2014 NIH Philippine Bidding Documents.pdf

231
Design and Build of the NATIONAL INSTITUTES OF HEALTH BUILDING UP Manila Campus, Manila PHILIPPINE BIDDING DOCUMENTS Volume 1 Procurement of Infrastructure Projects - Design and Build - Approved during the 1289 th meeting of the Board of Regents on 29 July 2013 UNIVERSITY OF THE PHILIPPINES

Transcript of 2014 NIH Philippine Bidding Documents.pdf

Page 1: 2014 NIH Philippine Bidding Documents.pdf

Design and Build of the

NATIONAL INSTITUTES OF HEALTH BUILDING UP Manila Campus, Manila

PHILIPPINE BIDDING DOCUMENTS Volume 1

Procurement of Infrastructure Projects

- Design and Build -

Approved during the 1289th meeting of the Board of Regents on 29 July 2013

UNIVERSITY OF THE PHILIPPINES

Page 2: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS 03/12/2014 Page 00010 - 1 of 9

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ___________________________________

Bidder/Contractor

PROJECT MANUAL VOLUME 1

PHILIPPINE BIDDING DOCUMENTS

TABLE OF CONTENTS

Division/ Section

Part/ Sub-Part Heading Page Number

DIV 00 B I D D I N G R E Q U I R E M E N T S

00100 INVITATION TO BID 00100 – 1 of 3

00200 INSTRUCTIONS TO BIDDERS A GENERAL 1 Scope of Bid 00200 – 1 of 22 2 Source of Funds 00200 – 1 of 22 3 Corrupt, Fraudulent, Collusive, and Coercive Practices 00200 – 1 of 22 4 Conflict of Interest 00200 – 2 of 22 5 Eligible Bidders 00200 – 3 of 22 6 Bidder’s Responsibilities 00200 – 5 of 22 7 Origin of Goods and Services 00200 – 6 of 22 8 Subcontracts 00200 – 6 of 22 B CONTENTS OF BIDDING DOCUMENTS 9 Pre-Bid Conference 00200 – 7 of 22 10 Clarification and Amendment of Bidding Documents 00200 – 7 of 22 C PREPARATION OF BIDS 11 Language of Bids 00200 – 8 of 22 12 Documents Comprising the Bid: Eligibility and Technical

Components 00200 – 8 of 22

13 Documents Comprising the Bid: Financial Component 00200 – 10 of 22 14 Alternative Bids 00200 – 10 of 22 15 Bid Prices 00200 – 10 of 22 16 Bid Currencies 00200 – 11 of 22 17 Bid Validity 00200 – 11 of 22 18 Bid Security 00200 – 11 of 22 19 Format and Signing of Bids 00200 – 13 of 22 20 Sealing and Marking of Bids 00200 – 14 of 22

D SUBMISSION AND OPENING OF BIDS 21 Deadline for Submission of Bids 00200 – 14 of 22

22 Late Bids 00200 – 14 of 22 23 Modification and Withdrawal of Bids 00200 – 15 of 22

24 Opening and Preliminary Examination of Bids 00200 – 15 of 22

Page 3: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS 03/12/2014 Page 00010 - 2 of 9

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ___________________________________

Bidder/Contractor

Division/ Section

Part/ Sub-Part Heading Page Number

E EVALUATION AND COMPARISON OF BIDS 25 Process to be Confidential 00200 – 16 of 22 26 Clarification of Bids 00200 – 16 of 22 27 Detailed Evaluation and Comparison of Bids 00200 – 17 of 22 28 Post Qualification 00200 – 18 of 22 29 Reservation Clause 00200 – 19 of 22 F AWARD OF CONTRACT 30 Contract Award 00200 – 20 of 22 31 Signing of the Contract 00200 – 20 of 22 32 Performance Security 00200 – 21 of 22 33 Notice to Proceed 00200 – 22 of 22

00250 AFFIDAVIT OF SITE INSPECTION 00250 – 1 of 1

00300 BID DATA SHEET 00300 – 1 to 8

00400 BID PROPOSAL FORM 00400 – 1 to 3

00420 OMNIBUS SWORN STATEMENT 00420 – 1 to 2

00470 COST ESTIMATE FORM 00470 – 1 to 10

00475 COST ESTIMATE GUIDE 00475 – 1 to 30

00490 SUB-CONTRACTOR LISTING 00490 – 1 of 1

DIV 00 C O N T R A C T R E Q U I R E M E N T S

00500 FORM OF CONTRACT AGREEMENT 00620 – 1 of 8

00600 DRAWINGS/PLANS 00600 – 1 to __

00620 DESIGN ELIGIBILITY REQUIREMENTS 00620 – 1 to 7

00630 DESIGN PARAMETERS 00630 – 1 to 19

00650 SPECIFICATIONS 01 GENERAL REQUIREMENTS

01000 Explanation to the Specifications 01000 – 1 to 2 01010 Summary of Work 01010 – 1 to 7

01020 Summary of Materials and Finishes 01020 – 1 to 27 01200 Shop Drawings 01200 – 1 to 3

01250 01290 01300 01310 01320

Contract Modification Procedures Payment Procedures Field Engineering Project Management and Coordination Construction Progress Documentation

01250 - 1 to 3 01290 - 1 to 4 01300 – 1 of 1 01310 - 1 to 10 01320 - 1 to 8

Page 4: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS 03/12/2014 Page 00010 - 3 of 9

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ___________________________________

Bidder/Contractor

01330 01354 01390

Submittal Procedures Special Project Procedures for Laboratories Quality Requirements

01330 - 1 of 8 01354 - 1 to 6 01390 - 1 to 7

Division/ Section

Part/ Sub-Part

Heading Page Number

01400 01410a 01410 01457

Temporary Construction Facilities and Controls Schedule of Special Inspections Structural Tests and Special Inspections List Room Integrity Testing

01400 – 1 to 5 01410a- 1 to 6 01410 - 1 to 7 01457 - 1 to 5

01500 01524 01600

Materials and Equipment Construction Waste Management Product Requirements

01500 01524 - 1 to 4 01600 - 1 to 6

01750 01770 01781 01782 01800 01810 01820

Warranties and Bonds Closeout Procedures Project Record Documents Operation and Maintenance Data Commissioning Functional Performance Testing (FPT) Procedures Demonstration and Training

01750 – 1 to 2 01770 - 1 to 6 01781 - 1 to 3 01782 - 1 to 9

01800 - 1 to 20 01810 - 1 to 42 01820 - 1 to 6

02

02080

SITEWORK Piped Utilities – Materials and Methods

02080 - 1 to 10

02100 02115

Site Preparation Soil Erosion and Sediment Control

02100 – 1 to 2 02115 - 1 to 3

02160 Excavation Support Systems 02160 – 1 to 3

02200 02230 02240

Earthwork Site Clearing and Demolition Dewatering

02200 – 1 to 3 02230 - 1 to 6 02240 - 1 to 5

02280 02290

Termite Proofing Integrated Pest Management

02280 – 1 to 3 02290 - 1 to 9

02500 02510

Roads & Parking Water Systems

02500 – 1 to 3 02510 - 1 to 11

02520 02350 02630

Roads and Sidewalks: Curbs, Gutter and Paved Walks Sanitary Sewerage Storm Drainage

