - Nurse Call System – Provide One (1) Unit Nurse Call System. - Fire Alarm System: H. Provide At Least One (1) Unit Smoke Detector. - Security System: I. Provide Closed – Circuit Television Cctv With At Least Two Views Or Angles Of Cctv Shall Be Installed With Central Monitor At Nurse Station. - Air Conditioning And Refrigeration System: J. Provide Air Conditioning System • Observation Bay - This Room/space Is Designated Area Where Patients Can Be Closely Monitored After Initial Assessment. This Space Only Houses One (1) Observation Bed Or Recliner Due To Insufficient Space Available. It Is Adjacent To Examination/treatment Room And Should Be Divided By Privacy Curtains/dividers, And Should Be In Close Proximity To Comfort Room Available. - Lighting System A. For General Illumination, Provide At Least 750 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, Allocate One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: E. Provide Air Conditioning System • Examination And Treatment Area - This Room/space Where Pre- And Post-natal Check-up Is Conducted, It Is Designated Area With Clear Visibility From The Nurse Station, Efficient Equipment Placement, And Dedicated Spaces For Examination And Treatment. It Is Adjacent To Observation Bay And Should Be Divided By Privacy Curtains/dividers. This Shall Have A Sink Or A Wall-hung Lavatory And Should Be In Close Proximity To Comfort Room Available. This Space Shall Also Accommodate One (1) Procedural Bed, Similar To The Examination Bed But With Extra Support For Patients Undergoing Treatments And Space For Equipment. The Bed Should Be Adaptable For Minor Procedures Like Suturing, Drainage, Or Stabilization For Transport. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Four (4) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System - Provide One (1) Unit Paging System. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: F. Provide Air Conditioning System • Equipment/supply Storage Room - This Room/space Is Essential For Maintaining Organized, Accessible, And Sterile Storage Of Medical Supplies, Instruments, And Other Necessary Materials. Due To Limited Space, Set-up Must Be Optimized To Ensure Essential Supplies Are Organized And Accessible. This Shall Also Be Temperature/humidity Controlled To Preserve The Quality Of Stored Sensitive Items. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. - Ventilation System: D. Provide At Least One (1) Unit Orbit Fan. Ground Floor – Neonatal Intensive Care Unit (nicu) • General Requirements - The Nicu, Located Adjacent To The Breastfeeding Room And On The Same Floor As The Delivery Complex, Should Be Designed To Maximize Limited Space. It Will Include An Independent Nurse Station With An Attached Comfort Room For Staff Convenience. The Layout Will Accommodate Supply Storage, With Vertical Solutions To Save Space, And Provide An Ample Area For Examination Table And Essential Equipment. Infection Control Measures Will Be In Place, Including Zoning For High-risk Cases, Handwashing Stations, And Access To Ppe. Nicu Shall Be Separate But Immediately Accessible From The Delivery Room/cesarian Operating Room. The Nicu Will Be Soundproofed To Minimize Noise And Create A Quiet, Conducive Environment For Neonates' Rest And Recovery. Due To Limited Space, The Nicu Will House Only Ten (10) Bassinets. The Design Will Focus On Maximizing Available Space While Ensuring Essential Equipment, Infection Control Measures, And Patient Comfort Are Maintained. This Shall Also Include A Viewing Glass Window For Family Members To Observe Their Newborns While Maintaining The Necessary Infection Control Protocols. This Window Will Be Strategically Positioned In A Way That Provides A Clear View Of The Ten (10) Bassinets And Ensures Privacy And Security. • Nurse Station W/ Sink, Including Supply Room And Toilet - The Nicu Design Will Include An Independent Nurse Station With A Sink For Hand Hygiene, Ensuring Staff Can Maintain Cleanliness And Efficiency While Monitoring Patients. It Will Also Feature A Separate Counter With A Sink And An Additional Counter Or Table For Work Tasks. Adjacent To The Nurse Station, A Comfort Room Will Provide Convenience For Staff During Long Shifts. The Layout Will Incorporate Supply Storage With Vertical Solutions To Optimize Space And Keep Essential Equipment Organized, Maximizing The Use Of Limited Space While Ensuring Facilities For Both Patient Care And Staff Comfort. - Planning Relationships: A. Adjacent To Breastfeeding Room - Lighting System B. For General Illumination, Provide At Least 500 Lux. - Power System: C. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter (gfci). Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: D. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: E. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System - Provide One (1) Unit Paging System. - Nurse Call System – Provide One (1) Unit Nurse Call System. - Fire Alarm System: F. Provide At Least Two (2) Units Smoke Detector. - Security System: G. Provide Closed – Circuit Television Cctv At Least Two Views Or Angles Of Cctv Shall Be Installed At The Wards With Central Monitor At Nurse Station - Air Conditioning And Refrigeration System: H. Provide Air Conditioning System • Breastfeeding Room Including Sink And Toilet - This Room, Located Adjacent To The Nicu, Will Be Designed With Its Own Counter And Sink For Hygiene And Convenience. It Will Include A Comfort Room For The Mother's Use And Ample Seating Space For Comfortable Breastfeeding. Additionally, The Room Will Feature A Foldable Diaper Changing Station, Maximizing Space While Providing Necessary Facilities. This Layout Ensures A Private And Functional Space For Mothers To Care For Their Newborns While Maintaining Proximity To The Nicu. - Planning Relationships: A. Adjacent To Nurse Station And Nicu - Lighting System B. For General Illumination, Provide At Least 500 Lux. - Power System: C. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter (gfci). Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning And Refrigeration System: E. Provide Air Conditioning System Ground Floor – Cmps (chief Of Medical Professional Staff’s Office) • Chief Of Medical Professional Staff’s Office - The Chief Of Medical Professional Staff’s Office Will Be Strategically Located Close To The Delivery Complex And Will Be Soundproofed (such As High-density Acoustic Panels, Insulated Walls) To Ensure Privacy And A Quiet Environment. The Office Will Include A Toilet And Bath, Archive Area, With A Hidden Access Door Connecting To The Office For Discreet Access. It Will Also Feature A Secretary And Receiving Area, A Conference Room With An Attached Comfort Room, And A Pantry For Staff Convenience. The Archives Area Will Be Situated Nearby For Easy Access To Important Documents, Ensuring A Functional And Efficient Workspace While Maintaining Privacy And Comfort. The Chief Of Medical Professional Staff’s Office Will Include A Corner With A Full-length Window, Offering A Panoramic View Of The Hospital's Vicinity. This Design Feature Will Enhance Natural Light, Provide A Sense Of Openness, And Allow The Chief To Observe The Surrounding Area. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots For Cmps Office, Two (2) Units For Secretary’s Area, Two (2) Units For Receiving Area, Six (6) Units For Conference Room And Two (2) Units For Lounge/pantry. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light, For Cmps Office, Secretary’s And Receiving Area, And Conference Room. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide Three (3) Units Data Outlet. - Public Address Paging System - Provide One (1) Unit Paging System. - Fire Alarm System: E. Provide At Least Four (4) Units Smoke Detector. - Air Conditioning And Refrigeration System: F. Provide Air Conditioning System Second Floor – Ob-gyne Wards / Recovery Rooms • Nurse Station With Sink, Including Supply Room, Medication Room, And Toilet - This Enclosed Area, Located On The Second Floor Intended For Wards, Recovery Rooms, And Other Service Rooms, Is Dedicated To Nurses And Medical Staff Assigned To This Floor. It Houses Patient Charts, Medications With Proper Compartmentalization, A Nurse Call System Central Station, A Dedicated Comfort Room, A Supply/medication Room, And Ample Space For Doctors To Do Charting And Nurses' Personal Belongings. The Station Allows For Visual Observation Of Key Patient Areas And Movement Into The Suite. It Is Centrally Located With Direct Access To The Common Hallways. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least One (1) Unit Ground Fault Circuit Interrupter (gfci). Also, At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System - Provide One (1) Unit Paging System. - Nurse Call System – Provide One (1) Unit Nurse Call System. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Security System: F. Provide Closed – Circuit Television Cctv With At Least Two Views Or Angles Of Cctv Shall Be Installed With Central Monitor At Nurse Station. - Air Conditioning And Refrigeration System: G. Provide Air Conditioning System • Two (2) Private Rooms (1-bed Capacity) With Toilet And Bath - These Rooms Are Designed To Provide A Private, Comfortable Space For Patients, Each With A Single Bed, And Include An Attached Toilet And Bath For Patient Convenience And Privacy. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • One (1) Semi-private Rooms (3-bed Capacity) With Shared Sink, Toilet And Bath - This Room Is Designed To Accommodate Three Patients, Offering A Semi-private Setting With A Shared Space For Comfort And Care. This Room Includes A One (1) Shared Sink, And Toilet And Bath. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least Two (2) Units Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • One (1) Infirmary Room (1-bed Capacity) With Toilet And Bath - This Room Is Designed To Accommodate The Hospital Staff’s And/or Their Immediate Family Members. It Provides A Private Space With A Bed, Toilet, And Bath, Offering Comfort And Privacy While Supporting Basic Medical Needs During Their Stay. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • One (1) Isolation Room (1-bed Capacity) With Sink, Ante Room, Toilet And Bath - This Room Is Designed To Accommodate A Single Patient In Isolation, Providing A Controlled Environment For Infectious Or High-risk Patients. It Includes A Bed, Ante Room With Sink Or Wall-hung Lavatory For Staff To Change And Prepare Before Entering, And An Attached Toilet And Bath For Patient Comfort And Hygiene. The Room Is Equipped To Prevent The Spread Of Infection, With Strict Access Control And Infection Control Measures In Place. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • One (1) Teen Adolescent (6-bed Capacity) With Shared Sink, Shower And Toilet - This Room Is Designed To Accommodate Up To Six Adolescent Patients, Featuring A Shared Sink, With Separate Shower And Toilet Facilities To Ensure Privacy And Hygiene. The Shared Sink Area Allows For Efficient Use Of Space While Maintaining Cleanliness, While The Separate Shower And Toilet Provide The Necessary Amenities For Patient Comfort And Convenience. The Design Creates A Supportive And Functional Environment For Young Patients, Offering Ease Of Access To Medical Care. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least Two (2) Units Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • One (1) Gyne Ward (7-bed Capacity) With Shared Sink, Shower And Toilet - This Room Is Designed To Accommodate Up To Seven (7) Gynecological Patients. It Includes Shared Facilities Such As A Sink, Shower, And Toilet To Efficiently Serve The Needs Of Multiple Patients While Ensuring Hygiene And Convenience. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least Two (2) Units Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • One (1) Ob Ward (6-bed Capacity) With Shared Sink, Shower And Toilet - This Room Is Designed To Accommodate Up To Six (6) Obstetrics Patients, Featuring Shared Sink, Shower, And Toilet Facilities. The Shared Amenities Help Optimize Space While Ensuring Patients Have Access To Essential Hygiene Facilities. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least Two (2) Units Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • Ob Ward Extension (18-bed Capacity) With Shared Sink, Shower And Toilet - This Extension Is Designed To Accommodate Up To Eighteen (18) Obstetrics Patients, With Shared Sink, Shower, And Toilet Facilities. The Shared Amenities Ensure Efficient Use Of Space While Providing Essential Hygiene Facilities For All Patients. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Eighteen (18) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least Six (6) Units Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • Csb Care For Small Baby Room With Toilet - This Room Is Designed For Small Or Premature Babies, With Space For Four Beds, An Attached Toilet, Foldable Diaper Changing Station, And Resting Facilities For Caregivers. It Provides A Functional And Comfortable Environment For Both Babies And Families. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • Hearing Screening Room - A Dedicated Space For Conducting Hearing Tests And Screenings, Typically For Newborns Or Young Children. The Room Is Equipped With Specialized Auditory Equipment And Soundproofing To Ensure Accurate Results. It Is Designed To Provide A Quiet, Controlled Environment For Hearing Assessments, With Comfortable Seating For Patients And Their Guardians. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: E. Provide Air Conditioning System • Newborn Screening Room - The Room Is Equipped With The Necessary Medical Equipment For Blood Sampling, Physical Exams, And Diagnostic Tests. It Is Designed To Provide A Safe, Comfortable Environment For Newborns And Their Parents While Ensuring The Efficient And Accurate Collection Of Screening Samples. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: E. Provide Air Conditioning System • Stock Room - A Storage Area For Medical Supplies And Equipment, Organized With Proper Shelving And Labeling For Easy Access And Inventory Control. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. • Department Chair’s Office Including Secretary And Receiving Area And Toilet - Located Adjacent To The Conference Room, This Office Includes A Work Room For The Chair, A Secretary And Receiving Area, And An Attached Toilet For Convenience. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System – Provide One (1) Unit Paging System. - Fire Alarm System: E. Provide At Least Two (2) Units Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • Conference Room - Located Adjacent To The Department Chair's Office, This Room Is Designed For Meetings And Presentations, Equipped With A Large Table, Seating, And Audiovisual Equipment For Effective Communication. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least Two (2) Units Floor Mounted Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type, Universal Slot. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Fire Alarm System: D. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: E. Provide Air Conditioning System • Doctor’s Quarters With Shared Shower And Toilet - Due To Limited Space, This Room Accommodates Two Beds, With Shared Shower And Toilet Facilities, Providing Comfort And Privacy For Doctors During Their Shifts Or On-call Duties. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Two (2) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System • Affiliates Lounge With Toilet And Bath - A Designated Space For Hospital Affiliates To Relax, Equipped With Comfortable Seating And An Attached Toilet And Bath For Convenience. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least Two (2) Units Floor Mounted Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type, Universal Slot. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Standby / Emergency System: C. Provide And Install Adequate Life Safety And Critical Emergency Branch Circuit For Lighting And Utilization Equipment Connected To The Alternate Power Source. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Nurse Call System - Provide One (1) Unit Nurse Call Station With Pendant Switch Each For Normal And Emergency Power Supply. - Master Or Cable Antenna Television - Provide One (1) Unit For Outlet For Television. - Fire Alarm System: E. Provide At Least One (1) Unit Smoke Detector. - Air Conditioning System: F. Provide Air Conditioning System Third Floor – Conference / Training Room, Office Rooms • Conference/training Room With Male And Female Toilets - A Room For Meetings Or Training, Featuring Separate Male And Female Toilets For Convenience. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Provide At Least Two (2) Units Floor Mounted Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type, Universal Slot. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least Three (3) Units Smoke Detector. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System – Provide One (1) Unit Paging System. - Air Conditioning System: E. Provide Air Conditioning System • Office Room 1 (research And Petru) With Sink And Toilet - A Designated Office Space For Research And Petru Activities, Equipped With A Sink And An Attached Toilet For Convenience And Hygiene, And Access To A Shared Balcony For Relaxation And View Of The Hospital Grounds. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System – Provide One (1) Unit Paging System. - Air Conditioning System: G. Provide Air Conditioning System • Office Room 2 (qi/ps, Quality Improvement Patient Survey) With Sink And Toilet - A Dedicated Office For Quality Improvement And Patient Survey Activities, Featuring A Sink And An Attached Toilet For Convenience And Hygiene, And Access To A Shared Balcony For Relaxation And View Of The Hospital Grounds. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System – Provide One (1) Unit Paging System. - Air Conditioning System: F. Provide Air Conditioning System • Office Room 3 (osm, Office Of The Strategic Management) With Sink And Toilet - A Designated Office Space For The Office Of Strategic Management, Equipped With A Sink And An Attached Toilet For Convenience And Hygiene, And Access To A Shared Balcony For Relaxation And View Of The Hospital Grounds. - Lighting System A. For General Illumination, Provide At Least 500 Lux. - Power System: B. Provide At Least Six (6) Units Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Also, At Least One (1) Unit Of Outlet Each With Specifications Of 15a, 2p, And 240v, Single For Emergency Light. - Fire Alarm System: C. Provide At Least One (1) Unit Smoke Detector. - Auxiliary System: D. Provide And Install The Following Auxiliary System: • Communication System - Telephone System - Provide One (1) Unit Telephone Outlet. - Local Area Network System - Provide One (1) Unit Data Outlet. - Public Address Paging System – Provide One (1) Unit Paging System. - Air Conditioning System: E. Provide Air Conditioning System Roof Deck – Open Area • Open Areas For Mechanical Outdoor Units And Equipment - Designated Roof Deck Spaces For Housing Mechanical Units And Equipment, Ensuring Proper Ventilation And Easy Access For Maintenance. - Lighting System A. For General Illumination, Provide At Least 250 Lux. - Power System: B. Provide At Least One (1) Unit Of Outlet With Specifications Of 15a, 2p, 240v, Duplex, Grounding Type And Universal Slots. Xii. Geotechnical Investigation Specifications And Parameters A. Location Before The Conduct Of Sub-surface Soil Exploration Works, The Consultant/contractor Shall Coordinate With The Procuring Entity Technical Representative For Proper Coordination On The Location Of The Project. B. Scope Of Work The Consultant/contractor Shall Provide All The Labor, Instrument/equipment Materials And Supplies, Vehicles, Bunkhouses, Etc., Necessary To Perform Satisfactorily The Sub-surface Exploration Herein Required, Viz: 1. Field Works 2. Laboratory Testing 3. Soil Investigation And Preparation Of Report 4. Geotechnical Evaluation Report The Consultant/contractor Shall Be Held Solely Responsible For The Result Of This Boring/drilling Exploration And Other Activities Under This Terms Of Reference C. Detailed Exploration Requirements/specifications A. Field Works 1. Location And Number Three (3) Boreholes, At Different Location Shown On The Plan. 2. Depth Of Borings Twenty (20) Meters Depth Below Natural Ground Or Five (5) Meters In Bedrock/hard Strata. 3. Procedure In Sand, Clay And Silt Materials, The Boreholes Shall Be Advanced By The Wash Boring Method In Between Sampling Sections Using Side Discharged Chopping Bits. Whenever Necessary, N-size Casings Shall Be Utilized. The Washed Section Shall Be Cleaned Thoroughly Before Each Sampling Run Ensuring, However, That The Underlying Soil Is Not Disturbed. Sampling Shall Be Done At One Meter Interval From The River Bed To Hard Strata Using 5.0 Cm. Split Spoon Sampler. In A Soft Cohesive Layer, Undisturbed Samples Using Thin-walled Tube Samplers Shall Be Obtained Hydraulically. Core Drilling Shall Be Carried Out By A Diamond Rotary Drill Method In Gravelly Or Rock Formation. Core Samples Shall Be Undertaken Whenever Solid Formation Is Encountered. Cores Shall Be Placed In Core Boxes Arranged And Labeled In Accordance To Depth As Soon As These Are Extracted From The Boreholes. Drilling And Sampling Procedures Shall Comply In Accordance With Astm Standards. 4. Equipment A. Drilling Machine The Contractor Shall Utilize At Least Two (2) Drilling Machines And Set Them Up At The Project Site. The Drilling Machine Shall Be In Good Working Condition And Shall Be Of Such Capacity As To Maintain Satisfactory Progress Of Work. B. Bits The Contractor Shall Have An Ample Supply Of Different Types Of Bits To Adopt To Varying Conditions. Bottom Discharge And Stepped Bits Shall Also Be Available. C. Core Barrels Double Tube Swivel Type Core Barrels In Good Condition And Capable Of Obtaining Maximum Core Recovery Shall Be Used. D. Casing The Contractor Shall, At His Own Expense And Responsibility, Provide Casings As Required To Ensure The Stability Of The Borehole Walls. The Casing Shall Be At Least Of N-size And Shall Be In Good Condition. After A Hole Has Been Finished The Casings Shall Be Retrieved. 