02520 – 1 to 3 02350- 1 to 8 02630 - 1 to 7

02700 02741 02751 02764 02780 02781 02810 02900 02920 02930

Site Drainage Asphalt Paving Cement Concrete Pavement Pavement Joint Sealants Unit Pavers Porous Plastic Unit Paving Irrigation Systems (for Roof) Landscaping Lawns and Grasses Exterior Plants

02700 – 1 of 1 02741 - 1 to 7

02751 - 1 to 14 02764 - 1 to 6 02780 - 1 to 4 02781 - 1 to 4 02810 - 1 to 6 02900 – 1 of 13 02920 - 1 to 6 02930 - 1 to 2

03 CONCRETE 03100 Concrete Formwork 03100 – 1 to 3

03200 Concrete Reinforcement 03200 – 1 to 3 03300 Cast-In-Place Concrete 03300 – 1 to 9 03400

Architectural Precast Concrete 03400 – 1 to 3

04 MASONRY

Page 5: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS 03/12/2014 Page 00010 - 4 of 9

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ___________________________________

Bidder/Contractor

04100 Mortar 04100 – 1 to 2 04200

04720 Unit Masonry Cast Stone

04200 – 1 to 2 04720 - 1 to 8

Division/ Section

Part/ Sub-Part

Heading Page Number

05 METALS 05100 Structural Steel Framing 05100 – 1 to 7

05200 05310 05400 05500 05511 05513 05521 05531 05532 05811

Miscellaneous Metals Steel Decking Cold Formed Metal Framing Metal Fabrications Metal Stairs and Railings Factory-Applied Metal Coatings Aluminum Tube Railings Aluminum Equipment Screen Fiberglass Gratings Architectural Joint Systems

05200 – 1 of 1 05310 - 1 to 4 05400 - 1 to 3 05500 - 1 to 9 05511 - 1 to 6 05513 - 1 to 3 05521 - 1 to 7 05531 - 1 to 6 05532 - 1 to 4 05811 - 1 to 7

06 WOODS AND PLASTICS

06100 06200 06402 06416

Rough Carpentry Finish Carpentry Interior Architectural Woodwork Plastic Laminate Wood Cabinets

06100 - 1 to 6 06200 – 1 to 2 06402 - 1 to 5 06416 - 1 to 4

07 THERMAL AND MOISTURE CONTROL

07100 07115 07131 07110

Waterproofing and Dampproofing Bituminous Dampproofing Self-Adhering Sheet Waterproofing Building Insulation

07100 – 1 to 2 07110 – 1 to 5 07115 - 1 to 4 07131 - 1 to 5

07210 07227

Building and Roofing Insulation Fluid-Applied Membrane Air Barriers

07210 – 1 of 1 07227 - 1 to 8

07400 07410 07413 07540 07620 07720

Sheet Metal Proofing Exterior Metal Wall System Composite Metal Wall Panels Thermoplastic Membrane Roofing Sheet Metal Flashing and Trim Roof Accessories

07400 – 1 to 2 07410 - 1 to 12 07413 - 1 to 6 07540 – 1 to 8 07620 - 1 to 6 07720 - 1 to 7

07810 07811 07841 07842

Plastic Unit Skylight Sprayed Fire-Resistive Materials Through –Penetration Firestop Systems Fire-Resistive Joint Systems

07810 – 1 to 7 07811 - 1 to 7 07841 - 1 to 6 07842 - 1 to 7

07900 07951

Joint Sealants Expansion Joint Covers

07900 – 1 to 4 07951 - 1 of 2

08

DOORS AND WINDOWS

08100 08110 08111 08114 08125 08211

Metal Doors and Windows Metal Door and Window Frames Stainless Steel Frames Custom Steel Doors and Frames Interior Aluminum Frames Flush Wood Doors

08100 – 1 to 3 08110 – 1 to 3 08111 – 1 to 3 08114 - 1 to 5 08125 - 1 to 4 08211 - 1 to 5

08311 Access Doors and Frames 08311 - 1 to 3

Page 6: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS 03/12/2014 Page 00010 - 5 of 9

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ___________________________________

Bidder/Contractor

08331 08411 08520

Overhead Coiling Doors Aluminum-Framed Entrances and Storefronts Aluminum Windows

08331 – 1 to 3 08411 - 1 to 5 08520 – 1 to 15

Division/ Section

Part/ Sub-Part

Heading Page Number

08700 08710 08712 08716

Hardware Door Hardware Finish Hardware Automatic Door Operators

08700 – 1 to 2 08710 - 1 to 22 08712 - 1 to 21 08716 - 1 to 5

08800 08911

Glazing Glazed Aluminum Curtain Walls

08800 – 1 to 2 08911 - 1 to 8

09 FINISHES

09111 09200 09250 09265

Non-Load Bearing Steel Framing Plaster Gypsum Board Gypsum Board Shaft Wall Assemblies

09111 - 1 to 7 09200 – 1 of 1 09250 - 1 to 6 09265 - 1 to 9

09300 Tile 09300 – 1 to 2

09511 09600

09605 09610 09612 09622 09651 09651 09661 09671 09681

Acoustical Panel Ceilings Stone

Vapor Transmission Testing Concrete Floor Treatment Concrete Densifier and Sealer

Resilient Sports Floor Covering Resilient Floor Tile Resilient Sheet Flooring Static-Control Resilient Floor Coverings Resinous Flooring Carpet Tile

09511 - 1 to 8 09600 – 1 to 2 09605 - 1 to 2 09610 - 1 to 1 09612 - 1 to 5 09622 - 1 to 2 09651 - 1 to 7 09651 - 1 to 7 09661 - 1 to 5 09671 - 1 to 7 09680 – 1 to 6

09900 09960

Painting High Performance Coatings

09900 – 1 to10 09960 – 1 to 2

10

10155 10200 10265

SPECIALTIES Toilet Compartments Louvers and Vents Impact Resistant Wall and Door Protection

10155 - 1 to 5 10200 - 1 to 7 10265 - 1 to 7

10400 10432 10505 10522 10523 10651 10675 10800

Identifying Devices Interior Signage Metal Lockers Fire Extinguisher Cabinets Fire Extinguishers Operable Panel Partitions Mobile Storage Units Toilet and Bath Accessories

10400 – 1 of 1 10432 - 1 to 6 10505 - 1 to 7 10522 - 1 to 6 10523 - 1 to 2 10651 - 1 to 5 10675 - 1 to 3 10800 – 1of 1

11

11160 11530 11531 11534 11535 11536

EQUIPMENT Loading Dock Equipment Contractor Furnished & Installed Lab Equipment Fume Hoods and Exhaust Devices Class III Biological Safety Cabinets Biological Safety Cabinets Laboratory Sterilizers

11160 - 1 to 6 11530 - 1 to 2

11531 - 1 to 13 11534 - 1 to 15 11535 - 1 to 7

11536 - 1 to 19

Page 7: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS 03/12/2014 Page 00010 - 6 of 9

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ___________________________________

Bidder/Contractor

11537 11538 11540

Modular Stainless Steel Walls Cage and Rack Washers Room Air Visual Indicator

11537 - 1 to 3 11538 - 1 to 50 11540 - 1 of 1

Division/ Section

Part/ Sub-Part

Heading Page Number

12

12210 12352

FURNISHINGS Window Blinds Metal Laboratory Casework

12210 - 1 to 4

12352 - 1 to 18

12353 Adaptable Laboratory Casework System 12353 - 1 to 6

12354 12356 12481 12494 12500

Custom Stainless Steel Laboratory Casework Countertops Entrance Floor Mats Roller Shades Furniture Systems

12354 - 1 to 9 12356 - 1 to 5 12481 - 1 to 2 12494- 1 to 6

12500 - 1 to 20

13

13030 13480

SPECIAL CONSTRUCTION Controlled Environment Rooms Seismic Protection for Mechanical Equipment

13030 - 1 to 16 13480 - 1 to 7

14

15

14240

15050

CONVEYING EQUIPMENT Electric Traction Elevators MECHANICAL Basic Mechanical Materials and Methods

14240 - 1 of 11

15050 - 1 to 16

15052 15057 15061 15073 15076 15083

15092 15097 15111 15122 15123 15145 15150 15155 15160 15165 15216 15222 15223 15224 15225 15415 15441 15444 15446 15450 15451 15469

Common Work Results for Plumbing Common Motor Requirements for HVAC Equipment Hangers and Supports for Plumbing Vibration Controls for Plumbing Identification for Plumbing Piping and Equipment Plumbing Insulation Sleeves and Sleeve Seals for Plumbing Escutcheons for Plumbing Valves for Plumbing Meters and Gauges for Plumbing Expansion Fittings and Loops for Plumbing Domestic Water Piping Domestic Water Piping Specialties Sanitary Waste and Vent Piping Sanitary Waste and Piping Specialties Storm Drainage Piping Storm Drainage Piping Specialties Gas Piping for Laboratory Facilities Processed Water Piping Chemical Waste Systems for Laboratory Facilities Chemical Waste Treatment for Laboratory Facilities Plumbing System Drinking Fountains and Water Coolers Domestic Water Pumps Packaged Booster Pumps Sump Pumps Plumbing Fixtures and Trims Emergency Plumbing Fixtures

15052 - 1 to 4 15057 - 1 to 2 15073 - 1 to 5 15076 - 1 to 6 15083 - 1 to 5 15140 - 1 to 8 15092 - 1 to 2 15097 - 1 to 2 15111 - 1 to 3 15122 - 1 to 2 15123 - 1 to 2 15145 - 1 to 5 15150 - 1 to 3 15155 - 1 to 5 15160 - 1 to 3 15165 - 1 to 5 15216 - 1 to 2 15222 - 1 to 5 15223 - 1 to 4

15244 – 1 to 4 15225 – 1 to 4 15415 – 1 to 9 15441 - 1 to 4 15444 - 1 to 2 15446 - 1 to 3 15450 - 1 to 3 15451 – 1 to 15469 - 1 to 2

Page 8: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS 03/12/2014 Page 00010 - 7 of 9

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ___________________________________

Bidder/Contractor

15471 15485 15486

Water Softeners High Purity Water System Fuel-Fired Water Heaters

15471 - 1 to 3 15485 - 1 to 4 15486 - 1 to 3

Division/ Section

Part/ Sub-Part

Heading Page Number

15500 15726 15734 15751 15815 15817 15820 15836 15837 15838 15480 15855 15960 15961

Ventilation System Indoor Custom Air-Handling Units Computer-Room Air Conditioning High Pressure Humidification Systems Metal Ducts HEPA Filter Containment Housing Duct Accessories Axial Fans Centrifugal Fans Power Ventilators Air Terminal Units Diffusers, Registers and Grilles Laboratory Air Control System Testing, Adjusting and Balancing

15500 – 1 to 7 15726 – 1 to 19 15734 - 1 to 2 15751 - 1 to 3

15815 - 1 to 11 15817– 1 to 8

15820 - 1 to 12 15836 - 1 to 5

15837 - 1 to 11 15838 - 1 to 6 15480 - 1 to 3 15855 - 1 to 3 15960 – 1 to 6

15960 – 1 to 26

16

16050

ELECTRICAL Basic Electrical Materials and Methods

16050 – 1 to 10

16055 16060 16062 16065 16070 16073 16075 16120 16130 16139 16140 16145 16231 16269 16289 16410 16415 16420 16441 16442 16450 16461 16491 16511 16521 16715 16720 16721 16726

Overcurrent Protective Device Coordination Grounding and Bonding Lightning Protection Division of Work Electrical Testing Hangers and Supports for Electrical Systems Electrical Identification Conductors and Cables Raceways and Boxes Cable Trays Wiring Devices Lighting Control Devices Packaged Engine Generator Variable Frequency Controllers Transient Voltage Suppression Enclosed Switches and Circuit Breakers Transfer Switches Electrical Distribution System Switchboards Panelboards Enclosed Bus Assemblies Low Voltage Transformers Fuses Interior Lighting Exterior Lighting Voice and Data Communications Security Systems Fire Alarm Public Address Systems

16055 - 1 to 8 16060 - 1 to 8 16062 – 1 to 3 16065 - 1 to 2 16070 - 1 to 2 16073 - 1 to 2 16075 - 1 to 7

16120 - 1 to 13 16130 - 1 to 3 16139 - 1 to 2

16140 - 1 to 18 16145 - 1 to 7

16231 - 1 to 30 16269 - 1 to 10 16289 - 1 to 4 16410 - 1 to 9 16415 - 1 to 7 16420 – 1 to 2 16441 - 1 to 10 16442 - 1 to 11

16450 - 1 to 5 16461 - 1 to 5 16491 - 1 to 3

16511 - 1 to 11 16521 - 1 to 12 16715 – 1 to 24 16720 – 1 to 16 16721 – 1 to 2 16726 - 1 to 10

Page 9: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS 03/12/2014 Page 00010 - 8 of 9

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ___________________________________