5. Handling And Core Of Samples The Contractor Shall Provide All The Materials, Equipment And Labor Necessary For Preserving Samples. B. Laboratory Testing The Preparation Of Samples For Testing Shall Be Made In Accordance With Aashto. The Following Tests Shall Be Made On Samples Obtained From Boring, Drilling. Standard Penetration Test The Test Shall Be Carried Out Through Ordinary Soil Encountered To The Depths Specified Above. Standard Penetration Test Shall Be Performed Using 5.0 Cm. (2.0 In.) Outside Diameter Split Spoon Sampler, Driven By A 63.6 Kg (140 Lbs.) Hammer Falling 76.0 Cm. (30 In.) At 1.50-meter Interval Or Closer If Necessary. Moisture-density Rotation This Test Method Determines The Relationship Between The Moisture Content And The Density Of Soils Compacted In A Mold. The Contractor Shall Conduct This Procedure According To Nd T 99 Or Nd T 180. Bearing Capacity Test The Test Method Covers Estimation Of The Bearing Capacity Of Soil In Place By Means Of Field Loading Tests. This Test Method Can Be Used As Part Of A Procedure For Soil Investigation For Foundation Design. It Gives Information On The Soil Only To A Depth Equal To About Two Diameters Of The Bearing Plate, And Takes Into Account Only Part Of The Effect Of Time. Sieve Analysis The Contractor Shall Conduct This Test In Accordance With Aashto T 27 And Materials Finer Than No. 200 (75 Μm) In Accordance With Aashto T 11. The Procedure Combines The Two Test Methods. Sieve Analyses Determine The Gradation Or Distribution Of Aggregate Particles Within A Given Sample In Order To Determine Compliance With Design And Production Standards. Accurate Determination Of Material Smaller Than No. 200 (75 Μm) Cannot Be Made With Aashto T 27 Alone. If Quantifying This Material Is Required, It Is Recommended That Aashto T 27 Be Used In Conjunction With Aashto T 11. Following Aashto T 11, The Sample Is Washed Through A No. 200 (75 Μm) Sieve. The Amount Of Material Passing This Sieve Is Determined By Comparing Dry Sample Masses Before And After The Washing Process. This Procedure Covers Sieve Analysis In Accordance With Aashto T 27 And Materials Finer Than No. 200 (75 Μm) In Accordance With Aashto T 11. The Procedure Includes Two Method Choices, A And B. Liquid Limit Liquid Limit Test Shall Be Performed On Material Passing The 0.425mm (#40) Sieve. Aashto T 89 & T 90 27. There Are Two Methods Approved By Aashto, Any Of The Two Methods Can Be Used By The Contractor. Blow Count Must Be Within 22-28 Blows. Liquid Limit Is A Calculation Based On Moisture Content And Number Of Blows To Closure. Soil Classification This Standard Classifies Soils From Any Geographic Location Into Categories Representing The Results Of Prescribed Laboratory Tests To Determine The Particle-size Characteristics, The Liquid Limit, And The Plasticity Index. There Should Be Assigned Group Name And Symbol(s) Along With The Descriptive Information. Practice D2488 Can Be Used To Describe A Soil To Aid In The Evaluation Of Its Significant Properties For Engineering Use. Engineering Behavior Of The Soils Must Be Seen. C. Soil Investigation And Preparation Of Report The Soil Investigation Report Must Be Done By An Accredited Geotechnical Engineer. D. Geotechnical And Evaluation Report The Contractor Shall Prepare The Geotechnical Report & Analysis In Three (3) Bound Copies In A Form And Substance To Be Submitted To Doh – Ro7, Osmeña Boulevard, Cebu City Within Fifteen (15) Calendar Days Upon Receipt Of The Notice To Proceed. The Final Report Shall Not Be Limited To The Following: A) Field Investigation And Methodology B) Borehole Drilling And Sampling C) Laboratory Testing D) Final Boring Logs (bl) E) Final Laboratory Tests Results (fltr) F) Borehole Location Plan G) Soil Profile Along Structures Showing Boring/drilling Logs H) Soil Liquefaction Investigation Report I) Soil Bearing Capacity J) Recommendation If Called For Such As Type Of Measure/structure Of Work E. Other Data To Be Submitted A. Boring Logs 1. Job, Boring, Hole Number, Date, Time, Boring/drilling, Foreman, Supervisor 2. Weather Condition 3. Depth Of Boring At Start Of Day 4. Water Level In Casing At Start Of Day 5. Method Of Penetration And Flushing System 6. Description Of Soil Strata Encountered 7. Depth Of Soil Boundaries 8. Size, Type And Depth Of Samples And Sample Number 9. Type And Depth Of In-situ Tests 10. Standard Penetration Tests Resistance, “n” Value 11. Recovery Ratios Of Samples 12. Detailed Notes On Boring/drilling Procedure, Casing Sizes And Resistance To Driving, Description Of Wash Water Or Spoil From Boring/drilling Tools 13. Depth Of Boring At End Of Day 14. Other Relevant Information Such Rqd, Percent Core Recovery, Angle Of Friction Etc. B. Photographs Photographs Showing The Borehole Drilling And Sampling At Each Proposed Sites Shall Be Taken By The Contractor And Incorporated In The Report. Photographs Shall Be Taken At Each Borehole Location Depicting The Following: 1. Equipment Used 2. Core Drilling Operation 3. Water Level Measurements 4. Performance Of Spt And Shelby Tube Sampling 5. All Cores In The Core Boxes, Spt And Shelby Tube Samples 6. Date Photographs Was Taken -end Of Geotechnical Investigation- Xiii. Structural Design And Analysis Specifications And Parameters A. Codes And Standards The Civil/structural Design Shall Be In Accordance With The Following Codes And Standards  Codes 1. National Structural Code Of The Philippines (nscp) 2010 2. National Building Code Of The Philippines And Its Revised Irr 3. Accessibility Law 4. Local Codes And Ordinances  Standards 1. Bureau Of Product Standards (bps) 2. Philippine National Standards (pns) 3. Dpwh Blue Book 4. American Concrete Institute (aci) 5. American Society For Testing Materials (astm) 6. American Welding Society (aws) B. Design Criteria Shall Be Submitted First To The Procuring Entity For Concurrence Of The Following Minimum Design Requirements: 1. Design Loads (dead Load, Live Load, Wind Load, Seismic Load And Analysis Procedure, Load Combinations) 2. Materials (concrete, Reinforcing Steel Bars, Structural Steels) 3. Foundation (allowable Foundation Pressure) 4. Design References C. Minimum Design Input File In Structural Software And Required Reports 1. Job Information 2. Joint Coordinates 3. Material Definition/specification 4. Member Property 5. Support Definition 6. Load Definition (seismic/dead/live/wind/load Combinations) 7. Analysis Procedure 8. Analysis Result 9. Load List 10. Support Reaction List 11. Design Results (footing/ Column/ Beam) 12. Load Diagrams 13. Structural Plans -end Of Structural Design And Analysis- Xiv. Design Parameters (architectural) A. Codes And Standards The Architectural Works Shall Be In Accordance With The Following Laws, Codes And Standards.  Laws And Codes: 1. National Building Code Of The Philippines And Its Latest And Amended Irr 2. Ra 9266 Or Architecture Law And Its Latest And Amended Irr 3. Ra 4226 Or Hospital Licensing Act And Its Latest And Amended Irr 4. Bp 344 Or Accessibility Law And Its Latest And Amended Irr 5. Ao 35, S. 1994 Or Ao Pertaining To The Control Of Radiation Hazards 6. Ra 9514 Fire Code Of The Philippines 7. Existing Local Codes And Ordinances. 8. And Other Laws That Applies To The Projects  Standards: 1. Bureau Of Product Standards (bps) 2 Underwriters Laboratory (ul) 2. Doh Technical Guidelines For Hospital & Health Facilities Planning And Design – Level 3 B. General Drawing Guidelines 1. General  All Drawings Shall Be Computer-drafted. Drawings Shall Be Submitted Both In Printed And Electronic Copies.  Keep The Same Orientation For All Plans. The North Orientation Shall Be Indicated In All Architectural Floor Plans. The Orientation Of The Architectural Plans Shall Be Consistent With All The Engineering Plans.  Existing Buildings And New Works Shall Be Clearly Indicated And Labeled In The Site Plans.  Detailed Plans Shall Have A Scale Not Smaller Than 1:50 Meters.  Spot Detailed Plans, Elevations, And Sections Shall Have A Scale Not Smaller Than 1:10 Meters.  Avoid Notes Such As ‘see Architectural Detail’ Or ‘see Structural’. Always Refer With A Callout To The Specific Detail Drawing And Sheet Number. 2. Site Plans  The Site Plans Shall Have A Scale Not Smaller Than 1:500 Meters. 3. Floor Plans  All Plans Shall Be 1:100 Meters. The Same Scale Shall Be Used For The Rest Of The Architectural, Structural, Sanitary, Plumbing, Electrical And Mechanical Plans, Except For Each Trade’s Site Plan, Detailed Plans And Spot Details.  Elevation Callouts Shall Be Indicated On The Floor Plans And Shall Be Consistent With The Elevation Drawing.  Section Line Callouts On The Floor Plans Shall Be Consistent With The Section Drawing.  Floor Plans Shall Be Indicated With Boxed Room Callout Numbers, Including The Callout For Floor Finishes And Wall Finishes.  Floor Elevations Shall Be Indicated In The Floor Plans. This Shall Be In Reference To The Natural Grade Line Or The Established Finished Floor Lines Of The Adjoining Existing Buildings.  The Location Of Mechanical Equipment, E.g. Air Conditioning Shall Be Indicated In The Floor Plans. This Shall Be Consistent With The Mechanical And Electrical Plans.  Door Callouts Shall Be Circles With The Proper Numbering, E.g. D-01.  Window Callouts Shall Be Hexagons With The Proper Numbering, E.g. W-01. 4. Elevations And Sections  Finish Floor Lines And Top Of Truss Lines Shall Be Consistent In All The Elevations, Sections And Structural Plans And Details. 5. Reflected Ceiling Plans  Reflected Ceiling Plans Shall Be Indicated With Boxed Room Callout Numbers, Including The Callout For Ceiling Finishes And Lighting Fixtures.  Ceiling Height Relative And In Reference To The Finish Floor Line Shall Be Indicated In The Reflected Ceiling Plans In Each Room With Boxed Dimensions. This Is To Ensure That The Ceiling Heights Of All Rooms Are Established Whether Or Not Reflected In The Sections.  The Description And Location Of The Fixtures, E.g. Lighting, Smoke Detectors, Air Condition Vents, Exhaust Fans, In The Reflected Ceiling Plans Shall Be Consistent With The Electrical And Mechanical Plans. 6. Roof Plans  Location Of All Downspouts Shall Be Indicated In The Roof Plans. 7. Doors And Windows  Door And Window Schedules Shall Indicate The Type Of Door Or Window, The Number Of Sets, The Location/s Of The Door Or Window, The Materials And Accessories Included And Other Special Specifications, E.g. Color Or Finish. All Windows Above Ground Floor Should Be Of Awning With An 45 Deg. Opening Angle. 8. Details  Provide A Minimum Of One (1) Bay Section Of A Scale Not Smaller Than 1:50 Meters For Each Major Building Preferably Cut Along The Area With Special Construction Design.  Provide Spot Detail Plans, Elevations And Sections Of A Scale Not Smaller Than 1:10 Meters For Special Designs With Aesthetic Treatment And Ornamentation.  Provide Detailed Plans Of A Scale Not Smaller Than 1:50 For All Areas Needing Tile Pattern, E.g. Lobby, Corridor, Entrance Walk, Showing The Position And Pattern Of Tiles.  Centerline Location Of Plumbing Fixtures Shall Be Indicated In Detailed Plans With Lines Of Reference And Its Corresponding Dimensions. This Is To Indicate The Exact Locations Of The Plumbing/sanitary Roughing-ins. C. Site Works 1. The Master Site Development Plan Of The Hospital Shall Include The Following:  Contour And Survey Of The Lot, Including Bearing And Distance Of The Property Line  Road Network And Curbs And Sidewalks  Parking Spaces  Reference Location Of Existing Trees  Reference Location And Footprint Of Existing Buildings, With The Corresponding Building Names And Dimensions, Including Distances Between Adjacent Buildings, And Distances Between Buildings And The Nearest Property Line  Reference Location Of Utilities, E.g. Water Reservoirs, Septic Tank, Wastewater Treatment Plant, Powerhouse, Transformers, Waste Storage Area, Security Outposts 2. The Layout Of The Buildings On The Site Shall Be Zoned According To The Service It Provides:  The Outer Zone Shall Include All Front-line Services, E.g. Emergency, Out-patient, X-ray, Laboratory And Other Ancillary Departments.  The Inner Zone Shall Include The Wards.  The Deep Zone Shall Include Services Like The Operating Room, Delivery Room, Nursery, Intensive Care Unit And Other Sensitive Hospital Services.  The Service Zone Shall Include Non-medical Services But Are Essential To Hospital Operations, E.g. Staff Lounge And Lockers.  There Shall Be A Separate Road Network And Entry/exit For The Public And The Service Vehicles, E.g. Ambulance, Waste Collection Vans, Delivery Trucks.  In Limited Lot Areas, Buildings Should At Least Be Spaced Four (4) Meters Apart To Allow Natural Light And Ventilation.  Covered Walkways Shall Be Provided For Access And Connection To All The Buildings.  Ramps Shall Be Provided In All Main Entrances Of The Buildings And Other Access Openings To Walkways Leading To Other Buildings. D. Building Architectural Works 1. Floor Plans  The Structural, Sanitary, Plumbing, Electrical And Mechanical Designs Are Required To Refer To The Architectural Plans And Specifications In Case Of Discrepancies. If An Engineering Design Will Have Any Possible Conflict Or Interference On The Architectural Design, The Latter May Be Adjusted Provided That The Aesthetic Value Will Not Be Compromised.  The Architectural And Engineering Plans Shall Be Consistent All Throughout In Terms Of Dimensions And Locations Of Columns, Beams, Walls, Roof Line, Conduits, Ducts, Pipes, And Fixtures, Among Others. Column And Beam Grid Lines Shall Also Be Consistent In All The Architectural And Engineering Plans.  Verify And Coordinate Floor Plans With The Mechanical, Electrical And Sanitary Design With Regard To The Requirements For Mechanical Rooms, Ahu Rooms, Electrical Rooms, Pipe Chase, And Other Engineering Requirements.  Public Toilets Shall Have Provisions And Fixtures For Persons With Disability As Required By Bp 344. If Enough Space Allows, Toilets Specially Made And Designated For Persons With Disability Is Preferable. 2. Walls  Exterior Walls Shall Be 200mm. Thick, While Interior Walls Shall Be 150mm. Thick. This Is Indicative Of The Finished Wall Thickness Including The Plastering And Tile Works.  Used Soundproofed Wall Materials For Areas With Indicated “soundproofed”. Walls With An Stc Rating Of At Least 45-50 Is Recommended. In Areas Where High Confidentiality Or Privacy Is Required (e.g., Patient Rooms, Doctor’s Offices Near Noisy Zones), Consider An Stc Rating Of 55-60.  Double Layer Of Drywall: Use Two Layers Of Drywall On Either Side Of A Metal Or Wood Stud Frame For Enhanced Soundproofing.  Acoustic Insulation: Use High-density Insulation Like Mineral Wool Or Acoustic Fiberglass In Wall Cavities To Absorb Sound.  Higher Mass: Increase The Wall's Mass With Materials Like Masonry Or High-density Concrete, Which Can Significantly Reduce Sound Transmission.  Toilet Wall Tiles Shall Be 300mm. X 300mm. For Areas Of Six (6) Square Meters Or Below. Toilet Wall Tiles Shall Be 300mm. X 600mm. For Areas Above Six (6) Square Meters.  Layout And Work On Wall And Floor Tiles Must Be Aligned, Plumb, Level, And Square.  All Edges, Corners And Intersections Of Toilet Tiles, Including The Top-most Tile Not Reaching The Ceiling Shall Be Provided With Polyvinyl Chloride Tile Trims.  Tile Color And Design Shall Be Approved First Before Installation. 3. Floors  For Sterile Areas, Delivery & Nicu Complex, Floor Finish Shall Be Roll-form Anti-static Anti-bacterial Homogeneous Vinyl With Welded Joints. It Shall Cove Upwards To The Sides Of The Wall Up To A Minimum Of 200mm. From The Floor.  If Floor Tiles In Two Adjacent Rooms With Different Material, Color Or Design Meet At The Door Opening, The Cut Shall Be Located Middle Of The Door Thickness When In A Closed Position. Provide Details In The Floor Pattern Design.  Floors At The Openings Of Toilets For Persons With Disability Shall Be Sloping. Indicate In The Plans And Sections.  The Size Of The Toilet Floor Tiles Shall Be 300mm. X 300mm. For Areas Of Six (6) Square Meters Or Below. Toilet Floor Tiles Shall Be 300mm. X 600mm. For Areas Above Six (6) Square Meters. Indicate The Tile Pattern.  The Size Of The Pantry/lounge Floor Tiles Shall Be 600mm. X 600mm. Indicate The Tile Pattern.  The Size Of The Floor Tiles Of The Offices And Wards Shall Be 600mm. X 600mm, Or Bigger Depending On The Proportion To The Size Of The Room. Indicate The Tile Pattern.  The Size Of The Floor Tiles Of The Lobby And Corridor Shall Not Be Less Than 400mm. X 400mm. The Tile Size Of 600mm. X 600mm. Is Recommended For Bigger Areas. Indicate The Tile Pattern.  Layout And Work On Wall And Floor Tiles Must Be Aligned, Plumb, Level, And Square.  All Edges, Corners And Intersections Of Toilet Tiles, Shall Be Provided With Polyvinyl Chloride Tile Trims.  Tile Color And Design Shall Be Approved First Before Installation. 4. Ceiling Works  The Following Rooms Shall Have A Minimum Ceiling Height: A. Operating Room – 3000mm., To Accommodate The Ceiling-mounted Or Light B. Wards Of 4 Beds And Up – 3000mm., To Provide Better Natural Ventilation  Ceiling Height For Areas With Special Aesthetic Treatment, E.g. Lobby, Major Conference Room, Auditorium, Executive Office, Shall Be Proportional To The Area Or Room Or As Required By The Designer. However, This Shall Not Be Lower Than 2700mm. Provide Details.  If Acoustic Boards On Aluminum T-runners Would Be Used For The Ceiling, Layout Should Be On Center And Avoiding Cut Pieces. If The Remaining Perimeter Of The Ceiling Is Less Than 600mm. Wide, It Shall Be Designed Complimentary With Fiber Cement Boards On Light Gauge Metal Furring. Likewise With Acoustic Boards In Big Areas, E.g. Offices, And Wards, Shall Be Designed In A Way To Break The Redundancy. Provide Details.  Soffit Of Exterior Beams And Slabs Shall Have Drip Moulds To Prevent Damage Due To Water Sipping Into The Eaves Or Ceiling. Section Details Shall Be Required To Show The Drip-mould.  Acoustic Panels: Adding Absorptive Finishes, Such As Fabric-covered Acoustic Panels, Can Help To Dampen Internal Reflections And Improve Sound Quality Within Rooms, Although These Don’t Block Sound But Reduce Reverberation.  Non-cove Light Placement: Instead Of Cove Lighting, Use Flush-mounted Lighting Directly In The Ceiling With Sealed Housings That Prevent Dust Buildup. Fixtures Should Be Durable, Non-reflective, And Easy To Clean Without Requiring Special Maintenance Procedures. 5. Doors And Windows  Major Rooms That Require Security Shall Have Sturdy Doors E.g. Wood Panel, And Metal.  Minor Rooms That Do Not Require Security Shall At Least Have Wood Flush Doors.  Toilets And Other Wet Areas Shall Have Steel Doors.  Heavy-use Doors, E.g. Operating Rooms, Delivery Rooms, Should Be Provided With Stainless Steel Kick Or Push Plates And Door Closers.  Fire Escape Doors Should Be Provided With Panic Hardware And Door Closers, And Shall Conform With The Requirements Of The Fire Code Of The Philippines.  Aluminum Frames Of Glass Doors Shall Be Powder-coated.  Door Finish And Color Shall Be Approved First Before Application.  Window Sills Shall Be Slightly Sloped Outwards To Prevent Damage To Windows And Paint Due To Water Seepage. Section Details Shall Be Required To Show This Slope.  All Doors Of A High-occupancy Room Shall Swing Outwards And As Required By The Fire Code Of The Philippines.  Door Jambs With No Moulding/casing Installed On Concrete Walls Shall Have Construction Grooves All Around. Provide Details.  All Doors And Windows Shall Have Reinforced Concrete Lintel Beams. Provide Details.  Door Seals And Frames: For Soundproofed Rooms, Also Use Solid-core Doors With Perimeter Seals To Prevent Sound From Leaking Through Door Frames. 6. Stairs, Ramps And Corridors  Ramps For Persons With Disability Shall Have A Slope Not Higher Than 1:12. Handrails And Clearances Shall Conform With The Requirements Of Bp 344.  Regular Stairs Shall Have Risers At 150mm. High And Treads At 300mm. Wide. Fire Stairs Could Have A Maximum Riser At 200mm. And Tread At 250mm. Handrails Shall Be 1100mm. High. Clearances Shall Conform With The Requirements Of The Fire Code Of The Philippines.  Corridors Shall Have A Minimum Unobstructed Width Of 2450mm. This Shall Be Measured Clear From The Surface Of The Finished Wall And Not On-center Of The Rough Chb Wall.  Corridors Shall Not Be Areas For Temporary Or Permanent Storage Of Stretchers, Wheelchairs, Trolleys, Food Carts, Oxygen Tanks Or Other Movable Hospital Equipment. Storage Or Parking Spaces Shall Be Provided For These.  Corridors And Exit Doors Shall Conform With The Requirements Of The Fire Code Of The Philippines. 7. Fixtures And Accessories  Three-way Electrical Light Switches Shall Be Provided At The Foot And The Top Of The Stairs Per Floor. Likewise, At Both Ends Of A Long Corridor.  Electrical Light Switches Shall Be Located By The Knob Side Of The Door.  Electrical Switches And Outlets Shall Be Installed Plumb And Level.  Public Toilets Shall Always Be Provided With Heavy-duty Soap Dispensers And Electric Hand Dryers.  Public Toilets Shall Always Be Provided With Stainless Steel Handrails In Conformity To The Requirements Of Bp 344.  A Drainage Line Shall Be Provided For Window-type Air Conditioners. Likewise, Split-type Air Conditioners Located In The Interior Part Of The Building Shall Be Located Adjacent To Areas With Drainage Lines, E.g. Toilets, Downspouts, Balconies.  Seal Gaps And Openings: Ensure All Joints, Gaps, And Penetrations (e.g., Electrical Outlets, Ducts) Are Sealed With Acoustical Caulk Or Gaskets To Prevent Sound Leakage.  Sterile Area Lighting Type: Use Sealed, Recessed, Or Surface-mounted Led Fixtures That Are Flush With The Ceiling Surface To Prevent Dust Accumulation. 8. Roofing Works  The Section Of The Roof Gutters Shall Be Designed, In Case Of A Clogged Downspout, So That The Overflow Of Water Will Be Directed Outside Of The Building And Not Towards The Eaves Or Interior Ceiling To Prevent Any Damage. Provide Details.  Avoid Valley Or Inside Gutters In Roof Design. But In Cases Required In Aesthetic Design, Valley Or Inside Gutters Shall Be In Stainless Steel Or Concrete Gutters With Membrane-type Waterproofing, And The Section Shall Be Designed With A Capacity For Big Volume To Prevent Any Damage Due To Overflow. Provide Details.  Parapets, Designed As A Roof Protection From The Winds, Must Be Designed To Satisfy The Preceding Parameters. Provide Details.  The Slope Of The Roof Shall Not Be Less Than 30 Degrees. 9. Painting  Painted Ceiling Shall Be In Flat Latex Finish, While Cornices And Mouldings Shall Be In Gloss Enamel Finish.  Painted Interior Wall Shall Be At Least In Semi-gloss Latex Finish For Ordinary Rooms, E.g. Offices, Unless Specified To A Higher Type Of Paint.  Patient-related Rooms, E.g. Emergency Rooms, Out-patient Departments And Wards, Shall Be In Anti-bacterial And Odor-absorbent Paint Finish.  Special Rooms, E.g. Operating Rooms, Delivery Rooms, And Laboratories Shall Also Be In Anti-bacterial And Odor-absorbent Paint Finish.  Painted Exterior Wall Shall Be At Least In Moisture-resistant/water-repellent Solvent-based Paint Finish, Textured Or Smooth, Unless Otherwise Specified.  Paint Color And Shade Shall Be Approved First Before Application. D. Specific Requirements 1. Provide Spot Detail Plans And Sections Of The Following:  Gutter, Eaves, And Parapet  Ceiling - Covelight, Special Connections And Design, Mouldings, Valances  Stairs - Handrail, And Baluster Design  Ramps - Handrail Design And Floor Pattern  Doors, Windows And Gates - Grille Works,  Special Architectural Treatment And Design, E.g. Façade Design, Special Window And Door, Counter/nurse Station Counter  Special Carpentry Works, E.g. Partitions, Cabinetry  Building And Room Signages And Wayfinding Systems  All Pwd Toilets Shall Be Labelled “all Gender / Pwd Toilet”  Other Details As May Be Required 2. Provide Room Data Sheets, Including Detail Floor Plan, Ceiling Plan And Sections Of The Following Rooms, In Coordination With The Requirements Of The Electrical, Sanitary And Mechanical Designs: A. Private Wards, Including Bed Head Panel Fixtures And Outlets With Specific Dimensions Of The Location Of Fixtures And Accessories, And In Coordination With The Requirements Of The Electrical And Mechanical Engineering Design. B. Nurse Station C. D. (all Blanks Shall Be Filled As Required By Or Applicable To The Project.) E. Summary Of Materials  Materials To Be Used Shall Be Fire-resistant, Non-toxic, Moisture-resistant And Termite-resistant, E.g. Fiber Cement Board, Light-gauge Steel Frame, Polyvinyl Chloride Ceiling Panels.  Wet Areas, E.g. Toilets, And Pantry/lounge Shall Use Non-skid/non-slip Vitrified Ceramic Floor Tiles.  Heavy Traffic Areas, E.g. Lobby, And Corridor Shall Use Heavy-duty Seamless Granite Floor Tiles Or A Higher Type Of Floor Material.  Vinyl Floor Tiles For Sterile Areas Of Delivery & Nicu Suite Shall Be Homogenous And Not Less 3mm. Thick.  Ramps And Stairs Shall Use Non-skid/non-slip Floor Tiles, Materials As Specified.  Aluminum T-runners Shall Be Powder Coated.  Metal Rod Hangers With Adjustable Clips, And Not Galvanized Iron Wires, Shall Be Used To Support And Suspend The Aluminum T-runners And Light Gauge Metal Furrings.  Roofing Sheets Shall Be Ga.