Bidder/Contractor

Division/ Section

Part/ Sub-Part

Heading Page Number

00700 GENERAL CONDITIONS OF CONTRACT

1 Definitions 00700 – 1 of 26 2 Interpretation 00700 – 3 of 26 3 Governing Language and Law 00700 – 3 of 26

4 Communications 00700 – 4 of 26 5 Possession of Site 00700 – 4 of 26

6 The Contractor’s Obligations 00700 – 4 of 26 7 Performance Security 00700 – 5 of 26

8 Subcontracting 00700 – 6 of 26 9 Liquidated Damages 00700 – 6 of 26 10 Site Investigation Reports 00700 – 7 of 26 11 The Procuring Entity, Licenses and Permits 00700 – 7 of 26 12 Contractor’s Risk and Warranty Security 00700 – 7 of 26 13 Liability of the Contractor 00700 – 9 of 26 14 Procuring Entity’s Risk 00700 – 9 of 26 15 Insurance 00700 – 9 of 26 16 Termination for Default of Contractor 00700 – 10 of 26 17 Termination for Default of Procuring Entity 00700 – 11 of 26 18 Termination for Other Cases 00700 – 11 of 26 19 Procedures for Termination of Contracts 00700 – 12 of 26 20 Force Majeure, Release from Performance 00700 – 14 of 26 21 Resolution of Disputes 00700 – 14 of 26 22 Suspension of Loan, Credit, Grant, or Appropriation 00700 – 15 of 26 23 Procuring Entity’s Representative’s Decisions 00700 – 15 of 26 24 Approval of Drawings and Temporary Works by the

Procuring Entity’s Representative 00700 – 15 of 26

25 Acceleration and Delays Ordered by the Procuring Entity’s Representative

00700 – 16 of 26

26 Extension of the Intended Completion Date 00700 – 16 of 26 27 Right to Vary 00700 – 16 of 26 28 Contractor’s Right to Claim 00700 – 16 of 26 29 Dayworks 00700 – 17 of 26

30 Early Warning 00700 – 17 of 26

31 Program of Work 00700 – 17 of 26 32 Management Conferences 00700 – 18 of 26

33 Bill of Quantities 00700 – 18 of 26 34 Instructions, Inspections and Audits 00700 – 18 of 26 35 Identifying Defects 00700 – 19 of 26 36 Cost of Repairs 00700 – 19 of 26 37 Correction of Defects 00700 – 19 of 26 38 Uncorrected Defects 00700 – 19 of 26 39 Advance Payment 00700 – 19 of 26

Page 10: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS 03/12/2014 Page 00010 - 9 of 9

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ___________________________________

Bidder/Contractor

40 Progress Payments 00700 – 20 of 26 41 Payment Certificates 00700 – 21 of 26 42 Retention 00700 – 21 of 26 Division/ Section

Part/ Sub-Part

Heading Page Number

43 Variation Orders 00700 – 22 of 26 44 Contract Completion 00700 – 24 of 26

45 Suspension of Work 00700 – 24 of 26 46 Payment on Termination 00700 – 24 of 26 47 Extension of Contract Time 00700 – 24 of 26 48 Price Adjustment 00700 – 25 of 26 49 Completion 00700 – 25 of 26 50 Taking Over 00700 – 26 of 26 51 Operating and Maintenance Manuals 00700 – 26 of 26

00800 SPECIAL CONDITIONS OF CONTRACT 00800 – 1 to 6

--- ANNEXES 1 Form 1 – Letter of Application/Intent 1 of 1 2 Form 2 – Information on Bidding Form 1 of 1 3 Form 3 – Relevant Experience 1 of 1 4

5 6 7 8 9

Checklist of Eligibility, Technical and Financial Documents UP Questionnaire Soil Investigation Report List of Equipment ADA Area of Rescue IBC 2009 Additional Information

1 of 5

1 of 4 1 of 21 1 of 20 1 of 7 1 of 11

END OF TABLE OF CONTENTS

Page 11: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00100 INVITATION TO BID 03/12/2014 Page 00100 - 1 of 4

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

SECTION 00100 INVITATION TO BID PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES TO : ______________________________________ DATE : ____________________

1.0 The National Institutes of Health’s mission is to be a major resource center for health research and development in the Philippines and Southeast Asia. When the NIH was created by the Board of Regents of the University of the Philippines in 1996, the NIH administration moved into a concrete building in the Manila campus that survived bombing during the Liberation circa 1946. The building is now more than 100 years old and incremental renovations cannot provide for key mechanical systems, laboratory environments, laboratory support, and shared amenities for enabling the work of ten (10) research institutes, three (3) reference centers, and twenty four (24) study groups. The University of the Philippines, through the Special Bids and Awards Committee (SBAC), intends to apply the sum of Nine Hundred Eighty Million Pesos (PhP 980,000,000.00) being the Approved Budget for the Contract (ABC) to payments under the contract for the proposed National Institutes of Health Building through the Design and Build project delivery approach. Bids that exceed the ABC shall be automatically rejected at bid opening.

2.0 The University of the Philippines now invites bids for NEGOTIATION of the proposed Design and Build of the National Institutes of Health. The project should be completed within Nine Hundred Ten (910) calendar days, the starting date being seven calendar days from the issuance of the Notice to Proceed. Bidders should have successfully undertaken and completed design and construction of projects or contracts of similar building type, costing at least 50% of the ABC from 2000 to 2013. For this purpose, design and construction projects/contracts shall refer to Detailed Architecture and Engineering Designs (DAED) of medium-rise (six to twelve storeys in height) multi-level buildings costing at least 50% of the ABC and constructed from 2000 to 2013. The building shall have office spaces, function rooms, and mechanical systems composed of ducted air conditioning, ventilation and elevator system. The Design Development Phase has the following scope of works:

1. Geodetic Survey 2. Soil Foundation Investigation 3. Architectural &Engineering Design Development Plans, Elevations and Sections 4. Detailed Architectural Designs and Plans

Page 12: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00100 INVITATION TO BID 03/12/2014 Page 00100 - 2 of 4

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

5. Detailed Architectural Interior Designs and Plans 6. Detailed Laboratory Planning, Furnishing and Equipment Plans for BSL-2, BSL3,

ABSL-2 and ABSL-3 spaces indicated in Schematic Design Plans prepared by the End User.

7. Detailed Furnishing Plans 8. Detailed Site/Civil and Landscape Architectural Designs and Plans 9. Detailed Site and Building Engineering Designs and Plans:

(a) Structural (b) Sanitary/Plumbing (c) Electrical (d) Electrical Auxiliaries (e) Mechanical Ventilation, BMS/ BAS Systems (f) Public Address Systems (g) Conveying System: Elevators

10. Detailed Estimates, Bill of Quantities 11. Scope of Works and Technical Specifications 12. Proposed Design and Construction Schedule 13. Health and Safety Program for the Construction Phase

The Construction Phase has the following scope of works:

1. General Requirements: (a) Permit to Construct (b) Permits (Building Permit, Electrical Permit, Sanitary Permit, Mechanical Permit,

Zoning Permit, Fire Safety Permit, etc.) (c) Project Billboard

2. Temporary Facilities and Facilities for the Engineer 3. Earth Works 4. Structural Works 5. Architectural and Laboratory Furnishing Works 6. Site and Landscape Architectural Works 7. Sanitary/Plumbing Works 8. Electrical Works 9. Electrical Auxiliaries Works 10. Conveying Systems: Elevator Works 11. Architectural Interior Design Works 12. Engineered Mechanical Building Utilities and Ventilation Systems 13. Way finding, Laboratory Hazard and Room Signage Systems 14. Quality Assurance: Mock-ups

(a) Typical Lobby waiting area and entry (b) Typical Institute Director’s Office (c) Typical Open Laboratory (20 square meters) (d) Typical BSL-2 Room (20 square meters) (e) Typical mechanical penthouse room (f) Typical toilet room

The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. INSTRUCTIONS TO BIDDERS (ITB).

Page 13: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00100 INVITATION TO BID 03/12/2014 Page 00100 - 3 of 4

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

3.0 Bidding will be open and competitive using criteria as specified in the Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”.

4.0 Interested bidders may obtain further information from the Secretariat of the Special Bids and Awards Committee-NIH Building Project during office hours from 8:00 A.M. to 5:00 P.M. at the address given below:

Project Development Office, OVCPD 8/F Central Block Building UP-PGH Compound, Taft Avenue, Manila

Contact person: Ms. Elsie J. San Diego Tel. No. 525-4434; 5266118

5.0 The complete soft copy set of Bidding Documents will be issued to interested Bidders upon

payment of a non-refundable fee in the amount of Seventy Five Thousand Pesos (Php75,000.00) starting on December 03, 2014. Soft copy of the documents may be downloaded from the UP Manila website provided that bidders shall pay the fee for the bidding documents upon the submission of their bids.

6.0 A meeting with invited contractors for negotiation will be held on Wednesday 10 December 2014, 9:00 AM at the UP Manila Board Room, 8/F Central Block Building, UP-PGH Compound, Taft Avenue, Manila.

7.0 Bid proposals must be submitted on or before 8:30 AM on Thursday 11 December 2014 at the

following address:

UP Manila Board Room, 8/F Central Block Building, UP-PGH Compound, Taft Avenue, Manila

All bids must be accompanied by a bid security in the following amount:

2% of ABC, if bid security is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit.

Opening of Bids will be at 9:00 AM on Thursday 11 December 2014 at the following address:

UP Manila Board Room, 8/F Central Block Building, UP-PGH Compound, Taft Avenue, Manila

Late bids shall be disqualified. The bidders or their duly authorized representatives may attend the opening of bids.

Page 14: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00100 INVITATION TO BID 03/12/2014 Page 00100 - 4 of 4

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

8.0 The University of the Philippines reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders.

9.0 Please address all questions to the Secretariat – Special Bids and Awards Committee, NIH

Building Project. In the subject line, please indicate “NIH Building Project Bidder Questions” and include the name of the interested company in the email.

Elsie San Diego Secretariat - Special Bids and Awards Committee-NIH Building Project 8/F Central Block Building UP-PGH Compound Taft Avenue, Manila Telephone: (02) 526-6118 Email: [email protected]

CHARLOTTE M. CHIONG, MD, PhD Chair, UP Special Bids and Awards Committee Vice Chancellor for Planning and Development, UP Manila

END OF SECTION 00100

Page 15: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 1 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

SECTION 00200 INSTRUCTIONS TO BIDDERS PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES TO : ______________________________________ DATE : ____________________ A. GENERAL 1.0 SCOPE OF BID 1.1 The Procuring Entity as defined in the Bid Data Sheet (BDS), invites bids for the design and

construction of Works, as described in Section 00600: Drawings and Section 00650: Specifications. The name and identification number of the Contract is provided in the BDS.

1.2 The successful bidder will be expected to complete the Works by the intended completion date

specified in Special Conditions of Contract (SCC) Clause 1.16. 2.0 SOURCE OF FUNDS

The Procuring Entity has a budget or has applied for or received funds from the Funding Source named in the BDS, and in the amount indicated in the BDS. It intends to apply part of the funds received for the Project, as defined in the BDS, to cover eligible payments under the Contract for the Works.

3.0 CORRUPT, FRAUDULENT, COLLUSIVE, AND COERCIVE PRACTICES

3.1 Unless otherwise specified in the BDS, the Procuring Entity, as well as bidders and contractors, shall observe the highest standard of ethics during the procurement and execution of the contract. In pursuance of this policy, the Funding Source: (a) defines, for purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves, others, or induce others to do so, by misusing the position in which they are placed, and includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; entering, on behalf of the Procuring Entity, into any contract or transaction manifestly and grossly disadvantageous to the same, whether or not the public officer profited or will profit thereby, and similar acts as provided in Republic Act 3019;

Page 16: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 2 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(ii) "fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity, and includes collusive practices among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring Entity of the benefits of free and open competition;

(iii) “collusive practices” means a scheme or arrangement between two or more bidders, with or without the knowledge of the Procuring Entity, designed to establish bid prices at artificial, non-competitive levels; and

(iv) “coercive practices” means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in a procurement process, or affect the execution of a contract;

(b) will reject a proposal for award if it determines that the bidder recommended for award

has engaged in corrupt or fraudulent practices in competing for the Contract; and

(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded Contract funded by the Funding Source if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing or, or in executing, a Contract funded by the Funding Source.

3.2 Further, the Procuring Entity will seek to impose the maximum civil, administrative, and/or

criminal penalties available under the applicable laws on individuals and organizations deemed to be involved in any of the practices mentioned in ITB Clause 3.1(a).

3.3 Furthermore, the Funding Source and the Procuring Entity themselves, or through the independent auditors, reserve the right to inspect and audit records and accounts of a contractor in the bidding for and performance of a contract as reflected in the General Conditions of Contract (GCC) Clause 34.

4.0 CONFLICT OF INTEREST

4.1 All bidders found to have conflicting interests shall be disqualified to participate in the

procurement at hand, without prejudice to the imposition of appropriate administrative, civil, and criminal sanctions. A Bidder may be considered to have conflicting interests with another Bidder in any of the events described in paragraphs (a) through (c) and a general conflict of interest in any of the circumstances set out in paragraphs (d) through (g) below: (a) A Bidder has controlling shareholders in common with another Bidder;

(b) A Bidder receives or has received any direct or indirect subsidy from any other Bidder;

(c) A Bidder has the same legal representative as that of another Bidder for purposes of

this Bid;

(d) A Bidder has a relationship, directly or through third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder or influence the decisions of the Procuring Entity regarding this bidding process. This will include a firm or an organization who lends, or temporarily seconds, its personnel to

Page 17: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 3 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the project if the personnel would be involved in any capacity on the same project;

(e) A Bidder submits more than one bid in this bidding process. However, this does not

limit the participation of subcontractors in more than one bid;

(f) A Bidder who participated as a consultant in the preparation of the design or technical specifications of the goods and related services that are the subject of the bid; or

(g) A Bidder who lends, or temporary seconds, it’s personnel to firms or organizations

which are engaged in consulting services for the preparation related to procurement for or implementation of the project, if the personnel would be involved in any capacity on the same project.