# 24 Aluminum-coated, Pre-painted, And Pre-formed. F. Drawing Requirements: See Attached Doh Checklist Of Drawings. -end Of Architectural Design Parameters- Xv. Design Parameters (structural/civil Works) A. Codes And Standards The Civil/structural Design Shall Be In Accordance With The Following Codes And Standards  Codes 1. National Structural Code Of The Philippines (nscp) 2010 2. National Building Code Of The Philippines And Its Revised Irr 3. Accessibility Law 4. Local Codes And Ordinances  Standards 7. Bureau Of Product Standards (bps) 8. Philippine National Standards (pns) 9. Dpwh Blue Book 10. American Concrete Institute (aci) 11. American Society For Testing Materials (astm) 12. American Welding Society (aws) B. Site Works Based On The Master Site Development Plan Of The Hospital, Provide Where Applicable Complete Design And Details Of Hospital Road (concrete With Curb And Gutter, Including Drainage) Network, Walkways, Parking Areas And Fencing. 1. The Main Hospital Road Shall Be Capable Of Two-way Traffic (at Least 6mts. Width) With A Minimum Thickness Of 150mm (8 Inches). Concrete Strength Should Be At Least 3000psi. Interior Roads (leading To Support Facilities) Shall Be Designed To Accommodate Delivery Vehicles, And Fire Trucks In Case Of Emergency. 2. Walkway Should Be At Least 100mm Thk. With Concrete Strength Of 2500psi. Ramps Should Be Provided, Instead Of Steps, For Any Change In Elevations. 3. Parking Area Slabs Should Be At Least 150mm Thk. With Concrete Strength Of 3000psi. 4. Fences Should Be Seen Through In Front Of The Hospital While The Tree (3) Other Sides Should Be Concrete Hollow Blocks With Minimum Height Of 2 Meters And To Be Provided With Perimeter Lighting. See-through Fence Design Will Be Made Of 32mm Square Bars Spaced At 100mm On Center And Provided With Three (3) Concrete Hollow Blocks (45mm High) Zocalo Walls. C. Buildings 1. The Hospital Buildings Should Be Designed Using A Seismic Importance Factor Of 1.5 For The Immediate Occupancy Category. Buildings Should Be Designed In Accordance With Nscp Requirements Up To Magnitude 7 For Those Near Seismic Source Type A. Seismic Gaps Between Buildings (old And New) Should Be Properly Observed. 2. The Hospital Buildings Should Be Designed Also Using Wind Importance Factor Of 1.15 (especially For Design Of Trusses/roofing System). Concrete Gutters And Parapet Walls Should Be Provided As Additional Protection To The Roofing System During Strong Typhoons. Wind Velocity Of 300-350 Kph Shall Be Considered Upon The Recommendation Of Structural Engineer 3. The Structural Designer Should Verify With Philippine Volcanology And Seismology (phivolcs) The Distance Of The Proposed Hospital To Nearest Active Fault Lines And With The Denr For Geo-hazard Mapping. 4. Soil Investigation (at Least Three Boreholes) Should Be Conducted To Determine Soil Bearing Capacity And Recommended Foundation Design (applicable Even For One Storey Structure). 5. The Structural Designer Is Encouraged To Use Fire-resistive And Non-toxic Materials. D. Details – The Following Shall Be Provided: 1. Connection Details Of Beams And Columns Following The Requirements Of Nscp On Confined Areas. 2. Connection Of Trusses To Beams And Columns. 3. Splicing Details Of Reinforcing Bars On Columns And Beams And The Required Bar Cut-off Points. 4. Details For Connection Of New Construction & Old Construction Structural Members Such As Expansions Joints For Thermal Expansion/contraction. 5. Include Thermal Expansion/contraction Prevention Methodologies Specifically On Soft Joints Areas Between Structural And Architectural Members. E. Summary Of Materials 1. Concrete Shall Be Portland Cement And Conforming To Astm Specification C150, Type I To Type Ii 2. Coarse Aggregates Shall Consist Of Washed Gravel, Crushed Stone Or Rock Or A Combination Thereof Conforming To Astm C33 3. Concrete Hollow Blocks Shall Be A Standard Product Of Recognized Manufacturer Conforming To Pns 16 With At Least 350psi Strength. 4. Reinforcing Bars Shall Conform With Pns Grade 60 For 16mm Dia. And Above And Pns Grade 40 For 12mm Dia And Below. 5. Structural Steel Shall Conform With Astm A36/a6m 6. Bolts And Studs Shall Conform With Astm A 325 7. Welding Electrodes Shall Be E60 Or E 70 And Conform With Aws F. Drawing Requirements: See Attached Checklist -end Of Structural/civil Works Design Parameters- Xvi. Design Parameters (sanitary/plumbing Works) A. Codes And Standards The Sanitary/plumbing Design Shall Be In Accordance With The Following Codes And Standards.  Codes: 1. National Building Code Of The Philippines And Its New Irr 2. Fire Code Of The Philippines 3. National Plumbing Code Of The Philippines (npcp) 4. Sanitation Code Of The Philippines 5. Existing Local Codes And Ordinances.  Standards: 1. Bureau Of Product Standards (bps) 2. Philippine National Standards For Drinking-water 3. Underwriters Laboratory (ul) 4. Doh National \ Laboratory (nrl) 5. Doh Health Care Waste Management Manual 6. National Water Resources Board (nwrb) 7. National Plumbers Association Of The Philippines (nampap) 8. Philippine Society Of Sanitary Engineers, Inc. (psse) B. Site Works  Based On The Master Site Development Of The Hospital, The Site Works Shall Provide Complete Layout Of The Following: 1. Storm Drainage Network, Indicating Drainage Manholes And Pipe Culvert; 2. Sewerage Pipe Network, Indicating Sewage Manholes, Sewage Pipes And The Location Of The Proposed Sewage Treatment Plant; And 3. Water Supply Network, Indicating The Location Of Water Service Entrance, Cisterns, Elevated Water Tank And Proposed Pump House.  The Storm Drainage Network Shall Accommodate The Magnitude Of Peak Rates Of Surface Run-off Including Drainage Coming From The Buildings. The System Shall Be Capable Of Handling The Design Flows Routing To The Designated Outfall; For Rainfall Calculation And Sizing Of Drainage Pipes, Refer To Table-d2, Appendix-d, National Plumbing Code Of The Philippines And Current Rainfall Record From Pagasa.  The Sewerage Pipe Network Design Shall Accommodate All Sewage Coming From All The Facilities, Conveyed By Gravitational Flow Leading To The Sewage Treatment Plant; Per Capita Wastewater Demand: 100-130 Gal/capita/day Per Bed C. Building Facilities Sanitary/plumbing System 1. Sewer Line And Vent System  Provide Complete Sewer Line And Vent System From All (domestic) Plumbing Fixtures And Floor Drains, Laid By Gravity Flow Leading To The Sewage Treatment Plant (stp);  For Demand Weight Of Fixtures In Fixture Units; Refer To Appendix A, Table A-2, Npcp 2. Wastewater Line And Vent System  For All Wash Areas Dealing And Generating With Oil/grease, Provide Separate Wasteline And Vent System And Solely Tap To The Proposed Grease Trap And Then Connect Its Effluent To The Sewage Treatment Plant.  For Estimated Demand Weight Of Fixtures In Fixture Units; Refer To Appendix A, Table A-2, Npcp Waterline System  Provide Complete Cold Water Supply Pipes To All Plumbing Fixtures. From The Main Water Source, The Water Shall Be Pumped To The Elevated Water Tank (ewt) And Conveyed To The Fixtures By Gravity System And Or Distributed To Fixtures By Transfer Pumped With Constant Pressure Through A Pneumatic Storage Tank, Whichever Is Feasible. 4. Storm Drainage System  Complete Storm Drainage System Shall Be Provided For All Roofs, Canopies, Concrete Ledges And Balconies Including Condensate Drains Laid For Gravity Flow Connected To A Leader/pipe Line Leading To The Natural Ground Level Storm Drainage Network. D. Specific Requirements  Provide Details Of The Following: 1. Fiberglass Pressure Tank (80g Minimum Capacity With Shallow Well Jet Pump Of At Least 1.5 Or 2 Hp) Located At Roof Deck 2. Stainless Steel Storage Tanks, Grade 304 Located At Roof Deck E. Summary Of Materials  Sewer And Vent Pipes; Unplasticized Polyvinyl Chloride (upvc) Extra Series 1000 (conforming To Iso 3633 Astm D2729 Including Trims And Fittings)  Storm Drainage Pipes; Downspouts, Unplasticized Polyvinyl Chloride (upvc) Extra Series 1000 (conforming To Iso 3633 Astm D2729 Including Trims And Fittings, Bps Certified)  Drainage Pipes; 250mm Dia. And Below, Non-reinforced Concrete Pipe (nrcdp)  300mm Dia. And Above, Reinforced Concrete Pipe (rcdp)  Drainage Manholes; Street Inlet, Curb Inlet, Traffic Type Reinforced Concrete Area Drain/catch Basin, Reinforced Load Bearing Chb  Sewage Manholes; Traffic Type Reinforced Concrete With Standard Steel Brass Cover  Wastewater Pipeline; Extra Heavy (xh) Single Hub, Hub Less Cast Iron Pipes And Fittings (cip) Conforming To Astm Standard 888  Cleanouts; Cast Iron Brass With Countersunk Plug (bps Certified)  Floor Drains/deck Drains; Cast Iron Brass (bps Certified)  Gutter Drains; Cast Iron Dome Type Brass (bps Certified)  Cold Waterline Pipes; For Buildings, Polypropylene Pn10 Fusion Weld Pipes Including Trims And Fittings (bps Certified)  Hot Waterline System; For Buildings, Polypropylene Pn20 Fusion Weld Pipes Including Trims And Fittings (bps Certified)  Trench Grating; Galvanized/stainless Steel Iron Grates  Plumbing Fixtures Including Trims, Fittings And Accessories; (bps Certified)  Water Closet-tank Type Push Button Flush  Lavatory - (pedestal/counter Type) With C-spout Spray Faucet  Kitchen Sink-ga#16 Stainless Steel Seamless Bowl With Gooseneck Faucet  Urinal-wall Hung Flush Valve Type  Plumbing Fixtures At Sterile Areas; A. Scrub-up Sink-ga#16 Stainless Steel (single/double Bowl) Compartment With Knee Operated And Or Censor Controlled Spay Faucet B. Surgical Soap Dispenser-ga#16 Stainless Steel Foot Operated C. Laboratory Sink-ga# 16 Stainless Steel Deep Seated Seamless Bowl Compartment With C-spout Spray Faucet F. Drawing Requirements: See Attached Doh Checklist Standards Based On Revised Irr Of The National Building Code Of The Philippines (pd 1096) -end Of Sanitary/plumbing Works Design Parameters- Xvii. Design Parameters (mechanical Works) A. Codes And Standards The Mechanical Design Shall Be In Accordance With The Following Codes And Standards.  Codes: 1. National Building Code Of The Philippines And Its New Irr 2. Fire Code Of The Philippines 3. Mechanical Engineering Code Of The Philippines (me Code) 4. Existing Local Government Codes And Ordinances.  Standards: 1. Bureau Of Product Standards (bps) 2. Philippine National Standards (pns) 3. Underwriters Laboratory (ul) And Factory Mutual (fm) 4. International Electrotechnical Commission (iec) 1988 5. National Fire Protection Association (nfpa) 6. National Fire Protection Association (nfpa) 99 Standard For Health Care Facilities. 7. American Society Of Heating, Refrigeration And Air Conditioning Engineers (ashrae). 8. Center For Disease Control And Prevention (cdc) Manual. B. Automatic Fire Sprinkler System  The Automatic Fire Sprinkler System Shall Be Composed Of Complete Plans And Drawings Of The Following: 1. Site Development Plan And Vicinity Map, Indicating The Location Of The Buildings, Firewater Reserve Tank, Firewater Line, Yard Loop And Private Fire Hydrant. 2. General Notes, Legends And Symbols Including Schematic Diagram Of The Fire Sprinkler System And Schematic Diagram Of Alarm Monitoring System. 3. Floor Layout And Isometric Layout Of The Automatic Fire Sprinkler System Indicating Pipe Sizes And The Location Of The Pipes, Valves, Sprinkler Heads, Riser Nipples, Fire Hose Cabinets, Sprinkler Main Riser, Drain Pipes, Cross Mains, Branch Lines, Inspector’s Test Connections, Hangers And Sway Braces. 4. Equipment Schedule, Detail Drawings, Fire Pump And Jockey Pump Layout. 5. Architectural, Structural, Electrical And Plumbing Drawings Of The Firewater Tank And Pumphouse.  An Automatic Fire Sprinkler Shall Be Provided In All Hospital Building Except For Those Fire Resistive One-storey Hospital Building.  Hazard Classification Shall Be Light Hazard Occupancy.  Area Of Coverage Shall Be 146 Square Meters And Water Density Shall Be 4.07 Lps/sq. M.  Protection Area Per Sprinkler Head Shall Be 20 Square Meters At 2.2 Meters Minimum Distance Between Sprinklers And 4.2 Meters Maximum Spacing.  All Floor Control Valves Shall Be Equipped With Supervisory Switch, Water Flow Detector And Drain System.  Water Supply Shall Be Horizontal Split Case Centrifugal Fire Pump With Diesel Engine Or Ac Motor And A Vertical In-line Jockey Pump With Controller.  Firewater Reserve Tank Shall Be Ground Level Monolithic Concrete Tank Sized For A Minimum Of 30 Minutes.  Hydraulic Calculations Report Shall Be Based On Npfa-13 Format. C. Ventilation And Air Conditioning System  The Ventilation And Air Conditioning System Shall Be Composed Of Complete Plans And Drawings Of The Following: 1. General Notes, Legends And Symbols Including Schematic Diagram Of The Ventilation And Air Conditioning System. 2. Floor Layout Of The Ventilation And Air Conditioning System Indicating The Capacity And Location Of The Air Conditioners And Fans. 3. Duct Layout Indicating Duct Sizes, Route And Location Of The Dampers, Diffusers, Return Air Register, Hangers And Sway Braces. 4. Refrigerant Piping Layout Indicating Pipe Sizes, Location Of Valves, Hangers And Sway Braces. 5. Equipment Schedule And Details Drawings Of Air Conditioners And Ventilating System.  Air Conditioning System Shall Be Provided In All Patient’s Private Rooms, Operating Rooms, Delivery Rooms, Offices And Other Areas Where Conditioned Air Is Necessary.  Cooling Load Calculations Report Shall Be Manual Or Computer Generated, Hourly Analysis Program Which Includes Heat Transmission Coefficients, Solar Heat Gain Factors And Corrected Cooling Load Temperature Difference Calculations.  Split Type Air Conditioners Will Be Used At Areas With Larger Capacities.  Window Type Air Conditioners Shall Be Used In Areas With Exterior Wall Exposure.  Centralized Air Conditioning Will Be Used As Indicated On Space Requirements (e.g. Sterile Hallways).  Maintain An Air Change Rate Greater Than Or Equal To 12 Air Changes Per Hour Or 145 Liters Per Second Per Patient.  Ceiling Cassette Type Exhaust Fans With Integral Air Diffuser Shall Be Provided In All Toilets.  Ceiling Fans, Orbit Type With 360° Oscillation Shall Be Provided In All Non-air-conditioned Rooms, As Mentioned On Space Requirements. D. Summary Of Materials 1. Automatic Fire Sprinkler System A. The Fire Pump Shall Be Ul Listed/fm Approved, Diesel Engine Or Electric Motor Driven, Designed Specifically Intended For An Automatic Water Sprinkler Protection System. B. The Jockey Pump Shall Be Ul Listed/fm Approved, Electric Motor Driven, 220v, 3-phase, 60 Hertz, And Electric Power Connection. C. Sprinkler Head Shall Be Ul Listed/fm Approved, Pendant, Upright Or Sidewall Unit, 83 Lpm Flow Capacity Per Head And Temperature Fusing At 57.5° C To 74°c. D. The Alarm Assembly Shall Be Ul Listed/fm Approved, Constructed And Installed That Any Flow Of Water From The Sprinkler System Equal To Or Greater Than That From The Single Automatic Head Shall Result In An Audible And Visual Sign In The Vicinity Of The Building. E. Alarm And Supervision System Of The Automatic Water Sprinkler Shall Include The Monitoring Water Flow Switch At Each Floor Of The Building, Fire Pump And Jockey Pump Running Condition And Power Supplies, Level Of Water In The Reservoir And Control Valves. F. Pipes Shall Be B.i. Schedule 40. Screw Fittings Shall Be Used For Inside Piping. 2. Air Conditioning And Refrigeration System A. Refrigerant Pipes Shall Be Copper Tubing, Type L Or K Black Steel Pipe, Schedule 40 For Size Of 100mm Diameter And Smaller. Pipe Over 100mm Shall Be Black Steel Pipe Schedule 40. B. Black Steel Pipes Shall Be Standard Seamless, Lap-welded, Or Electric Resistant Welded For Size Of 50mm Diameter And Larger, Screw Type For Size 38mm Diameter And Smaller, Fittings For Copper Tubing Shall Be Cast Bronze Fitting Designed Expressly For Brazing. C. Pipe Insulation Shall Be Performed Fiberglass Or Its Equivalent. The Insulating Materials Shall Be Covered With 100mm X. 13mm Thick Polyethelene Film, Which Shall Be Overlapped Not Less Than 50mm. D. Ducts Shall Be Galvanized Sheet Steel Of Standard Gauges. E. Ductwork Insulation Materials Shall Be Rigid Board Made Of Styropor Or Equivalent 25mm Thick For Ground And Top Floor, 13mm Thick For Intermediate Floor. -end Of Mechanical Works Design Parameters- Xviii. Design Parameters (electrical/auxiliary Works) A. Codes And Standards The Electrical System Design Parameters Shall Be In Accordance With The Following Codes And Standards.  Codes: 1. Philippine Electrical Code 2. National Electrical Code 3. Fire Code Of The Philippines 4. National Building Code Of The Philippines And Its New Irr 5. Existing Local Codes And Ordinances  Standards: 1. Bureau Of Product Standards (bps) 2. Underwriters Laboratory (ul) 3. National Fire Protection Association 4. International Electrotechnical Commission (iec) 5. Illumination Engineering Society (ies) 6. National Electrical Manufacturer’s Association (nema) 7. Doh Manual On Technical Guidelines For Hospital And Health Facilities Planning And Design B. Building Facilities Electrical System 1. Lighting System  Provide And Install Adequate Normal Branch Circuits For Lighting System To All Areas Using The Standard Lighting Design Analysis. Utilize The Standard Illumination Requirements Per Area Of Concern Using The Preferred Particular Type Of Luminaires. 2. Power System  Provide And Install Adequate Normal Branch Circuits For The Power System. 3. Standby/emergency System  Provide And Install Adequate Life Safety And Critical Emergency Branch Circuits For Lighting Or Utilization Equipment Connected To The Alternate Power Source. 4. Auxiliary System Provide And Install The Following Auxiliary System:  Communication System A. Telephone System B. Local Area Network System C. Public Address Paging System D. Private Branch Exchange (pabx) E. Nurse Call System F. Master Or Cable Antenna Television  Fire Alarm System  Security System 5. Lightning Protection System  The Building Lightning Protection System Shall Include Roof-mounted Air Terminals Grounding Conductors, Ground Rods, Conduits, Clamps, And Auxiliary Equipment As Required For A Complete And Operational Lightning Protection System. 6. Provide Details Of The Following:  Lighting Fixtures/luminaires  Panelboard And Circuit Breakers  Switchgear And Other Metering Devices  Electrical And Hospital Equipment  Installation And Termination Of Auxiliary And Other Special Devices And Equipment  Power And Telephone Handholes (as May Be Required)  Pedestal And Service Entrance To Bldg.  Grounding System Layout  Substation/power House And Electrical Room  Transformer And Generator Mounting  Others As May Be Required. C. Summary Of Materials  General Lighting Luminaries: Fixtures Type Shall Be As Indicated On The Lighting Layout Plan. 1. Fluorescent Lamp Shall Be Linear, Circular Or Self-ballasted Compact Fluorescent Lamps. 2. Fluorescent Lamps Shall Be Cool Or Warm White And 3. Lamp Holders Shall Be Made Of Thermosetting Plastic. 4. Fluorescent Ballast: Magnetic Or Electronic Type With High Power Factor Or High Frequency Energy Saving Type. 5. Fluorescent Fixture Housing Shall Be Steel Sheet With High Reflectance Powder Coat Paint Finish. 6. Downlights And Pin Lights Shall Be Of Heavy Gauge Spun Aluminum Equipped With Lamp As Indicated On The Drawings. 7. Other Special Lighting Requirements Shall Be As Approved By The Implementing Agency. 8. Sterile Areas/zones Lighting Specifications: A. Type: Use Sealed, Recessed, Or Surface-mounted Led Fixtures That Are Flush With The Ceiling Surface To Prevent Dust Accumulation. B. Lux Level: Aim For 300-500 Lux For General Sterile Areas; 1000 Lux Or More May Be Needed In Surgical Suites Or Examination Zones Or As Specified On Manual Of Technical Guidelines For Hospital Planning And Design (level 3)  Wiring Devices: Wiring Devices Shall Be Non-automatic Control Devices, The Contact Is Guaranteed By The Pressure Of The Special Spiral Springs. 1. Switches Shall Be Of 15a, 250v Or 300v Except As Otherwise Noted And Approved. Terminals Shall Be Screw-type Or Quick-connected Type. 2. General Use Receptacle Shall Be 15a, 240v Grounding Type Unless Otherwise Indicated On The Drawings. 3. Special Purpose Receptacles Shall Be As Called For On The Drawings. 4. Matching Plugs Shall Be Supplied.  Panelboards And Circuit Breakers: The Panelboard And Circuit Breakers Shall Be Equipped With Molded-case Circuit Breakers And Shall Be The Type As Indicated In The Panelboard Schedule And Details. 1. Provide Molded-case Circuit Breakers Of Frame, Trip Rating And Interrupting Capacity As Shown On The Drawings. The Circuit Breakers Shall Be Quick-make, Quick Break, Thermal-magnetic, Trip-indicating And Shall Have Common Trip On All Multiple Breakers With Internal Trip Mechanism. 2. All Current-carrying Parts Of The Panelboards Shall Be Plated. Provide Solid Neutral (s/n) Assembly When Required. The Assembly Shall Be Isolated From The Enclosure.  Electrical Conduits, Boxes And Fittings: All Conduits, Boxes And Fittings Shall Be Standard Rigid Steel, Zinc Coated Or Galvanized. 1. Rigid Steel Conduits (rsc) 2. Rigid Metal Conduits (rmc) 3. Intermediate Metal Conduits (imc) 4. Electrical Metallic Tubing (emt) 5. Unplasticized Polyvinyl Chloride (upvc) If Required Shall Be Schedule 40.  Conductors: Wires And Cables Shall Be Of The Approved Type And Unless Specified Or Indicated Otherwise, All Power And Lighting Conductors Shall Be Insulated For 600 Volts. 1. The Conductors Used In The Wiring System Shall Be Of Soft-annealed Copper Having A Conductivity Of Not Less Than 98% Of That Of Pure Copper And Insulated For 60° C Temperatures. 2. All Conduits Of Convenience Outlets And Wire-ways For Lighting Branch Circuit Home-runs Shall Be Wired With A Minimum Of 3.5 Mm Square In Size.  Nurse Call System: 1. The Nurse Call System Shall Have The Following Control Panel, Bed Head Panel, Ancillary Call And Annunciating Equipment. 2. Wiring Shall Consist Of Data Cable And 24v Supply To Each Bed Head Unit. 3. Two Levels Of Call Will Be Provided By The System: Patient To Nurse. A Patient To Nurse Shall Be Actuated By Means Of The Wall-mounted Or Handset Mounted Call A) Push Button Of Bed Head Panel. B) Nurse To Nurse. Call Of Nurse To Nurse Shall Be Considered, As Emergency Call And Shall Be Instigated By Operation Of The Emergency Pull/push Switch Mounted On Call Units Of Bed Head Panel. C) Bedhead Panel Shall Be Of Different Type Depending On The Patient Bedroom Class And As May Be Required. Multiplexed Bedhead Panel Shall Be Available To Operate Sound Distribution System. D) Bathroom Shall Be Provided With Pull Cord Unit And Reset Unit. E) Room Indicator Lamp Shall Be Installed Above The Door Of Each Patient’s Bedroom Along The Corridor. F) Nurse Stations Shall Be Equipped With Indicator Unit To Provide Indication (audible And Visual) Of The Zone And Type Of Call. G) Emergency Indication Shall Be Included In Some Acute Areas But Arranged “for Staff Use Only” In The Event Of Urgent Assistance Being Required. H) The System Shall Be Of Solid State Switching With All Items Connected To Internal Printed Circuit Boards Readily Interchangeable For Maintenance Purpose.  Master Antenna Television (matv) And Cable Television (catv) System: 1. Two Sources Of Tv Signals Shall Be Provided To The Building. One (1) Shall Be From A Master Antenna Installed At The Roof Or Within A Suitable Area Of The Building And The Other Will Be From A Commercial Cable Television Service. 2. The Master Antenna System Shall Consist Of Fm, Vhf And Uhf Antennas, Combiner, Distribution Amplifier, Coaxial Cables, Splitters, Tap-offs And Tv Outlets. 3. There Shall Be Individual Trunking For Master Antenna And Cable Television Rising In The Building.  Structured Cabling & Telephone System: 1. A Minimum Provision For Estimated 500 Mixed Pabx Extension And Direct Telephone Lines Shall Be Required For Tertiary Hospitals. 2. Final Details Of The System Shall Follow Specific Requirements, Quantity And Type Of Service.  Fire Detection And Alarm System: 1. The Fire Detection And Alarm System Shall Be Of Multiplex, Microprocessor- Controlled Addressable Or Zonal Conventional Fire Detection, Alarm And Communication System. 2. The System Shall Consist Of Full Integration Automatic Fire Detection, Voice Alarm Communication And Fire Fighters Telephone System. 3. The System Shall Consist Of Control Station, Mimic Panel Initiating And Indicating Devices, Control Modules And System Of Wirings. 