4.2 In accordance with Section 47 of the IRR of RA 9184, all Bidding Documents shall be

accompanied by a sworn affidavit of the Bidder that it is not related to the Head of the Procuring Entity, members of the Special Bids and Awards Committee (SBAC), members of the Technical Working Group (TWG), members of the SBAC Secretariat, the head of the Project Management Office (PMO) or the end-user unit, and the project consultants, by consanguinity or affinity up to the third civil degree. On the part of the bidder, this Clause shall apply to the following persons:

(a) If the Bidder is an individual or a sole proprietorship, to the Bidder himself; (b) If the Bidder is a partnership, to all its officers and members;

(c) If the Bidder is a corporation, to all its officers, directors, and controlling stockholders;

and

(d) If the Bidder is a joint venture (JV), the provisions of items (a), (b), or (c) of this Clause shall correspondingly apply to each of the members of the said JV, as may be appropriate.

Relationship of the nature described above or failure to comply with this Clause will result in the automatic disqualification of a Bidder.

5.0 ELIGIBLE BIDDERS 5.1 Unless otherwise indicated in the BDS, the following persons shall be eligible to participate in

this Bidding: (a) Duly licensed Filipino citizens/sole proprietorships; (b) Partnerships duly organized under the laws of the Philippines and of which at least

seventy five percent (75%) of the interest belongs to citizens of the Philippines;

Page 18: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 4 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(c) Corporations duly organized under the laws of the Philippines, and of which at least seventy five percent (75%) of the outstanding capital stock belongs to citizens of the Philippines;

(d) Cooperatives duly organized under the laws of the Philippines, and of which at least

seventy five percent (75%) of the interest belongs to citizens of the Philippines; and

(e) Persons/entities forming themselves into a JV, i.e., a group of two (2) or more persons/entities that intend to be jointly and severally responsible or liable for a particular contract: Provided, however, that, in accordance with Letter of Instructions No. 630, Filipino ownership or interest of the joint venture concerned shall be at least seventy five percent (75%): Provided, further, that joint ventures in which Filipino ownership or interest is less than seventy five percent (75%) may be eligible where the structures to be built require the application of techniques and/or technologies which are not adequately possessed by a person/entity meeting the seventy five percent (75%) Filipino ownership requirement: Provided, finally, that in the latter case, Filipino ownership or interest shall not be less than twenty five percent (25%). For this purpose Filipino ownership or interest shall be based on the contributions of each of the members of the joint venture as specified in their JVA.

5.2 The Procuring Entity may also invite foreign bidders when provided for under any Treaty or International or Executive Agreement as specified in the BDS.

5.3 Government Corporate Entities may be eligible to participate only if they can establish that they (a) are legally and financially autonomous, (b) operate under commercial law, and (c) are not dependent agencies of the GOP or the Procuring Entity.

5.4 Unless otherwise provided in the BDS, the Bidder must have completed, within ten (10) years

from the submission of bids, a single contract that is similar to this Project, equivalent to at least fifty percent (50%) of the ABC adjusted to current prices using the National Statistics Office consumer price index. For this purpose, contracts similar to the Project shall be those described in the BDS, and completed within the period stated in the Invitation to Bid and ITB Clause 12.1(a)(iii).

5.5 Unless otherwise provided in the BDS, the Bidder must submit a computation of its Net

Financial Contracting Capacity (NFCC) or a Commitment from a Universal or Commercial bank to extend a credit line in its favour if awarded the contract for this project (CLC). The NFCC, computed using the following formula, must be at least equal to the ABC to be bid:

NFCC = [(Current assets minus current liabilities) (K)] minus the value of all outstanding or uncompleted portions of the projects under on-going contracts, including awarded contracts yet to be started coinciding with the contract for this Project. Where: K = 10 for a contract duration of one year or less, 15 for a contract duration of more than one year up to two years, and 20 for a contract duration of more than two years.

Page 19: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 5 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

The CLC must be at least equal to ten percent (10%) of the ABC for this Project. If issued by a foreign bank, it shall be confirmed or authenticated by a Universal or Commercial Bank. In the case of local government units (LGUs), the Bidder may also submit CLC from other banks certified by the Bangko Sentral ng Pilipinas (BSP) as authorized to issue such financial statement.

6.0 BIDDER’S RESPONSIBILITIES

6.1 The Bidder or its duly authorized representative shall submit a sworn statement in the form prescribed in Section 00420. Omnibus Sworn Statement as required in ITB Clause 12.1 (b)(iii).

6.2 The Bidder is responsible for the following:

(a) Having taken steps to carefully examine all of the Bidding Documents;

(b) Having acknowledged all conditions, local or otherwise, affecting the implementation of the contract;

(c) Having made an estimate of the facilities available and needed for the contract to be

bid, if any; and

(d) Having complied with its responsibility to inquire or secure Supplemental/Bid Bulletin/s as provided under ITB Clause 10.3.

(e) Ensuring that it is not “blacklisted” or barred from bidding by the GOP or any of its

agencies, offices, corporations, or LGUs, including foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the GPPB;

(f) Ensuring that 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;

(g) Authorizing the Head of the Procuring Entity or its duly authorized representative/s to

verify all the documents submitted;

(h) Ensuring that the signatory is the duly authorized representative of the Bidder, and granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the Bidder in the bidding, with the duly notarized Secretary’s Certificate attesting to such fact, if the Bidder is a corporation, partnership, cooperative, or joint venture;

(i) Complying with the disclosure provision under Section 47 of the Act in relation to other

provisions of Republic Act 3019; and

(j) Complying with existing labor laws and standards, if applicable.

Failure to observe any of the above responsibilities shall be at the risk of the Bidder concerned.

Page 20: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 6 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

6.3 The Bidder, by the act of submitting its bid, shall be deemed to have inspected the site and

determined the general characteristics of the contract works and the conditions for this Project and examine all instructions, forms, terms, and project requirements in the Bidding Documents. Unless otherwise indicated in the BDS, failure to furnish all information or documentation required in this Bidding Documents shall result in the rejection of the bid and the disqualification of the Bidder.

6.4 It shall be the sole responsibility of the prospective bidder to determine and to satisfy itself by such means as it considers necessary or desirable as to all matters pertaining to this Project, including: (a) the location and the nature of the contract, project, or 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.