4. Actuation Of The Protective Signaling System Shall Occur By Manual Pull Station, Automatic Smoke Or Heat Detector, Sprinkler Flow Switch And Tamper Switch. 5. The System Shall Be Able To Monitors The Status Of Flow Switches And Supervisory Switches Installed At The Sprinkler System Risers. These Monitoring Points Are Also Addressable Or The Conventional Zonal In The Same Way As The Detectors Are Making Them Easily Recognizable At The Control Panel. 6. Occupant Notification Shall Be Accomplished Automatically. Notification Will Be General, Audible Alarm Type Complying With Appropriate Section Of Nfpa. 7. The System Shall Be Installed With Provisions For Future Connection To The Nearest Fire Services Station In The Locality.  Security System: 1. The Security System Shall Include Intrusion Detection And Alarm, Cctv, Access Control Or As Maybe Required.  Ventilation And Air Conditioning System The Ventilation And Air Conditioning System Shall Be Composed Of Complete Plans And Drawings Of The Following: 1. General Notes, Legends And Symbols Including Schematic Diagram Of The Ventilation And Air Conditioning System. 2. Floor Layout Of The Ventilation And Air Conditioning System Indicating The Capacity And Location Of The Air Conditioners And Fans. 3. Duct Layout Indicating Duct Sizes, Route And Location Of The Dampers, Diffusers, Return Air Register, Hangers And Sway Braces. 4. Refrigerant Piping Layout Indicating Pipe Sizes, Location Of Valves, Hangers And Sway Braces. 5. Equipment Schedule And Details Drawings Of Air Conditioners And Ventilating System. A) Air Conditioning System Shall Be Provided In All Patient’s Private Rooms, Radiologic And Imaging Area, Operating Rooms, Delivery Rooms, Laboratories, Critical Care Areas, Offices And Other Areas Where Conditioned Air Is Necessary. B) Cooling Load Calculations Report Shall Be Manual Or Computer Generated, Hourly Analysis Program Which Includes Heat Transmission Coefficients, Solar Heat Gain Factors And Corrected Cooling Load Temperature Difference Calculations. C) Split Type Air Conditioners Will Be Used At Areas With Larger Capacities. D) Window Type Air Conditioners Shall Be Used In Areas With Exterior Wall Exposure. E) Centralized Air Conditioning Will Be Used Only If Feasible. F) Design Of All Critical Areas Shall Be Laminar Or Positive Pressure, Wherein The Supply Air Is 10% More Than Exhaust Air. G) All Infectious Isolation Rooms, Such As Tb And Sars, Shall Be Negative Pressure, Wherein The Exhaust Air Is More Than 10% Of The Supply Air. H) Maintain An Air Change Rate Greater Than Or Equal To 12 Air Changes Per Hour Or 145 Liters Per Second Per Patient. I) Ceiling Cassette Type Exhaust Fans With Integral Air Diffuser Shall Be Provided In All Toilets. J) Ceiling Fans, Orbit Type With 360° Oscillation Shall Be Provided In All Non-air-conditioned Rooms, Such As Patient Wards, Work Areas, Nurse Station, Etc.  Air Conditioning And Refrigeration System 1. Refrigerant Pipes Shall Be Copper Tubing, Type L Or K Black Steel Pipe, Schedule 40 For Size Of 100mm Diameter And Smaller. Pipe Over 100mm Shall Be Black Steel Pipe Schedule 40. 2. Black Steel Pipes Shall Be Standard Seamless, Lap-welded, Or Electric Resistant Welded For Size Of 50mm Diameter And Larger, Screw Type For Size 38mm Diameter And Smaller, Fittings For Copper Tubing Shall Be Cast Bronze Fitting Designed Expressly For Brazing. 3. Pipe Insulation Shall Be Performed Fiberglass Or Its Equivalent. The Insulating Materials Shall Be Covered With 100mm X. 13mm Thick Polyethylene Film, Which Shall Be Overlapped Not Less Than 50mm. 4. Ducts Shall Be Galvanized Sheet Steel Of Standard Gauges. 5. Ductwork Insulation Materials Shall Be Rigid Board Made Of Styropor Or Equivalent 25mm Thick For Ground And Top Floor, 13mm Thick For Intermediate Floor. -end Of Electrical Works Design Parameters- Xix. Design Parameters (green And Safe Health Facilities)  Codes And Standards Green And Safe Health Facilities Shall Be In Accordance With The Following Laws, Codes And Standards.  Global Initiatives & Developments: 1. World Health Assembly Resolution On Universal Health Care (2019) 2. World Health Resolution On Climate Change And Health (2008) 3. Un Resolution On Sustainable Development Goals (2015) 4. Global Action On Patients’ Safety  Laws And Codes: 1. Sanitation Code Of The Philippines Irr Of Chapter Xvii 2. The Local Government Code Of 1991 3. Clean Water Act Of 2004 4. National Building Code Of The Philippines (pd 1096) 5. General Appropriation Act Fiscal Year 2021 (ra 11518) 6. Occupational Safety And Health (ra 11058) 7. Safe Hospital Initiative (2011) 8. Universal Health Care Act (ra 11285) 9. Implementing Rules And Regulations Of Accessibility Law (ra 344) 10. Ecological Solid Waste Management Act Of 2000 (ra 9003) 11. Climate Change Act Of 2009 (ra 9729) 12. Other Related Standards A. Guidelines The Green And Safe Hf Initiative Represents A Climate Smart Paradigm Shift, Away From Traditional Disaster Response To One That Proactively Seeks To Minimize The Health Impact Of Disasters And Emergencies Through Climate Adaptation And Mitigation Measures (including Climate-proofing And Reduction Of The Environmental Footprint), And Preparedness. Consequently, It Is Essential That This Green Manual Is Incorporated Into The Hospital And Hf Development Agenda That Are Backed With Earmarked Resources In The National Budget, And That Has Governance And Support From The Highest Levels Of Government.  The Department Of Health Shall, As Much As Possible, Promote The Greening Of Hospitals And Health Facilities, Including The Improvement Of Energy And Water Efficiency And Conservation, Sustainable Cooling Systems, And Sustainable Healthcare Waste Management In Hospitals.  In Line With Its Continuing Efforts In Green And Safe Hfs, The Doh Shall Encourage National And Local Government Hospitals And Other Hfs To Seek Green Certifications From Green Building Rating System/s For Their New Construction Or Expansion, Repair And Renovation Projects. B. Criteria And Compliance System For Outstanding Green And Safe (climate Smart) Health Facilities.  Criterion Compliance 1. Governance – Leadership And Management, Trainings, Proper Implementation, Commitment 2. Energy Efficiency – Reduction Of Energy Consumption, Use Of Renewable And Clean Energies 3. Water Efficiency, Sanitation And Hygiene – Adequate Water, Water Reuse/recycling, Water Conservation, Rainwater Harvesting. Safe Drinking Water, Proper Use And Maintenance Of Sanitary Toilet Facilities 4. Health Care Waste Management Waste – Segregation, Collection, Storage, Transport, Treatment, Proper Waste Disposal, Recycling 5. Environmentally Resilient Health Facility – Structural Member, Non-structural Member, Emergency And Disaster Preparedness Plan 6. Site Sustainability – Healing Gardens Within, Fresh Air, Herbal Plants, Accessibility, Existence Of Alternative Routes 7. Material Sustainability – Use Of Sustainable Materials, Procurement Of Sustainable And Recyclable Products, Less Use Of Hazardous And Toxic Substances 8. Indoor Environmental Quality – Lighting, Ventilation, Interior Design, Air Quality Management C. Energy Efficiency  Orientate Building & Façade Design To Mitigate Heat Gain. The East And West Facades Receive The Greatest Solar Radiation, And Should Be Designed To Avoid Direct Sun.  Use Of Glass/glazing With A Lower U-value And Shading Coefficient Reduce Solar Heat Gain.  Allow Provision For Easy Access For Maintenance And Cleaning Especially For Curtain Wall System.  Consider Lifespan, Durability And Life Cycle-costing When Selecting Façade Materials.  Install And Use Energy-efficient Lighting Fixtures I.e. Led, Cfl, Slim Type Fluorescent, Etc.  Skylights (if Applicable) And Windows To Maximize Natural Lighting And Ventilation On Selected Areas. Utilizing Daylight As Possible.  Use Of Appliance With Inverter Technology With Variable Frequency Drive Technology.  Window And Door Assemblies Shall Have Complete Gaskets, Weather Stripping, Door Bottom Sweeps And Seals.  All Operable Windows Shall Be Provided With Safety Features For Protection Against Strong Winds, Water Penetration And Protection For Building Occupants Including Child Safety And Security.  Specific Air Exchange Rates Are Usually Attained Through Artificial Ventilation. Adequate Ventilation Throughout The Facility Contributes To Maintaining A Hygienic Environment. Presence Of Functional Windows And Doors, That Allow At Least 6-8 Air Changes Per Hour For Natural Ventilation. For Airborne Infection Isolation Room/s And Er/triage Areas, Greater Or More Than 12 Air Changes Per Hour Is Recommended, While Up To 15 Air Changes Per Hour May Be Recommended For Operating Procedure, Or Delivery Rooms.  Light-colored Building Envelopes Is Also Recommended To Reduce Heat Transfer From The Outside To Inside Of The Building By Having Surfaces With High Solar Reflectance Index (sri). D. Water Efficiency, Sanitation And Hygiene  Optimize Water Conservation Through Installation Of Rainwater Harvesting Cistern Tank  Use Of Waterless Urinals And Dual Flush Water Closets.  Use Of Low-flow & Water Efficient Faucet And Hand-held Bidets.  Use Of Water-saving Shower Heads  For Hospitals, There Must Be At Least One Water Closet For Every Eight Patients In Compliance With Ra 4226 – Hospital Licensure Act.  A Separate Toilet For Male And Female Is Preferred, And Shall Be Pwd Accessible. And, A Separate Toilet For The Staff, With A Provision Of One Toilet For Every Fifteen Personnel Shall Be Applied.  Waterless Urinals Must Be Provided For Male Toilets.  There Should Be Sufficient And Functional Hand-washing Facilities. E. Environmentally Resilient Health Facility  Ground Floor Must Be Above Ground Line And Anticipated Flood Level. F. Material Sustainability  Building Materials, If Applicable, Must Be Locally Sourced To Minimize Carbon Footprint.  Rapidly Renewable And Sustainable Materials Are Also Recommended. Refer To Sec. 16.3.4 Of Doh Green And Safe Health Facilities Manual For List Of Sustainable Construction Materials That Can Be Used.  Use Of Materials (specifically Wet-applied Materials) That Are Low In Vocs (volatile Organic Compounds) G. Site Sustainability  Adopt The Development Controls Indicated In The National Building Code Of The Philippines To Establish The Extent Of The Health Facility Site Can Develop.  Biophilic Design Is Recommended To Help Reduce Stress, Improve Cognitive Function And Creativity, Improve Patients’ Well-being And Expedite Healing.  Porous Pavement Is Recommended At The Site Development To Alleviate Flooding. Landscape Swales Is Also One Solution. H. Indoor Environmental Quality  Harvest Natural Daylight If Applicable.  Acoustic Quality, Especially In Areas/rooms That Needs To Be Soundproofed, Shall Be Maintained.  Use Of Acoustic Privacy Partitions Is Required.  Separate Entrances For Ambulances And Walk-in Patients.  In Procedure Rooms With Windowless Areas, Backlit Photomurals Or Artificially Illuminated Glass Artwork Can Alleviate Feeling Of Claustrophobia.  In Wards And Recovery Rooms, Provide Windows And Natural Illumination As Much As Possible.  Provide Acoustic Privacy In Patient Rooms, Offices, And Examination Rooms With Partitions Of Sound Transmission Class (stc) Of 45.  Noise Level In The Operational Rooms Must Follow The Minimum Noise Standards In Accordance To The Doh Manual Of The Technical Guidelines For Hospital Planning And Design (level 3) Drawing Requirements: See Doh Standard Checklist Based On Revised Irr Of The National Building Code Of The Philippines (pd 1096). Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation. -end Of Green And Safe Health Facilities Design Parameters- Xx. Build Aspect Furnish Labour, Materials, Equipment, Paint, Tools And Other Facilities To Complete The Entire Building Including Architectural, Structural/ Civil, Electrical, Mechanical, Sanitary, Communication, Fire Protection, And Other Related Works To Complete The Scope As Specified And/or As Shown On Drawings And Plans 1. General Requirement  Contractor’s Temporary Facility And Lay Down Yard.  Communication And Transmittal, Reproduction, Tarpaulin/billboard And Photos  Material Testing (rsb, Chb, Concrete, Steel)  Safety Requirements (warning Signs, Hardhat, Etc.)  As Built Plan  Demolition, Clearing Work, Permits And Licenses 2. Other Items Of Work  Demolition Of Existing Structures In Affected Areas Or Where The Proposed Project Shall Be Situated, Clearing And Disposal Of All Debris Generated During Construction.  All Serviceable Materials Shall Be Turn Over To Doh-dedvmh Through Its Representative  Soil Excavation And Soil Treatment  Restoration Of Any Damaged Properties During The Construction  Permit Fees, And Other Necessary Documents For The Project Shall Be Shouldered By The Contractor  Temporary Facilities Shall Be Provided During The Construction Period, To Be Constructed Within The Hospital Compound, Which Shall Serve As The Field Office, Storage Of Materials And Bunkhouse For The Workers.  No Implementation Of The Project Without An Approved Plan And Other Related Documents.  Strict Implementation Of (dole Guidelines And Other Standards Applicable) Health And Safety Rules.  Shall Abide By The Medical Center Hospital House Rules  Conduct Weekly Progress And Coordinative Report To The Agency Or Its Representative  Other Items Of Work Not Mentioned Herewith But It Is Very Necessary For Execution And Completion Or Works Shall Be Included And Charge To The Contractor 3. Pre-installation Requirements  All Tests To Be Conducted Shall Be Witnessed By The Hospital Representatives.  Soil Investigation  Concrete Strength Testing  Reinforcing Bar Strength Testing  Concrete Masonry Unit (cmu) Testing  All Plumbing And Sanitary System  Automatic Fire Sprinkler System  Ventilation And Air Conditioning System  All Electrical System  And Other Tests That Necessary To Perform To Ensure The Quality Of The Project  All Certifications And Reports Under Post-installation Requirement Shall Be Submitted To The Hospital Representatives.  The Contractor Shall Submit A Sample Of Materials For Approval Of The Medical Center Chief Prior To Installation.  No Implementation Or Execution Of Work In Any Discipline Without The Approval Of Medical Center Chief Or Through Its Representative  Any Request For Inspection, Approval, Concrete Pouring, Testing And Commissioning Must Be Address To Medical Center Chief Or Must Adhere To The Reporting Protocol As Mentioned Above. -end Of Build Aspect- Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Architectural Drawings (as Applicable) A – 1 (a…n) Perspective, Site Development Plan, Vicinity Map/location Plan (2.00 Kms. Radius) Table Of Contents A – 2 (a…n) Floor Plans (scale 1:100m Minimum) Including Furniture Layout When Necessary A – 3 (a…n) Four (4) Elevations (scale 1:100m Minimum) A – 4 (a…n) Two (2) Sections (scale 1:100m Minimum) Including Spot Details When Necessary A – 5 (a…n) Roof Plan/s Showing Downspouts (scale 1:100m Minimum), Including Detail Of Gutter, Downspout, Etc. A – 6 (a…n) Reflected Ceiling Plan/s (scale 1:100m Minimum), Including Details A – 7 (a…n) Details Of Stairs, Fire Escapes/exits, Accessible Ramps, Etc. (scale 1:50m), Including Details Of Railings, Treads, Risers, Etc., In The Form Of Plans, Elevation/section A – 8 (a…n) Details Of Toilets (1:50 M) Including Accessible Toilets In The Form Of Plans, Elevation/section A – 9 (a…n) Details Of Specialized Design Features (scale 1:50 M) Such As Partitions, Cabinets, Etc. And Accessible Design Features A – 10 (a…n) Detail Of Typical Bay Section From Ground To Roof (scale 1:50 M) A – 11 (a…n) Details Of Special Elevations/section Rooms (1:50m) In Form Of Plans, A – 12 (a…n) Schedule Of Doors, Gates, Emergency Exits, Etc. (scale 1:50 M), Including Specifications For Materials And Hardware A – 13 (a…n) Schedule Of Windows (scale 1:50 M), Including Specifications For Materials And Hardware A – 14 (a…n) Schedule Of Finishes For Interior And Exterior Floors, Walls, Ceilings Architectural Technical Specifications Architectural Scope Of Works Architectural Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 1 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Architectural Interior Design Drawings (as Applicable) Aid – 1 (a…n) Floor Plans Showing Layout Of Floor Finishes (scale 1:100m Minimum) Aid – 2 (a…n) Floor Plans Showing Layout Of Furniture/finishing Partitions, Cabinets, Etc. (scale 1:100m Minimum) Aid – 3 (a…n) Interior Elevations And Sections Showing Wall Patterns, Ceiling Sections, Etc. (scale 1:100m Minimum) Aid – 4 (a…n) Details Of Partitions, Cabinets, Furniture, Ceiling And Other Interior Design Features (scale 1:100m Minimum) Aid – 5 (a…n) Architectural Interior Perspective/s Architectural Interior Design Technical Specifications Architectural Interior Design Scope Of Works Architectural Interior Design Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 2 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Structural Drawings (as Applicable) S – 1 (a…n) General Notes And Construction Standards S – 2 (a…n) Site Development Plan S – 3 (a…n) Foundation Plan/s (scale 1:100m Minimum) S – 4 (a…n) Floor Framing Plan/s (scale 1:100m Minimum) S – 5 (a…n) Roof Framing Plan (scale 1:100m Minimum) S – 6 (a…n) Schedule And Detail Of Footings And Columns S – 7 (a…n) Schedule And Detail Of Beams And Floor Slabs S – 8 (a…n) Detail Of Trusses S – 9 (a…n) Details Of Stairs, Ramps, Fire Exits S – 10 (a…n) Other Spot Details Structural Analysis And Design (for 2 Storey Building And Higher) Boring And Land Test Results (for 3 Storey Building And Higher) Seismic Analysis Structural Technical Specifications Structural Scope Of Works Structural Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 3 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Electrical Drawings (as Applicable) E – 1 (a…n) General Notes And Legends E – 2 (a…n) Location And Site Plan E – 3 (a…n) Lighting Layout (scale 1:100m Minimum) Including Details E – 4 (a…n) Power Layout (scale 1:100m Minimum) Including Details E – 5 (a…n) Auxiliary System Layout (scale 1:100m Minimum) Including E – 6 (a…n) Schedule And Detail Of Loads E – 7 (a…n) Riser Diagram E – 8 (a…n) Other Detail Electrical Computation Electrical Technical Specifications Electrical Scope Of Works Electrical Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 4 Of 6 Design Analysiselectronics/auxiliary System Ready For Integrated Communications 1. Nurse Call System 2. Telephone System 3. Paging System 4. Lan System 5. Fire Alarm System 6. Security System Cctv 7. Integrated Communications And Systems Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Plumbing/sanitary Drawings (as Applicable) P – 1 (a…n) General Notes And Legends P – 2 (a…n) Location And Site Plan P – 3 (a…n) Storm Drainage Layout (scale 1:100m Minimum) Including Actual Length Of Tapping Line To Main Drainage Line P – 4 (a…n) Waterline Layout (scale 1:100m Minimum) Including Actual Length Of Tapping Line From Main Water Source When Applicable P – 5 (a…n) Sewerline Layout (scale 1:100m Minimum) Including Actual Length Of Tapping Line To Septic Tank Or Existing Sewerline P – 6 (a…n) Isometric Layout, Showing Waterline, Sewerline And Drainage Line P – 7 (a…n) Detail Of Connections, Catch Basins, Downspouts, Etc. P – 8 (a…n) Detail Of Septic Tank/sewer Treatment Plant Design Analysis Sanitary Technical Specifications Sanitary Scope Of Works Sanitary Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 5 Of 6 Checklist Of Drawing Requirements In The Preparation/evaluation/approval Of Detailed Architectural And Engineering Plans And Other Documents For Infrastructure Project Implementation Reference: Revised Implementing Rules And Regulations Of The National Building Code Of The Philippines (pd 1096) Project : Location : Sheet Number Sheet Contents Remarks* Mechanical Drawings (as Applicable) M – 1 (a…n) General Notes And Legends, Site Development Plan, Location Plans M – 2 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Showing Ventilation And Air Conditioning Systems And Other Installations M – 3 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Of Gas Pipeline System And Details M – 4 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Of Air-conditioning Systems And Details M – 5 (a…n) Floor Plans/isometric Drawings (scale 1:100m Minimum) Of Fire Suppression Systems, Fire Sprinkler System, Wet Stand Pipe, Dry Standpipe And Other Installation M – 6 (a…n) Details Water Tank, Flow Diagram (scale 1:50m) M – 7 (a…n) Details Of Firewater Supply Sytem (scale 1:50m) M – 8 (a…n) Detail Of Elevators, Escalators, Dumbwaiters, Etc. (scale 1:50m) M – 9 (a…n) Detail Of Other Machinery/equipment (scale 1:50) M – 10 (a…n) Longitudinal And Transverse Section Of Building (scale 1:100m) Showing Manner Of Support Of Machines/equipment Mechanical Technical Specifications Mechanical Scope Of Works Mechanical Bill Of Quantities * To Be Marked As Either Complying Or Non-complying/complete Or Incomplete By The Evaluator Or To Be Filled With Supporting Comments (use Additional Sheets If Necessary) Evaluated By: ____________________________________________________________ Page 6 Of 6 General Guidelines • All Construction Works Shall Be Undertaken By Contractor In Accordance With Existing Laws And All Other Applicable Rules And Regulations. • The Contractor Shall Be Responsible In Setting Out Reference Lines, Elevations (lines And Grades) Prior And During The Execution Of The Works. All References Shall Be Maintained And Protected By The Contractor At His Own Expense. Disturbed References Shall Be Restored To Its Original Position Without Extra Cost To Devmh. • The Contractor Shall Carry Out The Works Properly And In Accordance With This Contract. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Equipment, Which May Be Required. • The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Approved Pert/cpm Network Diagram Submitted By The Contractor, As Updated With The Approval Of The Procuring Entity’s Representative, And Shall Complete The Works By The Intended Completion Date. • The Contractor Shall Be Responsible For The Safety Of All Activities On The Site. • During On-going Construction And Before The Turn-over Of The Project, Engineering & Facilities Management Staff, End-users, Twg And Bac Shall Inspect The Works Undertaken By Contractor. Hospital Engineers And End-users Discover Any Deviations By Contractor From The Approved Construction Plans, Contractor Shall Be Required To Rectify All Such Deviations, Within Such Period Required By Client. • Contractor Shall Have Full Responsibility For Any And All Damages To Existing Hospital Facilities, Utilities, And/or Any Portion Of The Hospital’s Common Area, Due To The Works Undertaken By Contractor, Whether Accidental Or Intentional. • No Variation Order Shall Be Undertaken Unless Verified By Hospital Engineer And Approved By Executive Committee. • Contractor Shall Not Cover Or Block Stub-outs (cleanouts, Water Source, Exhaust, Sewer, Drainage, Etc.) When Not Utilized. Said Stub-outs Shall At All Times Be Free Of Obstructions And Easily Accessible. • Contractor Shall Secure A Utility Tapping Permit Prior To Tapping From Utility Provision. • Electricity And Water Consumed During Construction Shall Be Charged To Contractor. • End-users Reserves The Right To Inspect The Works At Any Time. • Contractor Shall Insure And Hold Client, Its Affiliates, Officers, Directors, Stockholders, Employees, Agents, And/or Representatives, Free And Harmless From And Against Any Injury, Losses, Claims, Damages, Liabilities, Expenses, And/or Costs Of Litigation, Resulting From Or Arising Out Of The Works Undertaken By Contractor. • In Event Of Force Majeure, The Contractor Shall Rectify, Replace Or Build The Unfinished Projects When It Is Not Yet Completed And Accepted W/o Additional Cost For The Procuring Entity. • Contractor Shall Comply With The Construction House Rules Of This Hospital.