6.5 The Procuring Entity shall not assume any responsibility regarding erroneous interpretations or

conclusions by the prospective or eligible bidder out of the data furnished by the procuring entity.

6.6 Before submitting their bids, the Bidders are deemed to have become familiar with all existing

laws, decrees, ordinances, acts and regulations of the Philippines which may affect the contract in any way.

6.7 The Bidder shall bear all costs associated with the preparation and submission of his bid, and

the Procuring Entity will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

6.8 Bidders should note that the Procuring Entity will only accept bids only from those that have

paid the nonrefundable fee for the Bidding Documents at the office indicated in the Invitation to Bid.

7.0 ORIGIN OF GOODS AND SERVICES There is no restriction on the origin of Goods, or Contracting of Works or Services other than those prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations.

8.0 SUBCONTRACTS

8.1 Unless otherwise provided in the BDS, the Bidder may subcontract portions of the Works to an

extent as may be approved by the Procuring Entity and stated in the BDS. However, subcontracting of any portion shall not relieve the Bidder from any liability or obligation that may arise from the contract for this Project.

8.2 Subcontractors must submit the documentary requirements under ITB Clause 12.0 and comply with the eligibility criteria specified in the BDS. In the event that any subcontractor is found by

Page 21: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 7 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

the Procuring Entity to be ineligible, the subcontracting of such portion of the Works shall be disallowed.

8.3 The Bidder may identify the subcontractor to whom a portion of the Works will be

subcontracted at any stage of the bidding process or during contract implementation. If the Bidder opts to disclose the name of the subcontractor during bid submission, the Bidder shall include the required documents as part of the technical component of its bid.

B. CONTENTS OF BIDDING DOCUMENTS 9.0 PRE-BID CONFERENCE 9.1 If so specified in the BDS, a pre-bid conference shall be held at the venue and on the date

indicated therein, to clarify and address the Bidders’ questions on the technical and financial components of this Project.

9.2 Bidders are encouraged to attend the pre-bid conference to ensure that they fully understand the Procuring Entity’s requirements. Non-attendance of the Bidder will in no way prejudice its bid; however, the Bidder is expected to know the changes and/or amendments to the Bidding Documents as recorded in the minutes of the pre-bid conference and the Supplemental/Bid Bulletin.

9.3 Any statement made at the pre-bid conference shall not modify the terms of the bidding

documents unless such statement is specifically identified in writing as an amendment thereto and issued as a Supplemental/Bid Bulletin.

10.0 CLARIFICATION AND AMENDMENT OF BIDDING DOCUMENTS 10.1 Bidders who have purchased the Bidding Documents may request for clarification(s) on any

part of the Bidding Documents or for an interpretation. Such a request must be in writing and submitted to the Procuring Entity at the address indicated in the BDS at least ten (10) calendar days before the deadline set for the submission and receipt of Bids.

10.2 Supplemental/Bid Bulletins may be issued upon the Procuring Entity’s initiative for purposes of clarifying or modifying any provision of the Bidding Documents not later than seven (7) calendar days before the deadline for the submission and receipt of Bids. Any modification to the Bidding Documents shall be identified as an amendment.

10.3 Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the Philippine

Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity concerned, if available. Unless otherwise provided in the BDS, it shall be the responsibility of all Bidders who secure the Bidding Documents to inquire and secure Supplemental/Bid Bulletins that may be issued by the BAC. However, bidders who have submitted bids before the issuance of the Supplemental/Bid Bulletin must be informed and allowed to modify or withdraw their bids in accordance with ITB Clause 23.0.

Page 22: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 8 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

C. PREPARATION OF BIDS

11.0 LANGUAGE OF BIDS The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Procuring Entity, shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation in English certified by the appropriate embassy or consulate in the Philippines, in which case the English translation shall govern, for purposes of interpretation of the Bid.

12.0 DOCUMENTS COMPRISING THE BID: ELIGIBILITY AND TECHNICAL COMPONENTS

12.1 Unless otherwise indicated in the BDS, the first envelope shall contain the following eligibility

and technical documents: (a) Eligibility Documents –

Class "A" Documents:

(i) Registration certificate from the Securities and Exchange Commission (SEC)

for corporations, Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives, or any proof of such registration as stated in the BDS;

(ii) Tax clearance per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR.

(iii) Mayor’s permit issued by the city or municipality where the principal place of

business of the prospective bidder is located;

(iv) (Annex 3) Statement of all its ongoing and completed government and private contracts within ten (10) years from the submission of bids, unless otherwise stated in the BDS, including contracts awarded but not yet started, if any. The statement shall include, for each contract, the following: (iv.1) name and location of the contract; (iv.2) date of the contract; (iv.3) contract duration; (iv.4) owner’s name and address; (iv.5) nature of work; (iv.6) project size (area in sq.m.) and number of stories; (iv.7) contractor’s role (whether sole contractor, subcontractor, or partner in

a JV) and percentage of participation; (iv.8) total contract value at award; (iv.9) date of completion or estimated completion time; (iv.10) total contract value at completion, if applicable; (iv.11) percentages of planned and actual accomplishments, if applicable; (iv.12) value of outstanding works, if applicable;

Page 23: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 9 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(iv.13) the statement shall be supported by the notices of award and/or notices to proceed issued by the owners; and

(iv.14) the statement shall be supported by the Constructors Performance Evaluation System (CPES) rating sheets, and/or certificates of completion and owner’s acceptance, if applicable;

(v) Unless otherwise provided in the BDS, valid Philippine Contractors

Accreditation Board (PCAB) license and registration for the type and cost of the contract for this Project;

(vi) Audited financial statements, showing, among others, the prospective total and current assets and liabilities, stamped “received” by the BIR or its duly authorized and accredited institutions, for the preceding calendar year which should not be earlier than two (2) years from the date of bid submission;

(vii) NFCC computation or CLC in accordance with ITB Clause 5.5; and

(viii) Any other document required in the BDS.

Class "B" Document: (ix) If applicable, valid Joint Venture Agreement (JVA) or, in lieu thereof, 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 shall be included in the bid.

(b) Technical Documents –

(i) Bid security as prescribed in ITB Clause 18. If the Bidder opts to submit the

bid security in the form of: (i.1) Cash, Manager’s Check or Cashier’s Check issued by a reputable

commercial or universal bank; or

(i.2) A bank draft/guarantee or an irrevocable letter of credit issued by a foreign bank, it shall be accompanied by a confirmation from a Universal or Commercial Bank; or

(i.3) Surety bond callable upon demand issued by a surety or insurance

company duly certified by the Insurance Commission as authorized to issue such security.