Province Of Iloilo Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date27 May 2025
Tender AmountPHP 1 Million (USD 17.9 K)
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Construction Of Blue Swimming Crab Multi-purpose Facility At Nisu Campus, Concepcion, Iloilo Bid No. Agr-25-450-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section Ii. Instructions To Bidders 8 1. Scope Of Bid 8 2. Funding Information 8 3. Bidding Requirements 8 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 8 5. Eligible Bidders 9 6. Origin Of Associated Goods 9 7. Subcontracts 9 8. Pre-bid Conference 9 9. Clarification And Amendment Of Bidding Documents 9 10. Documents Comprising The Bid: Eligibility And Technical Components 10 11. Documents Comprising The Bid: Financial Component 10 12. Alternative Bids 10 13. Bid Prices 11 14. Bid And Payment Currencies 11 15. Bid Security 11 16. Sealing And Marking Of Bids 11 17. Deadline For Submission Of Bids 11 18. Opening And Preliminary Examination Of Bids 12 19. Detailed Evaluation And Comparison Of Bids 12 20. Post Qualification 12 21. Signing Of The Contract 12 Section Iii. Bid Data Sheet Error! Bookmark Not Defined. Section Iv. General Conditions Of Contract 15 1. Scope Of Contract 15 2. Sectional Completion Of Works 15 3. Possession Of Site 15 4. The Contractor’s Obligations 15 5. Performance Security 16 6. Site Investigation Reports 16 7. Warranty 16 8. Liability Of The Contractor 16 9. Termination For Other Causes 16 10. Dayworks 16 11. Program Of Work 17 12. Instructions, Inspections And Audits 17 13. Advance Payment 17 14. Progress Payments 17 15. Operating And Maintenance Manuals 17 Section V. Special Conditions Of Contract 18 Section Vi. Specification 19 Section Vii. Drawings 22 Section Viii. Bill Of Quantities 26 Section Ix. Checklist Of Technical And Financial Documents 31 Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Cda – Cooperative Development Authority. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. Foreign-funded Procurement Or Foreign-assisted Project – Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Pcab – Philippine Contractors Accreditation Board . Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nation Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Construction Of Blue Swimming Crab Multi-purpose Facility At Nisu Campus, Concepcion, Iloilo Bid No. Agr-25-450-b 1. The Iloilo Provincial Government, Through The 20% Nta Development Fund Fy-2025 Intends To Apply The Sum Of One Million Pesos (p1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-450-b For The Construction Of Blue Swimming Crab Multi-purpose Facility At Nisu Campus, Concepcion, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred (100) Calendar Days. Bidders Should Have Completed 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 The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 19, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On None At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City May 27, 2025, 9:00 A.m. 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 16. 9. Bid Opening Shall Be On May 27, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government 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: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph May 5, 2025 Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Blue Swimming Crab Multi-purpose Facility At Nisu Campus, Concepcion, Iloilo, With Project Identification Number Agr-25-450-b. The Procurement Project (referred To Herein As “project”) 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 Million Pesos (p1,000,000.00) 2.2. The Source Of Funding Is: A.) Lgu’s,20% Nta Development Fund Fy 2025, As Approved By Sanggunian. 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. 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 Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing 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. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. 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 Tradeable 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 September 24, 2025. 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 Bd Section Iii. 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: A) Construction Of Buildings 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 (special Philippines Contractors Accreditors Board License) 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience Project Engineer 1 Year 1 Year Materials Engineer 1 Year 1 Year Agricultural & Biosystems Engineer 1 Year 1 Year Health & Safety Officer 1 Year 1 Year Construction Foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Compactor 1 1-bagger Concrete Mixer 1 Concrete Vibrator 1 Bar Cutter 1 Welding Machine 1 11.2 The Abc Of This Project Is Php 1,000,000.00 The Bid Amount For The Project Shall Not Exceed On Its Abc. Any Bid That Is Exceeding In The Abc Shall Not Be Accepted. 12 Alternative Bids Are Not Allowed 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 Two Percent (2%) Of 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 Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “construction Of Blue Swimming Crab Multi-purpose Facility At Nisu Campus, Concepcion, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; C. Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-450-b” E. Bear A Warning “do Not Open Before May 27, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 19.2 Partial Bids Are Not Allowed. 20 All Communications With Regards To This Procurement Shall Be Submitted Through Personal Receipt By Bidder To The Bac Secretariat Or Through Electronic Mail. Official Communications Through Email Shall Be Sent To The Official Email Address Ipg_bacs@yahoo.com. Only Communications Through Bidder’s Official Email Address Or Authorized Representative Shall Be Entertained. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm. 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 4.1. The 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. 4.2. If 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 Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Semi-permanent Structures, Such As Buildings Of Types 1, 2, And 3 As Classified Under The National Building Code Of The Philippines, Concrete/asphalt Roads, Concrete River Control, Drainage, Irrigation Lined Canals, River Landing, Deep Wells, Rock Causeway, Pedestrian Overpass, And Other Similar Semi-permanent Structures:] Five (5) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 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 Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be Prior To The Final Inspection. 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 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Project Engineer. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Work The Works Include Furnishing Of Labor, Materials, Tools, Equipment’s And Other Incidentals Necessary To Complete The Project Such As Clearing, Grubbing & Staking, Excavation, Backfill, Embankment, Concrete Works; Concreting, Steel Works, Formworks And Gravel Bedding, Masonry Works, Plastering Works, Roofing Works, Ceiling Works, Door & Windows With Complete Accessories, Plumbing Works, Electrical Works, Carpentry Works And Installation Of Cabinet With Complete Accessories. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Blue Swimming Crab Multi-purpose Facility As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Projects Status Project Status Remarks Duration Started Target Date Of Completion Percentage Of Completion As Of (date) Cost Incurred To Date Date Completed Pao Billboard Republic Of The Philippines Province Of Iloilo Provincial Agriculture Office Iloilo City Name Of Project: Location Of Project: Contractor: Implementing Agency: Appropriation: Fund Source: Contract Duration: Project Starting Date: Project Completion Date: Another Priority Project Of The Iloilo Provincial Government The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White 8ft X 8ft (coa) 4ft X 8ft (pao) B. Resolution 70 Dpi; C. Font Helvetica; D. Font Size: Main Information – 3”; E. Sub Information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of The Project Billboard Shall Be In Accordance With Provisions Of This Specifications. Basis Of Payment No Additional Payment Shall Be Made In This Regard. Description Of Works: Clearing, Grubbing And Staking Clearing And Grubbing And Cutting Of Trees Shall Include Handling, Salvaging, Piling And Disposing Off The Cleared Materials With All Leads And Lifts. Trees Shall Be Cut In Sections From The Top Downwards. All Timber Shall Not Be Used By The Contractor For Any Purpose And Shall Remain The Property Of The Provincial Agriculture Office. Clearing Shall Consists Of The Cutting, Removing And Disposal Of All Trees, Bushes, Shrubs, Grass, Weeds, Other Vegetation, Anthills, Rubbish, Fences, Top Organic Soil And Rocks And Boulders Exposed Or Lying On The Surface. The Construction Site Shall Be Leveled According To The Plans And Cleared Of Rubbish, Roots And Other Perishable And Objectionable Matters To A Suitable Subgrade. All Such Unsuitable Materials Shall Be Removed From The Construction Site And Spread Uniformly Over The Areas Adjacent To The Proposed Building, Or Otherwise Disposed Of As Maybe Directed By The Project Engineer Of The Construction. Materials Obtained From Clearing And Grubbing Shall Be Disposed Off In Borrow Pits Or Other Suitable Places And Be Covered Up With Soil Or Gravel As Directed By The Project Engineer. The Burning Of Combustible Materials Shall Not Be Permitted. Staking-out The Building Lines Shall Be Staked Out On The Lines And Grades Shown In The Drawings Established Before Any Excavation Is Started. Batter Boards And Reference Marks Shall Be Erected At Such Place Where They Will Not Be Disturbed During The Excavation Of The Building. During The Period Of Commencement Of Works, The Contractor Shall Survey The Construction Area And Confirm The Levels. He Shall Immediately Notify The Engineer Of Any Discrepancies And Shall Agree With The Engineer Any Amended Values On The Plan. All Stations And Reference Points Shall Be Clearly Marked And Protected To The Satisfaction Of The Engineer. All Working Benchmarks Shall Be Near Major/medium Structure Sites. Accurate Establishment Of The Centerlines Based On The Drawing Is Required. The Existing Profile And Cross-section Shall Be Jointly Taken With The Engineer. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meters Of The Edge Of The Trench. The Project Engineer May Direct The Contractor To Be Excavated Earth At A Particular Site Up To 30 Meters Away From The Proposed Building. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Backfill, Embankment And Gravel Bedding Use Earth Or Sand Free From Waste And Objectionable Materials. Place Backfill And Embank In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 100mm Thk Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. Concrete, Masonry & Plastering Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type 1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement And Miscellaneous Materials: Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross Sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. H. Proportioning Of Concrete For Concrete Works Use 1:2:4 I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. K. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. L. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Roof & Roof Framing A. All Roofing Must Be 0.4mm Pre-painted Rib-type Long Span With Compatible Ridge Roll, Gutter And Fascia. B. All Trusses Shall Be 3/16” Thick X 2” X 2” Angle Bars For Top And Bottom Chord And 3/16” Thick X 1 1/2” X 1 1/2” Angle Bars For Web Members. C. For Metal Roof Beam Use 3/16” Thick X 2” X 2” Angle Bar For Top And Bottom Chord And 3/16” Thick X 1 1/2” X 1 ½ All Web Members. D. For Fascia And End Flashing Frame Use 3/16” Thick X 1” X 1” Angle Bar Mainframe With 1”x 3/16” Thick Flat Bar Braces. E. Use 2” X 6” X 1.2mm Light Gauge C-purlins. F. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. G. All Metal Surfaces Must Be Metal Primer Red Oxide Painted. Ceiling Works All Materials Shall Be Of Kind And Size Specified On Plans. Interior And Exterior Ceiling Will Use 4” Spandrel Ceiling With A Carrying Channel, Metal Furring And Wall Angle For Corner As Main Frame. Use Blind Rivets To Fix The Spandrel To The Main Frame. Doors And Windows With Complete Accessories Use 1.0m X 2.10m Wooden Panel Door For The Storage Room And Quarter’s Room And Pvc Door 0.70m X 2.10m Dimension With Complete Accessories At Comfort Room. Windows Are 1.20m X 1.20m And 1.0m X 1.20m Analoc Sliding Glass Window To Be Installed In Storage And Quarter’s Room, Clear Awning Glass Window With 0.6m X 1.20m Dimension To Be Installed In Quarter’s Room, And 0.6mx0.4m Clear Awning Glass Window For The Toilet And Bath. Plumbing Works All Works Shall Be Done In Accordance With The Provisions Of The Latest Edition Of The Plumbing Code And Local Ordinance. All Works Shall Be Done Under The Direct Supervision Of A Duly Licensed Master Plumber. See Attached Plans For Specifications. A) Tile Works Tiles Should Be 0.60mx0.60m Granite Tiles For Quarter’s Room. For Toilet And Bath; Use 0.60mx0.60m Non-skid Granite For The Floor And 3-layers Of 0.60mx0.60m Glossy Granite Tiles For The Wall. Shall Have Tile Trim At The Edges And Provide Tile Grout Between Tiles. It Should Be Done By A Tile Setter To Ensure Quality Workmanship. Electrical Works The Electrical Installation Shall Be Done In Accordance With The Approved Plans And Under The Direct Supervision And Control Of A Professional Electrical Engineer And Or Registered Electrical Engineer. All Electrical Works And Materials Shall Conform To The Provisions Of The Latest Edition Of The Philippine National Electrical Code. The Type Of Electrical Services To Be Supplied To The Building Shall Be 240v, Ac Single Phase Or Three Phase. There Shall Only One Service To Be Dropped From The Nearest Or Local Electrical Company Pole For The Proposed Building. See Attached Plans For Specifications. Carpentry Works Quality Of Lumber: Use Lumber Of Best Grade Available For The Respective Kinds For Various Parts Of Work. Lumber Must Be Well-seasoned, Thoroughly Dry And Free From Loose Or Unsound Knots, Cups, Shakes And Other Imperfections. A. Lumber - Use As Specified On Plans/drawings. B. Fasteners ▪ Nails - Use Locally Manufactured Common Wire Nails, Smooth Shank And Zinc-coated. ▪ Screws - Use The Best Available Commercial Quality, Brass Or Chromium Plated. ▪ Metal Anchors - Use As Indicated In The Plans. Installation Of Cabinet With Complete Accessories A. Use 2”x3” Powder Coated Aluminum Tubular Frame For The Main Frame; For The Shelves Use 1”x1” Powder Coated Tubular Aluminum; For Cabinet Doors Use ¼” Clear Glass With Complete Accessories. B. See Attached Plans For Specifications. Section Vii. Drawings All Annexes Shall Be Annexed And The Title Shall Be Specified As To What Plan The Drawing Pertain To Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-450-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing, Grubbing & Staking 28.00 Sq. M Pesos And Ctvs. (p ) / Sq.m. P Ii. Excavation Works 11.98 Cu. M Pesos And Ctvs. (p ) / Cu.m P Iii. Backfilling 6.13 Cu.m Pesos And Ctvs. (p ) / Cu.m P Iv. Embankment 3.50 Cu.m Pesos And Ctvs. (p ) /cu.m P V. Concrete Works A. Concreting 9.73 Cu.m Pesos And Ctvs. (p ) / Cu.m P B. Steel Works 907.90 Kg Pesos And Ctvs. (p ) / Kg P C. Form Works 74.52 Sq.m Pesos And Ctvs. (p ) / Sq.m P D. Gravel Bedding 3.00 Cu.m Pesos And Ctvs. (p ) / Cu.m P Vi. Masonry Works 112.63 Sq.m Pesos And Ctvs. (p ) / Sq.m P Vii. Plastering Works 205.01 Sq.m Pesos And Ctvs. (p ) / Sq.m P Viii. Roofing Works 55.00 Sq.m Pesos And Ctvs. (p ) / Sq.m P Ix. Ceiling Works 21.50 Sq.m Pesos And Ctvs. (p ) / Sq.m P X. Doors And Windows With 1.00 Lot Pesos Complete Accessories And Ctvs. (p ) / Lot P Xi. Plumbing Works 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xii. Electrical Works 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xiii. Carpentry Works 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xiv. Installation Of Cabinet With 1.00 Lot Pesos Complete Accessories And Ctvs. (p ) / Lot P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Item No. Description Bid Amount I. Clearing, Grubbing & Staking ₱ ________________________________ Ii. Excavation Works ₱ ________________________________ Iii. Backfilling ₱ ________________________________ Iv. Embankment ₱ ________________________________ V. Concrete Works A. Concreting ₱ ________________________________ B. Steel Works ₱ ________________________________ C. Form Works ₱ ________________________________ D. Gravel Bedding ₱ ________________________________ Vi. Masonry Works ₱ ________________________________ Vii. Plastering Works ₱ ________________________________ Viii. Roofing Works ₱ ________________________________ Ix. Ceiling Works ₱ ________________________________ X. Doors And Windows With Complete Accessories ₱ ________________________________ Xi. Plumbing Works ₱ ________________________________ Xii. Electrical Works ₱ ________________________________ Xiii. Carpentry Works ₱ ________________________________ Xiv. Installation Of Cabinet With Complete Accessories ₱ ________________________________ Total Bid Amount ₱ ________________________________   Section Ix. 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; (b) 1. Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship Or Cda For Cooperatives, Or Any Proof Of Such Registration. 2. Mayor’s Permit Issued By The City Or Municipality – Where The Principal Place Of Business Of The Prospective Bidder Is Located; 3. Tax Clearance Per Executive Order 398, Series Of 2005, A S Finally Reviewed And Approved By The Bir 4. Audited Financial Statements, Showing, Among Others, The Prospective Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; For The Type And Cost Of The Contract To Be Bid. 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) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; 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; ⬜ 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 In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney 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. Financial Documents ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) 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 ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within The A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 For This Purpose; H. 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; I. 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 J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. K. 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 [name Of Project] Of The [name Of The Procuring Entity]. L. 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: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: 12 Currently Based On Gppb Resolution No. 09-2020 Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] 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 Procurement 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 No. 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; And 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 Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The 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 [name Of The Project] Of The [name Of The Procuring Entity], 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 [name Of The Project] Of The [name Of The Procuring Entity], 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 [name Of The Project]. 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 , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]

Province Of Iloilo Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date17 Jun 2025
Tender AmountPHP 1.4 Million (USD 25.5 K)
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Construction Of Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, Iloilo Bid No. Agr-25-85-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 9 1. Scope Of Bid 9 2. Funding Information 9 3. Bidding Requirements 9 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 10 5. Eligible Bidders 10 6. Origin Of Associated Goods 10 7. Subcontracts 10 8. Pre-bid Conference 10 9. Clarification And Amendment Of Bidding Documents 11 10. Documents Comprising The Bid: Eligibility And Technical Components 11 11. Documents Comprising The Bid: Financial Component 11 12. Alternative Bids 12 13. Bid Prices 12 14. Bid And Payment Currencies 12 15. Bid Security 12 16. Sealing And Marking Of Bids 12 17. Deadline For Submission Of Bids 13 18. Opening And Preliminary Examination Of Bids 13 19. Detailed Evaluation And Comparison Of Bids 13 20. Post Qualification 13 21. Signing Of The Contract 13 Section Iii. Bid Data Sheet 14 Section Iv. General Conditions Of Contract 16 1. Scope Of Contract 16 2. Sectional Completion Of Works 16 3. Possession Of Site 16 4. The Contractor’s Obligations 16 5. Performance Security 17 6. Site Investigation Reports 17 7. Warranty 17 8. Liability Of The Contractor 17 9. Termination For Other Causes 17 10. Dayworks 18 11. Program Of Work 18 12. Instructions, Inspections And Audits 18 13. Advance Payment 18 14. Progress Payments 18 15. Operating And Maintenance Manuals 18 Section V. Special Conditions Of Contract 19 Section Vi. Specifications 20 Section Vii. Drawings 26 Section Viii. Bill Of Quantities 27 Section Ix. Checklist Of Technical And Financial Documents 30 Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Cda – Cooperative Development Authority. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. Foreign-funded Procurement Or Foreign-assisted Project – Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Pcab – Philippine Contractors Accreditation Board. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Construction Of Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, Iloilo Bid No. Agr-25-85-b 1. The Iloilo Provincial Government, Through The Capital Outlay - Supplemental Budget No. 1 Fy 2023 Intends To Apply The Sum Of One Million Four Hundred Twenty-seven Thousand Three Hundred Forty-five Pesos (p1,427,345.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-85-b For The Construction Of Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Ninety 90 Calendar Days. Bidders Should Have Completed 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 The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 9, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p5, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On None At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before June 17, 2025, 9:00 A.m. 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 16. 9. Bid Opening Shall Be On June 17, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government 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: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, Iloilo, With Project Identification Number Agr-25-85-b. The Procurement Project (referred To Herein As “project”) 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 2023 In The Amount Of One Million Four Hundred Twenty-seven Thousand Three Hundred Forty-five Pesos (p1,427,345.00) 2.2. The Source Of Funding Is: A.) Lgu’s, Capital Outlay – Supplemental Budget No. 1 Cy 2023 As Approved By The Sanggunian. 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. 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 Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing 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. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. 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 Tradeable 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 October 15, 2025. 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 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: A) Construction Of Rice Mill 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 Special Philippine Contractors Accreditation Board License 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-material Engineer 1 Year 1 Year 1-agricultural And 1biosystems Engineer 1 Year 1 Year 1-health & Safety Officer 1 Year 1 Year 1-foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Generator - 1 One Bagger Mixer - 1 Concrete Vibrator - 1 Bar Cutter - 1 Welding Machine - 1 Compactor - 1 12 Alternative Bids Are Not Allowed 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 Two Percent (2%) Of 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 Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “construction Of Rice Mill Phase 11 At Brgy. Wayang, Miag-ao, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; C. Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-85-b” E. Bear A Warning “do Not Open Before June 17, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 19.2 Partial Bid Is Not Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm 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 4.1. The 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. 4.2. If 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 Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Installed Or Constructed Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be At Least 10 Days Prior To The Final Billing. 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 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Authorized Representative Or The Engineer In-charge. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Works The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project Such As Clearing And Grubbing, Excavation, Backfilling, Concrete Works, Masonry Works, Plastering Works, Roofing Works, Ceiling Works, Tile Works, Door And Windows With Complete Accessories, Plumbing Works, Electrical Works, Painting Works, And Installation Of Logo. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Rice Mill Phase Ii As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White, 8ft X 8ft (coa) And 4ft X 8ft (pao): B. Resolution: 70 Dpi; C. Font: Helvetica; D. Font Size: Main Information – 3”; E. Sub-information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of Project Billboard Shall Be In Accordance With Provisions Of This Specification. Basis Of Payment No Additional Payment Shall Be Made In This Regard. Clearing And Grubbing Clearing And Grubbing And Cutting Of Trees Shall Include Handling, Salvaging, Piling And Disposing Off The Cleared Materials With All Leads And Lifts. Trees Shall Be Cut In Sections From The Top Downwards. All Timber Shall Not Be Used By The Contractor For Any Purpose And Shall Remain The Property Of The Provincial Agriculture Office. Clearing Shall Consist Of The Cutting, Removing And Disposal Of All Trees, Bushes, Shrubs, Grass, Weeds, Other Vegetation, Anthills, Rubbish, Fences, Top Organic Soil And Rocks And Boulders Exposed Or Lying On The Surface. The Construction Site Shall Be Cleared Of Rubbish, Roots And Other Perishable And Objectionable Matters To A Suitable Subgrade. All Such Unsuitable Materials Shall Be Removed From The Construction Site And Spread Uniformly Over The Areas Adjacent To The Proposed Building, Or Otherwise Disposed Of As Maybe Directed By The Architect/engineer In-charge Of The Construction. Materials Obtained From Clearing And Grubbing Shall Be Disposed Of In Borrow Pits Or Other Suitable Places And Be Covered Up With Soil Or Gravel As Directed By The Engineer. The Burning Of Combustible Materials Shall Not Be Permitted. During The Period Of Commencement Of Works, The Contractor Shall Survey The Construction Area And Confirm The Levels. He Shall Immediately Notify The Engineer Of Any Discrepancies And Shall Agree With The Engineer Any Amended Values On The Plan. All Stations And Reference Points Shall Be Clearly Marked And Protected To The Satisfaction Of The Engineer. All Working Benchmarks Shall Be Near Major/medium Structure Sites. Accurate Establishment Of The Centerlines Based On The Drawing Is Required. The Existing Profile And Cross-section Shall Be Jointly Taken With The Engineer. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Backfill And Gravel Bedding Use Earth Or Sand Free From Waste And Objectionable Materials. Place Backfill In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 100mm Thick Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. Concrete, Masonry And Plastering Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross-sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. K. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Roof & Roof Framing A. All Roofing Must Be 0.5mm Pre-painted Rib-type Long Span With Compatible Ridge Roll, And Fascia. B. All Trusses And Rafter Shall Be 1/4” Thick X 2” X 2” Angle Bars For Top And Bottom Chord And All Web Members. C. For Girt Use 1/4” Thick X 2” X 2” Angle Bar For Top And Bottom Chord And All Web Members. D. For Fascia Frame Use 1/4” Thick X 2” X 2” Angle Bar. E. Use 2” X 6” Light Gauge C-purlins. F. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. G. All Metal Surfaces Must Be Metal Primer Red Oxide Painted. Ceiling Works All Materials Shall Be Of Kind And Size Specified On Plans. Interior And Exterior Ceiling Will Use 6” Spandrel Ceiling With A Carrying Channel, Metal Furring And Wall Angle For Corner As Main Frame. Use Blind Rivets To Fix The Spandrel To The Main Frame. Tile Works Tiles Should Be Installed In Office And Comfort Room Using A 0.60mx0.60m Granite Tile. Shall Have Tile Trim At The Edges And Provide Tile Grout Between Tiles. It Should Be Done By A Tile Setter To Ensure Quality Workmanship. Doors And Windows Use Wooden Panel Door 0.80m X 2.10m Dimension With Complete Accessories At Office Area And Pvc Door 0.70m X 2.10m Dimension With Complete Accessories At Comfort Room. Use Chain Operated Roll-up Door With 3.20m X 3m Dimension. Windows Are Concrete Louver With 0.15m X 0.15m Dimension, Analoc Sliding Glass Window With 1.20m X 1.20m Dimension, Clear Fixed Glass Window With 1.20m X 1.20m Dimension, And Analoc Awning Glass Window With 0.40m X 0.40m Dimension That Should Be Install In Comfort Room. Electrical Works The Electrical Installation Shall Be Done In Accordance With The Approved Plans And Under The Direct Supervision And Control Of A Professional Electrical Engineer And Or Registered Electrical Engineer. All Electrical Works And Materials Shall Conform To The Provisions Of The Latest Edition Of The Philippine National Electrical Code. The Type Of Electrical Services To Be Supplied To The Building Shall Be 240v, Ac Single Phase Or Three Phase. There Shall Only One Service To Be Dropped From The Nearest Or Local Electrical Company Pole For The Proposed Building. See Attached Plans For Specifications. Plumbing Works All Works Shall Be Done In Accordance With The Provisions Of The Latest Edition Of The Plumbing Code And Local Ordinance. All Works Shall Be Done Under The Direct Supervision Of A Duly Licensed Master Plumber. See Attached Plans For Specifications. A. Use 1 Roll 1-1/2” Hdpe Pipe For Connection From Main Source Of Water To The Building For The Operation Of Comfort Room And Rice Mill Machine. B. Use 2" G.i Pipe Schedule 40 For Connection From Engine Of The Rice Mill To The Concrete Tank. Painting Works I. Complete Painting Covers All Concrete Surfaces And Other Interior Parts Except Otherwise Specified. Ii. Apply Three (3) Coats As Paint Follows: 1st Coat = Sealer 2nd Coat = Primer 3rd Coat = Color Selected And Approved (2 Coats) Iii. Paint Shall Be Thoroughly Dry Before Applying The Succeeding Coat No Exterior Painting Shall Be Done With The Surface To Be Applied Is Damp Or During Rainy Weather Iv. Proper Works At All Times By Suitable Materials As Work Progress, Upon Completion Of Work, Remove All Paints Stains And Varnish Spots From Floors And Other Surfaces, Leave Work Clean And In Acceptable Condition. Installation Of Logo A. Iloilo Provincial Government (ipg) And Department Of Interior And Local Government (dilg) Logo: Use 33.5" Ø Stainless (202) B. Morpogres: Use 7” And 5.3” Stainless (304) For Big And Small Letters, Respectively. C. Iloilo: Use 8.3” Stainless (304) Section Vii. Drawings Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-85-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing And Grubbing 6.50 Sq.m Pesos And Ctvs. (p ) / Sq.m P Ii. Excavation Works 13.15 Cu.m Pesos And Ctvs. (p ) / Cu.m P Iii. Backfill 2.00 Cu.m Pesos And Ctvs. (p ) / Cu.m P Iv. Concrete Works Includes Septic Tank And Engine Cooling Tank A. Concreting 6.50 Cu.m. Pesos And Ctvs. (p ) / Cu.m P B. Gravel Bedding 1.00 Cu.m. Pesos And Ctvs. (p ) / Cu.m P C. Steel Works 713.00 Kgs Pesos And Ctvs. (p ) / Kgs P D. Formworks 71.26 Sq.m Pesos And Ctvs. ) / Sq.m P Item Description Quantity Unit Unit Cost Total Cost No. V. Masonry 55.18 Sq.m Pesos And Ctvs. (p ) / Sq.m P Vi. Plastering Works 359.48 Sq.m Pesos And Ctvs. (p ) / Sq.m P Vii. Roofing Works 110.00 Sq.m Pesos And Ctvs. (p ) / Sq.m P Viii. Ceiling Works 25.21 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Ix. Tile Works 19.30 Sq.m Pesos And Ctvs. (p ) Sq.m P X. Doors And Windows With 1.00 Lot Pesos Complete Accessories And Ctvs. (p ) Lot P Item Description Quantity Unit Unit Cost Total Cost No. Xi. Plumbing Works 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xii. Electrical Works 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xiii. Painting Works 424.50 Sq.m Pesos And Ctvs. (p ) / Sq.m P Xiv. Installation Of Logo 1.00 Lot Pesos And Ctvs. (p ) / Lot P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount I. Clearing And Grubbing Ii. Excavation Works Iii. Backfill Iv. Concrete Works Includes Septic Tank And Engine Cooling Tank A. Concreting B. Gravel Bedding C. Steel Works D. Formworks V. Masonry Vi. Plastering Works Vii. Roofing Works Viii. Ceiling Works Ix. Tile Works X. Doors And Windows With Complete Accessories Xi. Plumbing Works Xii. Electrical Works Xiii. Painting Works Xiv. Installation Of Logo Total Bid Amount Section Ix. 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) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; 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; ⬜ 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 In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney 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. Financial Documents ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) 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 ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within The A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 For This Purpose; H. 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; I. 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 J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. 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 [name Of Project] Of The [name Of The Procuring Entity]. 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: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: 12 Currently Based On Gppb Resolution No. 09-2020 Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] 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 Procurement 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 No. 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; And 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 Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The 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 [name Of The Project] Of The [name Of The Procuring Entity], 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 [name Of The Project] Of The [name Of The Procuring Entity], 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 [name Of The Project]. 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 , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]

DEPT OF THE NAVY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Closing Date12 May 2025
Tender AmountRefer Documents 
Details: Solicitation Notice for N66604-23-rfpreq-npt-10-0243 Indefinite Delivery/indefinite Quantity (idiq) Contract For Multi‐ Discipline Architect‐engineer (a‐e) Services In Support Of Projects On Nuwc Facilities At Naval Undersea Warfare Center Newport Division (nuwcdivnpt), Newport, Ri. description: All Information Needed For Interested Parties To Submit A Standard Form Sf 330, Architect Engineer Qualifications, Is Contained Herein. There Is No Separate Request For Proposals (rfp) Package To Download At This Time. background: comprehensive A‐e Services Are Required By Naval Undersea Warfare Center Newport Division (nuwcdivnpt) For The New Construction, Repair, Replacement, Demolition, Alteration, And Improvement Of Facility Projects. Projects May Include Single Or Multiple Disciplines, Such As: Structural, Civil, Mechanical, Electrical, Architectural, Planning, Environmental, Fire Protection, Cost Estimating, And/or Geotechnical. The Types Of Projects May Include: Building Renovations; Building Additions; Site Work; New Construction; Parking Areas; Foundations; Retaining Walls; Failure Investigation Including Destructive And Non‐destructive Testing; Seismic Evaluation And Design; Progressive Collapse Analysis; Blast Resistant Design; Structural Engineering Investigations; Utility Systems Including Sanitary And Storm; Mechanical Services; Electrical Services; Water Systems; Storm Water Management; Surveying; Pavement Design; Civil Engineering Studies; Or Others Identified Under The Requirements Section, Below. anticipated Contract Award: nuwcdivnpt Requires A-e Services In Support Of Various Projects At Nuwcdivnpt. This Procurement Is Anticipated To Result In One Single-award Idiq Contract For Multi‐discipline A‐e Services For Planning, Design, Construction, Evaluation Of New Construction, And Renovation Projects. These Services Will Be Procured In Accordance With 40 United States Code (usc) Chapter 11, Selection Of Architects And Engineers, As Implemented By Federal Acquisition Regulation (far) Subpart 36.6 And Applicable Defense Federal Acquisition Regulation Supplement (dfars) Sections. The Idiq Contract Will Include A Five-year Ordering Period. The Maximum Value For The Contract, Including All Task Orders, Shall Not Exceed $5,000,000. The Guaranteed Minimum For The Contract Ordering Period Will Be $500 And Will Be Satisfied By Simultaneous Award Of The Initial Task Order With The Basic Contract, Or Shortly After Contract Award. Firm‐fixed Price Task Orders Will Be Negotiated At The Task Order Level. In Accordance With Far 15.404-4(c)(4)(i)(b), The Contract Price Or The Estimated Cost And Fee For Production And Delivery Of Designs, Plans, Drawings, And Specifications Shall Not Exceed 6 Percent (6%) Of The Estimated Cost Of Construction, Excluding Fees. There Will Be No Minimum Dollar Limits Per Task Order. The Maximum Dollar Limit Per Task Order Will Be $3,000,000. this Proposed Contract Will Being Solicited As A Small Business Set-aside. The North American Industry Classification System (naics) Code Is 541330, Architectural Engineering Services, And The Small Business Size Standard Is $25,500,000. The Government Seeks The Most Highly Qualified Firm To Perform The Required Services, Based On Its Demonstrated Competence And Qualifications, In Accordance With The Selection Criteria Included Herein. nuwcdivnpt Reserves The Right To Not Issue A Solicitation Pursuant To This Solicitation Notice Or To Not Make Contract Award After The Issuance Of Such Solicitation. performance Location(s): newport, Ri requirements: facility Planning And Project Development: Services May Include Preparing Master Plans And Project/site Plans For Proposed Facility/infrastructure Projects. Facility Planning May Be Requested For Renovation, Addition, Repair And New Construction Projects. development Of Design‐bid‐ Build (dbb) Packages: Services May Include Preparation Of Drawings And Specifications For Renovation, Addition, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design Solution(s) That Meet The Government’s Project Requirements. development Of Design‐build (db) Request For Proposal (rfp) Packages: Services May Include Working With A Construction Manager As Part Of A Design-build Team To Prepare Drawings And Specifications For Renovation, Additions, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design-build Solution(s) That Meet The Government’s Project Requirements. preparation Of Cost Estimates Using Unit Guidance And Parametric Cost Estimating: Services May Include Preparing Cost Estimates For Renovation, Addition, Repair And/or New Construction Projects Based On Prepared Design Documents. development Of Alternatives And Economic Analysis: Services May Include Providing Alternate Design Solutions And Associated Economic Impacts For Renovation, Addition, Repair Or New Construction Projects. condition Assessment: Services May Include Performing Studies Of Existing Buildings And Components Of Buildings To Validate Existing Conditions That May Then Be Used To Inform Future Proposed Design Solutions. Site Visits May Be Required To Document Existing Facility/infrastructure Conditions. field Investigations (including Utility And Geotechnical): Services May Include Conducting Field Surveys/investigations Of Existing Sites, Buildings Or Specific Components Of A Building (i.e Hvac Or Electrical Systems) In Order To Document Current Status Of A Facility’s Infrastructure. The Results Of Any Field Investigations May Then Be Used To Assist With The Preparation Of Design Documents For A Particular Project. surveying And Mapping: Services May Include Surveying And Mapping Of Existing Or Proposed Sites For A New Construction Project Or Building Addition. Survey Work May Be Required In Order To Document Existing Site Conditions To Support Site/civil Design Solutions. preparation Of Engineering Evaluations: Services May Include Performing Engineering Calculations To Support Civil, Mechanical, Electrical, Plumbing Or Fire Protection Design Solutions. incorporation Of Sustainable Engineering Design Practices: Services May Include Incorporation Of Design Principles For Renovation, Addition, Repair And New Construction Projects To Support Sustainable Design Solutions. consultations: Services May Include Collaborating With Other Specialty Design Professionals To Offer And Propose Design Solutions Required To Respond To Unique Project Requirements. energy Computations: Services May Include Preparation Of Energy Calculations To Verify Proposed Design Solutions Comply With Required Building Codes, Federal, State And Local Energy Requirements. soil Borings: Services May Include Conducting Soil Boring Testing In Order To Identify Minimum Design Requirements For New Construction Projects Or Building Additions. obtaining Permits And Regulatory Approvals: Services May Include Submitting Design Documents To Local, State And Federal Jurisdictions For Review And Approval Prior To Proceeding With Renovation And Construction Work. environmental Investigation And Consultation: Services May Include Providing Design Services Required To Meet Environmental/epa Regulations On Facility And Infrastructure Projects And Providing Consultation(s) And Collaboration With The Government To Discuss Acceptable Environmental Design Alternatives And Solutions. review Of Contractor Submittals: Services May Include Review Of Project Submittals (such As Product Data Or Product Samples) In Order To Validate Proposed Materials And Products Comply With Design Drawings And Specifications. field Consultation And Inspection During Construction: Services May Include Responding To Contractor Requests For Information (rfis) During Construction In Order To Address Design Questions That May Arise During Construction And Renovation Projects. commissioning: Services May Include Supporting The Commissioning Process By Attending Commissioning Meetings In Order To Validate Engineered Design Solutions Are Incorporated Into The Project In Accordance With Design Specifications. operation And Maintenance Support Information (omsi): Services May Include Providing The Government With Operation And Maintenance (o&m) Documentation And Training, Where Applicable, Based On The Final Design Solution And Construction. as‐built Drawing Preparation: Services May Include Updating Design Documents Including Drawings And Specifications To Accurately Reflect Construction Field Changes And Document Final As-built Construction And Renovation Projects. functional Analysis Concept Development (facd), Design Charrette, And Other Design And Construction Related Workshops And Meetings: Services May Require Attendance At Design Meetings To Collaborate With Government Representatives To Consider Design Options And Build Consensus Regarding Preferred Design Solution(s). document Deliverable Requirements: cdrl Number title sub-title cdrl A001 contractor’s Personnel Roster contractor Personnel cdrl A002 hazardous Materials Management Program (hmmp) Plan facility Operations Inventory Hmmp Plan cdrl A003 monthly Status Report monthly Status Report cdrl A004 product Drawings/models And Associated Lists drawing Package cdrl A005 manhour Estimate, Technical Cost Proposal estimates And Proposal cdrl A001 – Contractor’s Personnel Roster within Ten Business Days Of Task Order Issue, The Contractor Shall Submit A List Of All Employees Working On The Project To The Contracting Officer. This List Shall Include Each Employee's Name, And Work Assignment. Changes To The Personnel Roster Shall Be Submitted At Least Ten Business Days In Advance Of Any New Employee(s) Performing Any Work On The Task Order. In Emergency Situations And Cases Of Adverse Actions Where Ten Business Days’ Notice Is Not Practicable, The Contractor Shall Submit The Updated Personnel Roster Documenting The Change In Writing To The Contracting Officer Representative (cor) Not Later Than 24 Hours After The Replacement Employee Is On Board. cdrl A002 – Hazardous Materials Management Program (hmmp) Plan the Contractor Shall Submit A Hazardous Material Management Plan (hmmp) As Addressed In Paragraph 3.2 Of The Statement Of Architectural And Engineering Services (saes). cdrl A003 – Monthly Status Report contractor Shall Provide A Monthly Status Report For Each Project In The Task Order. The Report Shall Discuss Major Impacts, Issues, And Steps For Remediation Of Issues, Proposals To Improve Operational Efficiencies, Effectiveness, Quality, Or The Customer Experience. cdrl A004 – Product Drawings/models And Associated Lists the Contractor Shall Develop And Deliver Drawings, Specifications, And Ae Reports To The Cor Upon Request. cdrl A005 – Manhour Estimate, Technical Cost Proposal a‐e Firms Shall Prepare Cost Estimates Utilizing The Micro‐computer Aided Cost Estimating System (mcaces) Mii Estimating System. Specifications Shall Be Prepared In The Specifications‐kept‐intact (specsintact) Program. Design‐build Rfps Shall Be Prepared Utilizing Design‐build Masters, And Drawings Shall Be Prepared In Autocad (2016 Or Higher) Utilizing The National Computer‐aided Design And Drafting (cadd) Standards Format. Three‐dimension (3‐d) And Bim Modeling May Also Be Required. The Contractor Shall Provide Documents In Pdf Format. Final Documents Shall Be Electronically Signed By The Assigned Architect Or Engineer. All Projects Shall Be Designed In The Modern International Standard Version Of The Metric International System Of Units (si), Unless Specifically Exempted By The Statement Of Work At The Task Order Level. other Special Considerations: as Defined By Paragraph 1‐5 Of United Facilities Criteria (ufc) 3‐ 600‐01, Fire Protection Engineering For Facilities, This Contract And Associated Task Orders Requires The Services Of A Licensed Fire Protection Engineer Or Consultant. asbestos And Lead‐based Paint Assessments May Be Required On This Contract To Determine The Presence Of Hazardous Material During Removals And Demolition Or At Utility Points Of Connections. Work On And Around Waterfront Structures, Including Under Deck And Underwater, And Work In Confined Spaces May Be Required On This Contract. A‐e Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Poly‐chlorinated Biphenyls (pcb)s, And Other Hazardous Materials, Work On And Under Waterfront Structures, And In Confined Spaces. all Engineering And Design Services Shall Comply With The Most Current Edition Of Facilities Criteria (fc) 1‐300‐09n Design Procedures, And Other Requirements As Indicated On The Whole Building Design Guide (wbdg) Web Site (www.wbdg.org). The Selected A-e Contractor Shall Have Online Access To Web‐based Support Programs Capable Of Creating Auto-cad Documents For Government Review, And Email Via The Internet For Routine Exchange Of Correspondence. The Selected A-e Contractor Shall Submit And Maintain An A‐e Accident Prevention Plan (app) In Accordance With U.s.army Corp Of Engineers (usace) Em 385‐1‐1 For Each Project On This Contract And Activity Hazard Analysis (aha) For Each In‐field Action. Key Personnel, Including Consultants, Must Be U.s. Citizens. a‐e Firms Are Advised That The Selected Firm, Its Subsidiaries Or Affiliates, And Its Consultants, Which Design, Prepare, Or Provide Engineering Services In Support Of Construction Contract Documents, Cannot Provide Construction Services For The Same Contract. This Includes Concept Design, Preparation Of Project Programming Documents (dd Form 1391), Facility Siting Studies, Environmental Assessments, Geotechnical Services, Engineering Studies And Services, Design‐build Request For Proposals (rfps), Or Other Activities That Result In Identification Of Project Scope And Cost. The Awarded Contract Will Be Subject To Specific Provisions Addressing The Avoidance Of Organizational Conflicts Of Interest, Including Naval Facilities Acquisition Supplement (nfas) 5252.209‐9300, Organizational Conflicts Of Interest. The Prime Firm For This Contract Will Be Required To Perform Throughout The Contract Term. submission Requirements: a‐e Firms That Want To Be Considered For This Contract Shall Submit A Completed Sf 330 Package By Email To The Contracting Officer And The Contract Specialist. The Sf 330 Shall Be Typed And At Least 11 Point Times New Roman Or Larger Font. Part I Shall Not Exceed 100 Single‐sided 8.5 By 11 Inch Pages (the Page Limit Does Not Include Individual Subcontracting Reports (isr)s, Cpars, Certificates, Or Licenses. The Page Limit Also Does Not Include Cover Sheets Or Dividers, Provided That These Do Not Contain Any Substantive Information Submitted In Response To The Solicitation Or Intended To Demonstrate The Qualifications Of The Firm). Part I Pages Shall Be Numbered Sequentially. Introductions Shall Be Included In Sections E And F. A-e Firm Submissions Shall Include Its Dun & Bradstreet (duns), Commercial And Government Entity (cage), And Taxpayer Identification Number (tin) Numbers In Block 30 Of The Sf 330. all Contractors Are Advised That Registration In System For Award Management (sam) Database Is Required Prior To Award Of A Contract. Failure To Register In The Sam Database May Render Your Firm Ineligible For Award. For More Information, Check The Sam Web Site: Https://www.sam.gov. in Accordance With The Federal Acquisition Regulations (far) 36.601‐4(b), The A‐e Firm Must Be A Registered And Licensed Architectural Or Engineering Firm In Rhode Island To Be Eligible For Award. A-e Firms Shall Provide Proof That The Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering, (e.g., State Registration Number, Or A Brief Explanation Of The Firm’s Licensing In Jurisdictions That Do Not Register Firms, Etc.). Failure To Submit The Required Proof Will Result In A Firm’s Elimination From Consideration. no Sf 254 Or Sf 255 Submitted For This Solicitation Will Be Reviewed Or Considered. As Required Above, Provide Verifiable Evidence That Your Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering (e.g., State Registration Number). firms Who Are Responding To The Solicitation As A Joint Venture Should Include With Their Submission A Copy Of The Joint Venture Agreement. Failure To Include The Joint Venture Agreement Will Result In The Firm’s Elimination From Further Evaluation. interested Firms Shall Submit Proposals To Both The Contract Specialist And The Contracting Officer At The Email Addresses Listed Below. sf 330 Submissions Are Due No Later Than 12 May 2025 At 2:00 Pm (est). Late Responses Will Be Handled In Accordance With Federal Acquisition Regulations (far) 52.215‐1. The Points Of Contact For This Acquisition Are Contract Specialist, Michael Ouellette, At Michael.n.ouellette.civ@us.navy.mil And Alexander Olarte, Contracting Officer, At Alexander.olarte.civ@us.navy.mil . the Total Maximum File Size For Email Proposal Submission Is Limited To 10mb. If The Submission Will Exceed 10mb, It Is Acceptable For The Submission To Be Broken Up Into Multiple Emails Or The Firm Should Coordinate With The Identified Government Poc's To Obtain A Dod Safe Request For Submission. Failure Of The Firm To Coordinate A Dod Safe Request For Submission In A Timely Manner Or To Allow Sufficient Time For Submission Of The Required Documents Before The Required Response Date Will Not Be Acceptable Justification For The Government Allowing Or Considering A Late Submission. . if The Firm Chooses To Complete Multiple Email Submissions, Emails Shall Clearly Indicate The Number Of Email Submissions The Government Should Expect To Receive And Shall Be Numbered To Indicate Which Email Of The Submission Each Email Received Is (i.e.: Email 1 Of 3; Email 2 Of 3; Email 3 Of 3). inquiries Concerning This Procurement Should Reference The Solicitation Number And Title And Be Forwarded Via Email To Both Points Of Contact Identified Above. Questions Pertaining To This Requirement Are Due No Later Than Fourteen (14) Days After Posting Of This Requirement On Sam.gov. list Of Attachments: cdrls selection Criteria: firms Responding To This Synopsis Will Be Evaluated To Determine The Most Highly Qualified Firms To Perform The Required Services In Accordance With The Published Selection Criteria. failure To Comply With Instructions Or Provide Complete Information May Affect The Firm’s Evaluation Or Eliminate The Firm From Further Consideration. Evaluation Criteria (1) Through (4) Are Considered Most Important And Are Equal Among Themselves; Criteria (5) Through (6) Are Less Important And Are Equal Among Themselves; Criteria (7) Will Only Be Used As A Tie‐breaker Among Technically Equal Firms. Specific Selection Criteria Include: specialized Experience professional Qualifications And Technical Competence past Performance quality Control program Management And Capacity firm Location volume Of Work criterion 1 —specialized Experience (sf 330, Part I, Section F): firms Will Be Evaluated On Specialized Experience In Performance Of Services Similar To Those Anticipated Under This Contract Through Evaluation Of Experience In: infrastructure/facility Design Utilizing The Following Criteria, Including, But Not Limited To, Unified Facilities Criteria (ufc’s) And Military Standard (milstd); conducting On‐site Design Development Workshops, Charrettes, Functional Analysis, Schematic Design, Or Space Programming, Including Supporting Budgetary Or Parametric Cost Estimating; demonstrated Ability To Design To Project Budget And Schedule; experience Preparing Design‐bid‐build; experience Preparing Design‐build Rfp Packages; And designing Projects In Accordance With Dod, Navy, Or Other Government Agencies’, Or Private Industry Criteria. firms May Be Considered More Favorably Under Criterion 1 By Demonstrating The Following: experience In The Delivery Of Multiple Types Of A‐e Services Identified In The Requirements Above. experience On Multiple Facility Types, Such As Business, Educational, Industrial, Assembly, Health Care, Residential, Storage, Laboratory, And Mixed-use Occupancies, Identified In The Requirements Above. demonstrated Experience Using The Micro Computer Aided Cost Estimating System Second Generation (mii) Cost Estimating Software. demonstrated Experience On Navy Bases Within The Primary Geographic Area Of The Contract. demonstrated Experience Designing Modifications To Existing Structures And Developing Construction Phasing While Associated Facilities Are Required To Remain In Service. demonstrated Experience Specific To Navy Facility Projects, Illustrating The Capability Of The A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Consultants) To Work Within The Navy Project Planning Process Including: dd Form 1391 Development In The Navy’s Electronic Procurement Generator (epg), dd Form 1391 Validation Procedures Including Cost Validation. demonstrated Understanding Of Procedures And Timely Submission Of Base Access Documents In Adherence With Security, Safety, Environmental, And Accident Prevention Regulations In Order To Support A‐e Activities And Maintain Project Schedules. experience Of A‐e Firm And Individual Design Team Members (a‐e Staff, Key Personnel, Sub‐ Consultants) With Facilities Located In Historic Areas That Will Require Consultation With State Historic Preservation Officer (shpo) Throughout The Design Process. criterion 1 Submission Requirements: provide Up To A Maximum Of Ten (10) Projects Completed (project Completion To Be Defined As Receiving Final Design Acceptance From Client) Within The Past Seven (7) Years Immediately Preceding The Date Of Issuance Of This Notice That Best Demonstrate Specialized Experience Of The Proposed Team In The Areas Outlined Above. Sufficient Information To Determine The Date Of Completion Of The Project Must Be Included In The Project Description Or The Project Will Not Be Considered. If More Than The Maximum Number Of Projects Is Submitted, The Government Will Only Evaluate Projects Up To The Maximum Number Authorized In The Order Submitted. all Projects Provided In The Sf 330 Must Be Completed By The Actual Office/branch/regional Office/ Individual Team Member Proposed To Manage And Perform Work Under This Contract. Projects Not Meeting This Requirement Will Be Excluded From Consideration In The Evaluation. To Enable Verification, Firms Should Include The Duns Number Along With Each Firm Name In The Sf 330 Part I, Section F, Block 25, “firm Name.” Include A Contract Number Or Project Identification Number In Block 21. Include An E‐ Mail Address And Phone Number For The Point Of Contact In Block 23(c). In Block 24, Include In The Project Description The Contract Period Of Performance, Award Contract Value, Current Contract Value, And A Summary Of The Work Performed That Demonstrates Relevance To Specialized Experience As Outlined Above. For Projects Performed As A Sub-contractor Or A Joint Venture Involving Different Partners, Specifically Indicate The Value Of The Work Performed As A Subcontractor Or By Those Firms Proposed For This Contract, And Identify The Specific Roles And Responsibilities Performed As A Sub-contractor Or By Those Firms On The Project Rather Than The Work Performed On The Project As A Whole. If The Project Description Does Not Clearly Delineate The Work Performed By The Entity/entities Offering/teaming On This Contract, The Firm Will Be Eliminated From Award Consideration. note: If The Firm Is A Joint Venture, Projects Performed By The Joint Venture Should Be Submitted; However, If There Are No Projects Performed By The Joint Venture, Projects Must Be Submitted For Each Joint Venture Partner, Not To Exceed A Total Of Ten (10) Projects. Firms Failing To Provide Projects From All Joint Venture Partners Will Be Considered To Have Not Met The Requirements Of The Criterion. projects Shall Be Submitted On The Sf 330 At Part I, Section F And Shall Be Completed Projects. Projects Not Completed Will Be Excluded From Evaluation Consideration. For Submittal Purposes, A Task Order On An Idiq Contract Is Considered A Project, As Is A Stand‐alone Contract Award. Do Not Submit An Idiq Contract As An Example Project. Instead, List Relevant Task Orders Or Stand‐alone Contract Awards That Fit Within The Definition Above. The Government Will Not Evaluate Information Provided For An Idiq Contract. Examples Of Project Work Submitted That Do Not Conform To This Requirement Will Not Be Evaluated. all Information For Criterion 1 Shall Be Submitted In The Sf 330, Part I, Section F. The Government Will Not Consider Information Submitted In Addition To Part I, Section F In The Evaluation Of Criterion 1. criterion 2—professional Qualifications And Technical Competence (sf 330, Part I, Sections E & G): firms Will Be Evaluated On Professional Qualifications, Competence, And Experience Of The Proposed Key Personnel In Providing Services To Accomplish The Tasks Required Under This Contract, Including Participation In Example Projects In The Sf 330, Part I, Section G. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities Or Will Provide Unusual Or Unique Expertise. To Be Considered For Award, Specific Disciplines That Must Be Demonstrated In Key Personnel Are: project Manager(s) senior Architect senior Civil Engineer senior Structural Engineer senior Mechanical Engineer senior Electrical Engineer senior Quality Control Manager senior Fire Protection Engineer (a Licensed Fire Protection Engineer Is Required) key Personnel, Including Consultants, Shall Be U.s. Citizens. submissions Must Demonstrate Key Personnel Relevant Experience, Formal Education (e.g. Bachelor’s Or Master’s Degrees), And Relevant Professional Development Or Professional Certifications. criteria 2 Submission Requirements: sf 330, Part I, Section E – Provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Type Of Work Proposed Under This Contract. Resumes Are Limited To Three Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past 10 Years) Project‐specific Experience In Work Relevant To The Services Required Under This Contract; And Indicate Proposed Role In This Contract. Indicate Participation Of Key Personnel In Example Projects In The Sf 330, Part I, Section G. criterion 3—past Performance (sf 330, Part I, Section H): firms Will Be Evaluated On Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. evaluating Past Performance And Experience Will Include Information Provided In The Contract Performance Assessment Reporting System (cpars) / Architect-engineer Contract Administration Support System (acass) For Criterion 1 Projects And May Include Customer Inquiries, Government Databases, And Other Information Available To The Government Including Contacts With Points Of Contact In Other Criteria. If No Relevant Past Performance Information Is Available On A Firm, The Firm Will Be Given A Neutral Evaluation Regarding Past Performance criteria 3 Submission Requirements: submit A Completed Cpars/acass Evaluation For Each Project Under Criterion 1. If Cpars Or Acass Evaluations Are Not Available For The Projects Identified Under Criterion 1, Then The Firm Shall Provide A Point Of Contact Reference From The Requiring Organization Familiar With The Project Who Can Confirm The Quality Of The Offeror’s Work On The Project. Those References Shall Include Contract/task Order Number, Project Title, Point Of Contact Name, Telephone Numbers, And Email Addresses For The Reference. firms May Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1—specialized Experience. Firms May Also Address Any Adverse Past Performance Issues. Information Shall Not Exceed Two Double‐sided Pages (or Four Single‐sided Pages) In Total. awards, Letters Of Commendation, Certificates Of Appreciation, Etc. Shall Not Be Submitted And Will Not Be Considered In The Evaluation. criterion 4—quality Control Program (sf 330, Part I, Section H): firms Will Be Evaluated On The Strength Of The Quality Control Program Proposed By The Firm To Ensure Quality Products And Services Under This Contract, And As The Means Of Ensuring Quality Services From Their Consultants/subcontractors. criteria 4 Submission Requirements: describe The Quality Control Program That Will Be Utilized For All Deliverables Of This Contract And The Management Approach For Quality Control Processes And Procedures. The Description Shall: describe Specific Quality Control Processes And Procedures Proposed For This Contract To Achieve Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, And Engineering And Design Services. provide A Quality Control Process Chart Showing The Inter‐relationship Of The Management And Team Components. identify The Key Personnel (submitted Under Criterion 2—professional Qualifications And Technical Competence) Responsible For The Quality Control Program And A Description Of Their Roles And Responsibilities. describe How The Firm’s Quality Control Program Extends To Management Of Sub-contractors. explain The Quality Control Program Including An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf 330, Section F Or How The Plan Will Work If It Has Not Been Used Previously. criterion 5—program Management And Capacity (sf 330, Part I, Section H): firms Will Be Evaluated On The Firm’s Ability To Plan For And Manage Work Under The Contract And The Capacity To Accomplish The Work In The Required Time. criteria 5 Submission Requirements: provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff, Sub-contractors And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable. describe The Firm’s Present Workload And The Availability Of The Project Team (including Consultants) For The Specified Contract Performance Period. Describe The Workload/availability Of The Key Personnel During The Anticipated Contract Performance Period And The Ability Of The Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably. describe The Firm’s Ability To Sustain The Loss Of Key Personnel While Accomplishing Work Within Required Time Limits, To Ensure Continuity Of Services And Ability To Meet Surges In Unexpected Project Demands And Ability To Adhere To Schedules And Budgets. criterion 6—firm Location (sf 330, Part I, Section H) firms Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract And Demonstrated Knowledge Of The General Geographic Areas In Which Projects Could Be Located. Evaluation Of Firms Will Include Consideration Of Their Location Within The General Geographic Area Of The Anticipated Projects (primarily At Naval Undersea Warfare Center Newport Division, Newport, Ri). criteria 6 Submission Requirements: indicate Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members. provide A Narrative Describing The Team’s Knowledge And Previous Experience Of The Primary Geographic Areas To Be Covered By This Contract. provide A Narrative To Describe The Team’s Ability To Provide Timely Response To Requests For On‐site Support. Provide Timelines And Examples Of The Team’s Success In Providing This Response. Include Both Primary And Sub‐contractor Support As Required. Teams With A Demonstrated History Of Providing Timely Support May Be Considered More Favorably. criterion 7—volume Of Work (sf 330, Part 1, Section H) (tie-breaker) in The Event Of A Tie Among Equally Rated Firms, Those Firms Will Be Evaluated In Accordance With Dod Federal Acquisition Regulation Supplement (dfars) Procedures, Guidance And Information (pgi) 236.602‐1, From Data Extracted From The Federal Procurement Data System (fpds). Firms Will Be Evaluated In Terms Of Work Previously Awarded To The Firm By Dod Within The Past Twelve (12) Months With The Objective Of Effecting An Equitable Distribution Of Contracts Among Qualified A‐e Firms Including Small, Disadvantaged Business Firms, And Firms That Have Not Had Prior Dod A‐e Contracts. criterion 7 Submission Requirements: firms Shall Not Submit Data For This Factor. amendment 0001: the Purpose Of This Amendment Is To Answer Rfi 001. rfi 001: do The Cpars Count Towards The Overall 100-page Limit? answer: The Page Limit Does Not Include Cpars. (revised To Include Above) amendment 0002 the Purpose Of This Amendment Is To Answer Rfi Questions Below. rfi 002 onyx Has Decades Of Experience At Newport And For Nuwc (and Its Previous Iterations), Over The Years. We Are An Experienced Small Business Navy Facility Planning And Design Firm With Extensive Experience For Navfac Around The World, However Our Most Recent Experience For Newport Or Nuwc Is Just Outside Of Your 7 Year Criteria Window. We Completed The Installation Development Plans For Both Ns Newport And Subase New London Under A Single Task Order Back In 2017. Would You Consider Expanding The Section F Pd Window To 8 Or 10 Years So That We Can Illustrate Past Performance That Is Considered Recent At Newport? 1a. The Past Performance Criteria Will Remain Unchanged. if We Pursue This Opportunity In A Jv, We Understand That A Jv Agreement Must Be In Place And Submitted As Part Of The Sf330. Is The Jv Required To Also Be Registered In Sam, Or Does The Jv Agreement Suffice Until Award? 2a. Yes, Per Far 4.1102 Offerors And Quoters Are Required To Be Registered In Sam At The Time An Offer Or Quotation Is Submitted, This Includes Joint Ventures. is Transportation Planning/traffic Engineering Considered Infrastructure Design In Your Criteria? Are They A Requirement? 3a. Yes. we Understand That Navfac Is Moving To Pax Processor Over Epg. If That Is True, Is That Also A Criteria You Might Be Looking At? We Have Extensive Recent Experience With Pax Supporting Usace, With Some In New England Aor. 4a. No. how Is Navy/navfac Experience Performed Outside Of Ml/ne Graded? 5a. All Experience Will Be Considered Equally Regardless Of Location. how Important Is It To Illustrate Other Facility Planning Deliverables/products Such As Bfrs, Aes, Fpds, Sips? If At All. 6a. Not Required. you List Facility Planning/design And Master Plans As Requirement But Do Not List Master Planner Or Facilityplanner As Key Personnel. 7a. Facility Planning And Master Planning Will Not Be A Required Service As Part Of This Contract. the Notice Id Is N6660425r0221 Which Is Different Than The Solicitation Notice. When Completing The Sf330 Forms, Should I Use The Solicitation Notice # Or Notice Id #? 8a. Please Use Notice Id.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Date23 May 2025
Tender AmountRefer Documents 
Details: Presolicitation Notice presolicitation Notice page 3 Of 3 presolicitation Notice *=required Field presolicitation Notice page 1 Of 3 subject* a/e Prevent Legionella And Scalding general Information contracting Office S Zip Code* 23249 solicitation Number* 36c24625r0033 response Date/time/zone 05-23-2025 3:00 Pm Eastern Time, New York, Usa archive 99 Days After The Response Date set-aside sdvosbc product Service Code* c1da naics Code* 541330 place Of Performance department Of Veterans Affairs fayetteville Va Medical Center 2300 Ramsey Street fayetteville North Carolina postal Code 28601 country usa contact Information contracting Office Address department Of Veterans Affairs network Contracting Office 6 1201 Broad Rock Blvd richmond Va 23249 point Of Contact* contract Specialist michael Proctor michael.proctor2@va.gov no Telephone Inquiries Will Be Accepted additional Information agency S Url https://www.va.gov/ url Description department Of Veterans Affairs agency Contact S Email Address michael.proctor2@va.gov email Description michael Proctor, Contract Specialist this Request For A-e Firm Qualifications Packages Is 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Concerns Under Vaar 852.219-73, Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses (jan 2023) (deviation) this Is Not A Request For Proposal. This Is A Request For Sf 330's Architect- Engineer Qualification Packages Only. public Announcement For Procurement Of Architect-engineering (a-e) Services: This Is A Request For Standard Form 330, Architect-engineer Qualifications Only. A-e Services Are Being Procured In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) Subpart 36.6. All Submissions Will Be Evaluated In Accordance With The Below Selection Criteria. 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. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work. Any Resulting Award For The Proposed A-e Services Will Be Procured Under A Negotiated Firm-fixed Price Contract. at The Time The Request For Proposal Is Issued, All Offerors Shall Adhere To Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. (jan 2023) (deviation) general Information: the Department Of Veterans Affairs, Fayetteville Veterans Administration Medical Center (vamc), Is Seeking Sources And Intends To Award A Firm Fixed-price Contract For Architect-engineering (a-e) Firm To Provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-built Documentation, And All Other Related Information For Project # 565-25-151, Prevent Legionella And Scalding Located At 2300 Ramsey Street, Fayetteville, North Carolina 28301. the A-e Services Listed Herein Is Being Procured In Accordance With The Federal Acquisition Regulation (far) 36.6 And Vaar 836.6. Potential Contractors Must Be Registered In Sam (www.sam.gov) And Visible/certified In The Sba Certification Database At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award. As A Prospective Offeror For This Service-disabled Veteran-owned Small Business (sdvosb) Set Aside, You Are Verifying Your Company Meets The Status Requirements Of A Sdvosb Concern As Established By Vaar 852.219-73. the Fayetteville Va Medical Center Is A Working Facility And Phasing Plans For Minimizing Downtime, And Provisions For Continuation Of Service During Outages Is Critical To This Project. point Of Contact: Michael Proctor, Contract Specialist Email: Michael.proctor2@va.gov project Information: project No. 565-25-151 project Title: Prevent Legionella And Scalding fayetteville Va Medical Center 2300 Ramsey Street fayetteville, North Carolina 28301 the Naics Code For This Procurement Is 541330, Engineering Services, And The Applicable Small Business Size Standard Is $25.5 Million Annual Revenue. The Projected Award Date For The Anticipated A-e Contract Is On Or Before September 30, 2025. the Naics Code For The Anticipated Construction Project Is Projected To Be 236220 And Magnitude Of Construction Is Predicted To Be Between $2,000,000 And $5,000,000 (vaar 836.204). The Anticipated Award Date Of The Construction Phase Of The Project Is To Be Determined (tbd). an Architect & Engineer (a-e) Contract Will Be Negotiated For The Development Of Complete Construction Documents Which Include Working Drawings, Specifications, Reports, And Construction Period Services. The A-e Will Be Given Written Information; Participate In Project Planning Meetings, Pre-proposal Meeting, And Pre-construction Meeting As Required; Communicate With Va Personnel Via Telephone Or E-mail; And Is Expected To Coordinate So That The Final Documents Include All Requirements In Accordance With Industry Standard Practices, Va Standards, Va Design Manuals, And Review Comments. statement Of Task/scope Of Work: i. General Intent: this Project Shall Correct Known Issues As Well As Investigate And Design Corrective Measures Required To Ensure Prevention Of Scalding Incidents And The Prevention Of Legionella Developing In Buildings Or On This Facility As A Whole. ii. Scope Of Work: correct Old Water Main Dead-end(s) Underneath Parking Lot #1 Stemming From Old Water Tower Location. create Revit Model Of The Facility Existing Domestic Water System (cold And Hot) With All Valves, Devices, Tanks, Sensors, Pumps, Back Flow Preventors, Strainers, Filters, Biocide Dosing, Sampling Ports, Etc. using Above Model Create Schedules For All Valves And Devices. using Above Schedules Identify Labeling Requirements For The Entire System Components And Piping. use The Revit Model To Put Both Domestic Cold Water And Domestic Hot Water Systems On The Existing Facility Building Automation System (bas). Accomplish All Graphics Per Existing Campus Standard. Accomplish All Bas Programming For Tracking Flow, Temperatures, Pumps, Valves, Etc. perform Trending Analysis Of The Bas Data To Identify Circumstances Where Domestic Hot Water System Is Not Performing Per Requirements. develop Design To Correct Item A; Design Plan To Accomplish Item C For Changing Out/installing Printing And Hanging Schedules In All Mechanical Spaces Per Design; Design Plan For Item D For A Contractor To Accomplish All Labeling And Tagging Requirements Per Schedules/design/bas; Design Plan To Correct Issues Identified Via Trending Analysis Item F. the Design Team Shall Evaluate And Document The Existing Hot And Cold Domestic Water Systems. This Includes All Plumbing [hot And Cold] Water Systems, Cooling Towers, Decorative Fountains, Humidifiers, And Misting Systems And All Process Water Systems. Anything Fed By Or Connected To And Supplied By Domestic Water That Could Link To Potable Water Is The Most Critical. design Shall Address Base With Options In The Concept/development Phase. the Design Team Shall Provide Professional Engineering Services To Perform Planning, Investigations, Surveys, Reports, Consultations, Site Visits, Design Work, Preparation Of Contract Drawings And Specifications, Construction Scope Of Work, Construction Cost Estimates, Submittal Register, Basic Outline Of A Construction Schedule. efforts Include Concept/developmental Drawings, Contract Drawings, Functional Layouts, Specifications, Construction Cost Estimates, Basic Estimated Construction Schedule, Submittal Register, Engineering Calculations, And Subsequent Construction Period Services. The Design Team Is Responsible For Coordinating With The Contracting Officer S Representative (cor) And Appropriate Va Personnel. design Drawings Shall Have Va Engineering/contracting Reviews At All Stages. Energy Reviews Will Be Conducted At The 65% Design Review Stage By A Va Energy Engineer. Fire/life Safety Code Review Will Be Conducted At The 65% Design Review Stage By A Va Contracted Firm. All Provided Comments Must Be Addressed To The Satisfaction Of The Va Cor Before The Va Will Accept A Final Design. iii. Materials Provided To Ae After Award: plans: existing Facility Record Drawings And Files That Are Available Will Be Provided For The Ae S Use. Note: Not All Record Drawings Exist Which Is Why This Scope Requires The Ae To Perform In-depth Surveying And Investigations On Site. The Accuracy Of Facility Conditions, Records Or As-built Drawings Will Need To Be Completely Field Verified By The Ae. specifications, Standards, Etc: the Project Design Shall Be Completed In Accordance With This Ae Scope And All Appropriate Department Of Veterans Affairs (va) Standards, Specifications, And Other Criteria Otherwise Required By The Va. Ensure Compliance With Local, State, And Federal Guidelines Such As: ashrae Standard 188-2018: Legionellosis: Risk Management For Building Water Systems. cdc For Legionella Control In Water Systems. Osha Technical Manual. The Ae Shall Retrieve All Va Design Information And Standards From The Va Facilities Web Site (http://www.cfm.va.gov/til/index.asp). Station Level Modified Specifications For Certain Specification Sections Will Be Provided By The Va After The Notice To Proceed As Been Issued. These Documents And All National, State, And Local Codes Adopted And Used By The Va Shall Be Incorporated In The Design Of This Project And Reflected In The Construction Cost Estimate. The Following References, As Applicable, Shall Be Utilized For Planning And Design Purposes: master Construction Specifications (pg-18-1) design And Construction Procedures (pg-18-3) standard Details And Cad Standards (pg-18-4) equipment Guide List (pg-18-5) space Planning Criteria, And Va-space & Equipment Planning System (pg-18-9) design Manuals (pg-18-10) design Guides (pg-18-12) barrier Free Design Guide (pg-18-13) room Finishes, Door, And Hardware Schedules (pg-18-14) minimum Requirements For A/e Submissions (pg-18-15) environmental Planning Guidance (pg-18-17) national Electric Code life Safety Codes government-furnished Record Drawings (ae To Field Verify Conditions) national Fire Protection underwriters Laboratory iv. Design Requirements: The A/e Will Be Required To Visit And Inspect The Project Site Prior To Providing Their A/e Proposal For This Project. general: These Descriptions Are To Give A General Scope And Scale Of Efforts Required And Do Not Necessarily Cover All Va Design Guide Requirements. this Project Requires The Ae To Accomplish A Comprehensive Site And System Assessment To Identify High-risk Water Systems And Vulnerabilities. the Project Shall Be Designed With Viable Options/deductive Alternates Equal To Or Less Than 10 Percent Of The Construction Funding Limitation To Ensure Construction Award Within Program Budget Limitations. The Number Of Deductive Alternates Shall Be Between Three And Five (or As Approved By The Va Contracting Officer). construction Cost Estimate: Construction Cost Estimate Shall Be Organized Using The Fifty (50) Division Format Developed By The Construction Specifications Institute (c.s.i.). The Cost Estimate Shall Include Various Categories Of Work Involved, Quantities, And Unit Cost. The Estimate Shall Also Be Based On The Anticipated Start Date For Construction, Plus An Inflation Allowance For The Fayetteville, Nc Area For The Anticipated Time Of Bidding. This Must Meet Current Va Cost Estimate Guidelines And Is Subject To Va Cor Final Approval/acceptance At Each Submission. Each Submission Must Reflect All Current Bid Deducts. construction Schedule Outlining All Major Projects Tasks And Phases With Estimated Durations For Each. This Shall Include Notice To Proceed Date, Submittal Process, Mobilization, Major Tasks And/or Discipline Work Events, Phasing, Significant Inspections/commissioning Events, Closeout, Turn-over And De-mobilization. Provide An Excel Type Project Schedule Chart Outlining A Generic Construction Schedule For This Project. Final Schedule To Be Approved By Va Cor. meeting Agendas And Minutes: The Ae Shall Provide An Agenda For Every Meeting And Take Minutes Of All Meetings, Conferences, Site Visits, Etc. A Copy Of The Agenda And Minutes For Each Meeting Or Site Visit Shall Be Provided To The Va Cor For Acceptance. The Va Cor Must Approve All Formats And Content. contract Drawings: Provide Fully Developed Contract Drawings In Revit Bim To The Minimum Level Of Detail (lod) 300 (in A Current Revit Version Accessible By The Va) And Provide Revit Drawings And Pdf Drawings Electronically And In Hard Copy. Hard Copy Drawings Shall Be Plotted At 1/8" Or 1/4" Scale, Minimum. A Larger, More Appropriate Scale Shall Be Used For Sections And Details. The Final Contract Drawings (as-builts) Shall Be Black Ink On E Size (30" X 42") Paper. (see Also Cadd Requirements Of Sections V And Viii.). specifications: Provide Fully Developed And Edited Specifications In A Microsoft Word Format Accessible By The Va. Specifications Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt. construction Statement Of Work: Provide Fully Developed Executive Summary Of The Construction Work Required In Microsoft Word Format Accessible By The Va. The Sow Shall Be Printed On 8 ½" X 11" Bond Paper, Font Type Times New Roman, 12 Pt. submittal Register: Provide A Submittal Register In An Approved Formatted Excel Spreadsheet With All A&e/designer Of Record (dor) Required Submittals Per Final Plans And Specifications For This Project. This Is Intended To Be Provided To A Construction Contractor To Use And Complete With The Expectation That The A&e Has Reviewed And Considers Complete With Maybe Minor Omissions Needing Addressed By A Gc. v. Review Requirements And Time Frames kick-off And Developing Initial Design Package expectation Is For The Ae To Execute Any Additional Information Gathering And Conduct A Preliminary Plan Development Meeting And Review With The Va Cor During This Requirement. This Must Include Initial Site Visits And Data Collection, Meeting With Stakeholders, Sight Surveys, And Develop A Comprehensive Understanding Of The Project Site. preliminary Documents: The Design Team Must Develop And Evaluate Three Alternatives For The Prevention Of Legionella. The Design Team Must Evaluate The Pros And Cons Of Each Design In Terms Of Cost, Efficiency, Feasibility Of Implementation, And Integration Challenges Into The Existing System And Facility And Recommend The Best Alternative. the Design Team Must Develop Concept Drawings (sketches, Diagrams, Layout, Form/shape Of Buildings Or Structures) Of The System To Minimize Water Stagnation And Dead Legs In The Final Plan. This Must Include An Issues Log For Tracking And Documenting Issues/decisions Made For The Project Duration And For The Final Record. design Checklist Review With Va Cor To Cover Submittals And Verify All Follow-on Submittal Stages And Requirements For Design Development And Construction Drawing Package Submittals. discuss Entire Design Scope And Address In The Plan For Tracking And Completeness Of Final Submittal. every Meeting Must Go Over The Design Scope Of Work And Have An Agenda Available Prior To The Meeting For Va Cor Approval. 35% Review: Preliminary Design Documents. customer Concept Documents. Outline The Project S Initial Concept And Design Approach, Based On The Client S Requirements And Project Scope. schematic/preliminary Design Drawings. Develop Initial Design Concepts That Can Be Refined Based On Stakeholder Feedback. These Initial Sketches And Detailed Drawings That Provide A Visual Representation Of The Project, Including Layouts, Floor Plans, And Elevations. Provide One (1) Hard Copy Arch E (30 X42 ) Set Of Comprehensive Drawings For Va Review And Comment And One Electronic Set In Pdf Format. design Analysis. An Analysis Of The Project S Design, Addressing Factors Such As Structural Integrity, Materials, And Compliance With Relevant Codes And Standards. Also Include Initial Calculations For Mechanical, Structural, And Electrical Systems. Provide One Electronic Copy Of This Analysis For Va Review And Comment. Pdf Format Preferred. provide A Written Design Narrative That Explains The Design Intent, Key Features, And The Overall Vision Of The Project. (one Copy In Word Format, One Copy In Pdf). preliminary Specifications. These Documents Detail The Materials, Standards, And Workmanship Required For The Project, Providing A Basis For The Detailed Specifications That Will Be Developed In Later Phases. Provide One Electronic Copy Of The Proposed Specification Sections To Date. These Shall Have Been Updated To Reflect This Project And Its Requirements. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. Pdf Format Preferred. cost Estimates. Preliminary Cost Estimates Are Prepared To Give An Idea Of The Project S Budget And Financial Feasibility. Provide One Electronic Copy For Va Review, Comments, And Subsequent Approval. Excel Preferred. project Schedule. An Initial Project Schedule Outlining The Key Milestones And Timelines For The Design And Construction Phases. Provide One Electronic Copy Of The Prosed Schedule For Va Review, Comments, And Subsequent Approval. these Documents Help Ensure That All Stakeholders Have A Clear Understanding Of The Design Direction And Provide A Basis For Further Development And Refinement In Subsequent Design Phases. 65% Review: Design Development Dd-1 provide 65% Level Of Efforts For All Disciplines Required. one (1) Arch E (30 X42 ) Copy Of Work Completed To Date. one (1) Electronic Copy Of Proposed Specification Sections To Date. These Shall Have Been Updated To Reflect This Project And Its Requirements. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. provide Electronically Transferred Copy Of Any Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate And Any Other Draft Documents Ready For Review At This Level. 95% Review: Design Development Dd-2 this Shall Represent A Complete Design With Little Or No Remaining Issues Or Missing Data. This Submittal Should Have All Required Number Of Drawings To Clearly Indicate To Bidders All Requirements. one (1) Arch E (30 X42 ) Copy. one Electronic Copy Of Proposed Specification Sections To Date. Index Shall Show Which Va Specifications Are Included And Which Va Specifications Are Not (lined Through) For Ease Of Review And Ensuring All Required Specifications Are Included To Move Forward. provide Electronically Transferred Copy Of The 65% Va Design Comments With A&e Responses, Drawings, Specifications, Construction Cost Estimate, Template Construction Schedule And All Required Documents For A Complete Design Package. this Submission Shall Include 3d Renderings Of Interior And Exterior Significant Features And Views Of This Future Building. One Or More Of These Will Be Intended To Be Used By The Construction Contractor For Construction Signs. final Submission: Construction Documents (cd): all Drawings And Documents Shall Indicate Issued For Construction. va Cor Shall Review Electronic Copies Prior To Giving Approval To Print/plot This Package As A Final Check For Significant Errors. two (2) Arch E (30 X42 ) And Two (2) Half Size Printed Copies Of Final Drawings. two (2) Printed Out Set Of Final Indexed And Bound Specifications Double Sided. two (2) Printed Copies Of The Final Description Of Work Including Base Bid And All Deduct Alternates. two (2) Printed Copies Of The Construction Cost Estimate With Bid Deducts Broken Out Or Readily Identifiable And Separable From Base Bid Work. two (2) Printed Copies Of The Submittal Register. two (2) Printed Copies Of The Template Construction Schedule. two (2) Printed Copies Of All Design Review Comments And A&e Responses For The Entire Process. electronically Transferred To Va Pdf, Word And Revit/cad Copies Of All Documents And Files. All Shall Be In A Combined Copy As Well As Separated By Sheet Or Book. vi. Schedule design Kick-off And Issuance Of Notice Of Award. This Meeting Is Expected To Take Place Within 10 Calendar Days Of Notice To Proceed. concept Design And Bas Entry/programming Plans Submission Due 21 Calendar Days From Receipt Of The Notice To Proceed. concept Design And Bas Programming Plan Review Comments Due 21 Calendar Days From Receipt Of Concept Design/bas Plan Submission. 35% Schematic Design Submission Due 30 Calendar Days From The Concept Design Review. Bas Graphics And Programming May Begin If Va Approves This Plan. a&e Will Need The Trending Data To Complete Any Design For Correction Of Domestic Water System Issues That Identifies But Can Proceed With Design Efforts For Known Issues. This Below Schedule Is An Estimate Only And Revisions To The Actual Design Schedule Will Be As Approved By The Va Cor As Needed. 35% Schematic Design Submission Review Comments Due 14 Calendar Days From Receipt Of 35% Design Submission. 65% Design Development Submission Due 45 Calendar Days From Return Of 35% Schematic Design Submission Review Comments. 65% Design Development Submission Review Comments Due 14 Calendar Days From Receipt Of 65% Design Submission. 95% Design Development Submission Due 30 Calendar Days From Return Of 65% Design Development Submission Review Comments. 95% Design Development Submission Review Comments Due 14 Calendar Days From Return Of 95% Design Development Submission Review Comments. 100% Final Design ( Issued For Construction ) Submission Due 14 Days From Receipt Of 95% Design Development Submission Review Comments. total Calendar Days From Notice To Proceed To 100% Final Design Submission: 213 Days. period Of Performance design Completion: 213 Calendar Days; Includes Va Design Reviews. procurement Timeline: 180 Days From The Time Engineering Submits Package To Contracting. Designer Shall Answer Pre-bid Rfis And Provide Updated Construction Documents To Capture Any Changes Made Through The Procurement Process. construction Period Services: 365 Calendar Days (12 Months) From Date Of Construction Award. total Contract Period: 758 Calendar Days vii. Construction Services (starts Once Construction Notice To Proceed Is Issued) preconstruction Meeting: Participate And Facilitate This Meeting In Conjunction With The Contracting Officer, Cor And Contractor. Topics Shall Include Standard Contract Requirements, Facility Specific Requirements, Safety Discussion, Design And Specifications Review, Schedule Review, Quality Assurance/quality Control Processes, Submittal And Rfi Process, Changes Process. biweekly Site Inspections: Designer Shall Meet Biweekly With The Contractor, Cor And Others Needed To Inspect The Progress Of The Construction And Report Any Deficiencies To The Same. Designer To Plan On 12 Site Visits To Inspect The Work And Progress (these Are In Addition To The Pre-con, Pre-final And Final Inspections). construction Change Orders: Designer Shall Prepare The Statement Of Work And Cost Estimates (returned Within 7 Calendar Days) As Needed. submitttal Review And Logs: Designer Shall Prepare And Maintain A Log Of Submittals And Rfis And Provide The Same To The Contracting Officer And Cor. Reviewed Submittals Are To Be Returned Within 10 Working Days To The Cor. Designer Is Fully Responsible For Review Of All Submittals, Retaining A Record Copy Of Submittals For Turn Over To The Owner Upon Project Completion, And Communication With The Contractor Regarding Any Deficiencies Or Changes Required To The Submittals. weekly Progress Meetings: Designer Shall Hold Formal Progress Meetings With Contractor, Contracting Officer, And Cor. At These Meetings The Agenda Shall Contain A Narrative Of Work Completed The Previous Month, Work Upcoming, Submittals Or Rfis Outstanding, Schedule Update, Any Special Coordination Items Requiring Actions, And Discussion Of Change Orders Or Time Extension Requests. Again, Minutes Of This Meeting Shall Be Issued Within 3 Working Days Of The Meeting. project Admistration: Designer Shall Utilize A Web-based Project Tracking/administration Software During Construction Period Services. Software Will Track inspections Reports, Construction Change Orders, Submittals, Rfis, Rfps, Progress Meeting Reports, And Any Other Applicable Documents. Application Shall Be Accessible By Construction Contractor, Va Cor, And Va Co. Recommended Applications: Submittal Exchange, Procore, Or Equal. project Closeout: Designer Shall Receive Notice Of Intent For Pre-final And Final Inspections From The Contractor. The Contractor Shall Propose A Time And Place For This To Occur In Conjunction With The Contracting Officer And The Cor. Following Both The Pre-final And The Final Inspections, The Designer Shall Issue A Punch List. Contract Documents Shall Specify That The Contractor Has 15 Working Days To Complete The Punch List And Notify The Designer For Re-inspection. Following Re-inspection And Project Acceptance The Closeout Phase Will Occur. release Of Claims For Design Project: Prior To The Final Payment Under This Design Contract Or Prior To Settlement Upon Termination Of The Design Contract, And As A Condition Precedent Thereto, The Ae Shall Execute And Deliver To The Contracting Officer A Release Of All Claims Against The Government Arising Under Or By Virtue Of This Contract, Other Than Such Claims, If Any, As May Be Specifically Excepted By The Ae From The Operation Of The Release In Stated Amounts To Be Set Forth Therein. project Documentation: Designer Shall Coordinate With The Contractor To Gather Record Copies Of Submittals, As-built Documents, Mechanical Test And Balance Reports, Maintenance Manuals, Coordinate Owner Training Sessions, And Provide The Same To The Owner. upon Completion Of Construction And Incorporation Of All Revisions Required To Complete The Record Drawings, The Following Items Shall Be Submitted: 1 Set Of Original Reproducible As-built Plans (30 X 42 ) Plus An Electronic Copy In Revit/cad And Pdf Formats. 1 Set Of All O&m Manuals In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All. 1 Set Of All Other Project Documents In Binders And Indexed Plus The Electronic Versions In Excel Or Word And Pdf For All. viii. Cad Requirements: drawings: See Also Final Design Submission Requirements. Full Size Two-dimensional Drawings Electronically Submitted. The Completed Drawing Files Shall Be Fully Operational In Revit/cad; A Pdf Copy Will Additionally Be Provided. delivery Format: Media And Archive Procedure For Transfer Of All Drawing Files To The Office Of Engineering Project Section Shall Be Via A Shared Site That Can Transfer These Files And Accessible From A Va/u.s. Government Computer. naming Conventions: Files Will Be Unique And Use A Maximum Of 8 Alphanumeric Characters (or As Approved By The Va Cor), The File Name And Extension Will Be Separated By A Period. The File Layer Structure Will Follow The Va Approved Standard "cad Layer Guidelines" Recommended Designations For Architecture, Engineering, And Facility Management Computer-aided Design As Prepared By The Task Force On Cad Layer Guidelines. design Shall Comply With Va Guidelines And Specifications. Design Manuals And Specifications Can Be Found At Http://www.cfm.va.gov/til/. Design Shall Also Meet All Applicable Codes And Standards. Proposed Work Is Located At Fayetteville Va Medical Center. a-e Selection Process: the Agency Has Convened An Evaluation Board For The Evaluation Of Responses To This Notice. Responses Will Be Evaluated In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) 36.6. Specifically, Sf 330 Submissions Will Be Evaluated To Identify The Most Highly Qualified Firms, Using The Selection Criteria Identified Below. Discussions Will Be Held With At Least Three (3) Of The Most Highly Qualified Firms, In Accordance With Far 36.602-3(c). The Processes At Far 36.602-4 And Far 36.606 Will Then Be Followed. Selected Firms Will Be Notified By Telephone Or Email Of Selection And Provided Further Instructions. evaluating Past Performance And Experience May Include Information Provided By The Firm, Customer Inquiries, Government Databases, And Publicly Available Sources. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. selection Criteria: Evaluation And Selection Of Firms Will Be Based On Submissions And Direct Responses To The Following Criteria Which Are Numbered In Descending Order Of Importance: primary Selection Criteria (listed In Descending Order Of Importance): specialized Experience: Specialized Experience And Technical Competence In The Design And Construction Period Services For A Complete Mitigation For Removing Dead-end(s) From Hot & Cold-water Pipes, Or Similar Project. Project Experience Must Include Experience With Similar Sized Water Systems, Preferably In Healthcare Facilities Or Large Industrial Buildings. other Specialized Experience Includes Proficiency In Designing And Engineering Hvac Systems, Including Chillers, Cooling Towers, Pumps, And Distribution Systems, Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, And Sustainable Design Practices. Submissions Shall Include No More Or Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size, Scope And Complexity, And Experience With The Types Of Projects Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past 5 (five) Years. Any Projects Older Than Five Years But Within Seven Years, Will Be Considered Somewhat Recent And Will Have Some Consideration. Each Project Shall Include The Following: project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e. Prime Contract, Teaming Partner, Or Subcontractor. project Owner, Owner S Point Of Contact Including Telephone Number And Email address. services & Deliverables Provided Under The Contract/task Order. period Of Performance, Including Start And Completion Dates total Dollar Value Of The Project contract Number Associated With The Project. section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. the Evaluation Will Also Consider Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated. 1. The Management Approach 2. The Coordination Of Disciplines And Subcontractors 3. Quality Control Procedures, And 4. Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. professional Qualifications: Necessary For Satisfactory Performance Of Required Service. The Contractor Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five (5) Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The State Where The Project Is Located. key Positions And Disciplines Required For This Project Include But Are Not Limited To: 1. Architect (leed Certified) 2. Cadd Technician 3. Structural Engineer 4. Geotechnical Engineer 5. Civil Engineer 6. Electrical Engineer 7. Environmental Engineer 8. Fire Protection Engineer 9. Industrial Hygienist 10. Mechanical Engineer 11. Plumbing 12. Project Manager 13. Quality Assurance 14. Physical Security Specialists 15. Registered Communications Distribution Designer (rcdd) 16. Commissioning Agent 17. Cost Estimator the Information Provided In Sections C Through E Of Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. experience In Construction Period Services (cps): Experience In Construction Period Services To Include Solicitation Support Services, Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates, Attendance At Weekly Conference Calls, Providing Minutes Of Meetings, Pre-final Inspection Site Visits, Generation Of Punch-list Reports, Commissioning Services And Production Of As-built Documentation. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. past Performance: Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. If A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. evaluations Will Consider Superior Performance Ratings On Recently Completed Va Projects As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Cooperativeness. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or In-complete Architectural And Engineering Services May Be Evaluated. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. capacity: The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For The Va Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. knowledge Of Locality: Knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. secondary Selection Criterion*: geographic Location: Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Fayetteville Va Medical Center: 2300 Ramsey Street, Fayetteville, North Carolina 28301-2856. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/). * The Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Written Responses. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf330 Submission. the Department Of Veterans Affairs Shall Evaluate Each Potential Contractor In Terms Of The Following As M Firm Meeting The Synopsized Selection Criterion And "nm" Means That The Firm Did Not Meet The Synopsized Selection Criterion.: selection Criteria specialized Experience And Technical Competence In The Design And Construction Period Services For A Complete Mitigation For Removing Dead-end(s) From Hot & Cold-water Pipes, Or Similar Project. Project Experience Must Include Experience With Similar Sized Water Systems, Preferably In Healthcare Facilities Or Large Industrial Buildings. professional Qualifications Necessary For Satisfactory Performance Of Required Service. The Contractor Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five (5) Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. experience In Construction Period Services past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. capacity To Accomplish Work In The Required Time. knowledge Of The Locality, To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations. please Note: The A-e Evaluation Board Must Be Provided With Complete And Accurate Information For All Six (6) Evaluation Factors Above In Order To Rank As Qualified And Eligible Firms. Therefore, The A-e Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part 1a To Part Ig And Part Ii Of The Sf330. The A-e Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. limitations: 852.219-73 Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses. 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. submission Criteria/requirements: interested Firms Having The Capabilities To Perform This Work Must Submit: one (1) Electronic Sf 330, Including Parts I And Ii, And Attachments (if Any) Electronically To Michael.proctor2@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On May 23, 2025. interested Firms Are Responsible For Ensuring Electronic Delivery Of Submission By The Time And The Date Specified. It Is Highly Recommended Interested Firms Confirm Electronic Submissions Have Been Received By The Contracting Officer. size Limits Of E-mails Are Restricted To 10mb. If More Than One Email Is Sent, Please Number Emails In Subjects As 1 Of N . (example: Sf330 Submission, #36c24625r0033 Prevent Legionella And Scalding, Project #565-25-151 (1 Of N, 2 Of N, Etc.). all Sf330 Submissions Shall Be Clearly Indicated In Subject Line, Displaying The Procurement Number And Project Title (abbreviated Or Shortened Is Okay). interested Firms Are Responsible For Ensuring Delivery Of Submission. all Sf 330 Submissions Must Include The Following Information, Either On The Sf 330 Or By Accompanying Document: 1) Cage Code 2) Sam Unique Entry Id Number (uei) 3) Tax Id Number 4) The E-mail Address And Phone Number Of The Primary Point Of Contact 5) Sf 330 Must Indicate The Percentage Of The Contract Performance Cost That Will Be Expended By The Prime Firm S Employees And In Which Discipline(s) And Subcontracted Percentage Of Contract Performance Cost To Be Expended (and In What Disciplines). Any Subcontracted Or Otherwise Business Entity Must Be Identified By Name, Office Location And Size/type Of Business (i.e. Sdvosb, Vosb, Large, Etc.). 6) References Noted In Selection Criteria 4 the Firm And Or A-e On Staff Representing The Project Must Follow State Of North Carolina Guidelines Under State Law For All Licensing Requirements To Sign And Seal Drawings. each Respondent Must Be Able To Demonstrate The Ability To Comply With The Limitations On Subcontracting, In Accordance With Far Clause 52.219-14 And Vaar Clauses 852.219-73 And 852.219-75. electronic Submittals Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Considered. All Information Must Be Included In The Sf330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Www.sam.gov For Any Revisions To This Announcement Prior To Submission Of Sf330s. vendor Questions: all Questions Shall Be Submitted To Michael.proctor2@va.gov And Angelo.harris@va.gov No Later Than 3:00 P.m. Eastern Daylight Time On May 7, 2025. attachments: sf 330 past Performance Questionnaire
1601-1610 of 1630 archived Tenders