(ii) Project Requirements, which shall include the following: (ii.1) Duly signed Contract Organizational Chart for the contract to be bid

(One for Design and one for Construction);

(ii.2) Duly signed List of Contractor’s Key Personnel: For Design (viz, Architects, Landscape Architect, Interior Architect, All Design

Page 24: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 10 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

Engineers and Associates); For Construction (viz, Project Manager, Project Engineers, Materials Engineers, Superintendent, Site Health and Safety Manager/ Trainer and Foremen), to be assigned to the contract to be bid, with their complete qualification and experience data;

(ii.3) Duly signed List of Contractor’s Equipment Pledged to the Contract

(owned, leased and/or under purchase agreement/s) supported by certification of availability of equipment from the equipment lessor/vendor for the duration of the project; and

(iii) Sworn Statement in accordance with Section 25.2(b)(iv) of the IRR of RA 9184

and using the form prescribed in Section 00420.

(iv) Any other document required in the BDS.

13.0 DOCUMENTS COMPRISING THE BID: FINANCIAL COMPONENTS

13.1 Unless otherwise stated in the BDS, the financial component of the bid shall contain the following: (a) Duly signed Financial Bid Form in accordance with the form prescribed in Section

00400. Bid Proposal Form; and (b) Any other document related to the financial component of the bid as stated in the BDS.

13.2 Unless indicated in the BDS, all Bids that exceed the ABC shall not be accepted. 14.0 ALTERNATIVE BIDS 14.1 Alternative Bids shall be rejected. For this purpose, alternative bid is an offer made by a Bidder

in addition or as a substitute to its original bid which may be included as part of its original bid or submitted separately therewith for purposes of bidding. A bid with options is considered an alternative bid regardless of whether said bid proposal is contained in a single envelope or submitted in two (2) or more separate bid envelopes.

14.2 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.

14.3 Each Bidder shall submit only one Bid, either individually or as a partner in a JV. A Bidder who

submits or participates in more than one bid (other than as a subcontractor if a subcontractor is permitted to participate in more than one bid) will cause all the proposals with the Bidder’s participation to be disqualified. This shall be without prejudice to any applicable criminal, civil and administrative penalties that may be imposed upon the persons and entities concerned.

15.0 BID PRICES

Page 25: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 11 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

15.1 The contract shall be for the whole Works, as described in ITB Clause 1.1, based on the priced Bill of Quantities submitted by the Bidder.

15.2 The Bidder shall fill in rates and prices for all items of the Works described in the Bill of Quantities. Bids not addressing or providing all of the required items in the Bidding Documents including, where applicable, bill of quantities, shall be considered non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered as non-responsive, but specifying a "0" (zero) for the said item would mean that it is being offered for free to the Government.

15.3 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any

other cause, prior to the deadline for submission of bids, shall be included in the rates, prices, and total bid price submitted by the Bidder.

15.4 Unless otherwise provided in the BDS, all bid prices for the given scope of work in the contract

as awarded shall be considered as fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances as indicated in the BDS and specified in GCC Clause 48 and its corresponding SCC provision.

16.0 BID CURRENCIES

16.1 All bid prices shall be quoted in Philippine Pesos unless otherwise provided in the BDS.

However, for purposes of bid evaluation, bids denominated in foreign currencies shall be converted to Philippine currency based on the exchange rate prevailing on the day of the Bid opening.

16.2 If so allowed in accordance with ITB Clause 13.1, the Procuring Entity for purposes of bid evaluation and comparing the bid prices will convert the amounts in various currencies in which the bid price is expressed to Philippine Pesos at the exchange rate as published in the BSP reference rate bulletin on the day of the bid opening.

16.3 Unless otherwise specified in the BDS, payment of the contract price shall be made in

Philippine Pesos. 17.0 BID VALIDITY

17.1 Bids shall remain valid for the period specified in the BDS, which shall not exceed one hundred

twenty (120) calendar days from the date of the opening of bids.

17.2 In exceptional circumstances, prior to the expiration of the bid validity period, the Procuring Entity may request Bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. The bid security described in ITB Clause 18 should also be extended corresponding to the extension of the bid validity period at the least. A Bidder may refuse the request without forfeiting its bid security, but his bid shall no longer be considered for further evaluation and award. A Bidder granting the request shall not be required or permitted to modify its bid.

18.0 BID SECURITY

Page 26: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 12 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

18.1 The bid security, issued in favor of the Procuring Entity, in the amount stated in the BDS shall be equal to the percentage of the ABC in accordance with the following schedule:

Form of Bid Security Amount of Bid Security (Equal to Percentage of the ABC)

(a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank.

Two percent (2%) (b) Bank draft/guarantee or irrevocable letter of

credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank.

(c) Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security; and/or

Five percent (5%)

(d) Any combination of the foregoing. Proportionate to share of form with respect to total amount of security.

18.2 The bid security should be valid for the period specified in the BDS. Any bid not accompanied

by an acceptable bid security shall be declared non-responsive.

18.3 No bid securities shall be returned to bidders after the opening of bids and before contract signing, except to those that failed or declared as post-disqualified, upon submission of a written waiver of their right to file a motion for reconsideration and/or protest. Without prejudice on its forfeiture, Bid Securities shall be returned only after the bidder with the Lowest Calculated Responsive Bid has signed the contract and furnished the Performance Security, but in no case later than the expiration of the Bid Security validity period indicated in ITB Clause 18.2.

18.4 The bid security may be forfeited:

(a) if a Bidder: (i) withdraws its bid during the period of bid validity specified in ITB Clause 17;

(ii) does not accept the correction of errors pursuant to ITB Clause 27.3 (b);

(iii) fails to submit the requirements within the prescribed period, or a finding

against their veracity, as stated in ITB Clause 28.2;

(iv) submission of eligibility requirements containing false information or falsified documents;

(v) submission of bids that contain false information or falsified documents, or the

concealment of such information in the bids in order to influence the outcome of the eligibility screening or any other stage of the public bidding

Page 27: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 13 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(vi) allowing the use of one’s name, or using the name of another for purposes of public bidding;

(vii) withdrawal of a bid, or refusal to accept and award, or enter into contract with

the Government without justifiable cause, after the Bidder had been adjudged as having submitted the Lowest Calculated and Responsive Bid;

(viii) refusal or failure to post the required performance security within the

prescribed time;

(ix) refusal to clarify or validate in writing its bid during post-qualification within a period of seven (7) calendar days from receipt of the request for clarification;

(x) any documented attempt by a bidder to unduly influence the outcome of the

bidding in his favor;

(xi) failure of the potential joint venture partners to enter into the joint venture after the bid is declared successful; or

(xii) all other acts that tend to defeat the purpose of the competitive bidding, such

as habitually withdrawing from bidding, submitting late Bids or patently insufficient bid, for at least three (3) times within a year, except for valid reasons.

(b) if the successful Bidder: (i) fails to sign the contract in accordance with ITB Clause 31;

(ii) fails to furnish performance security in accordance with ITB Clause 32.

19.0 FORMAT AND SIGNING OF BIDS

19.1 Bidders shall submit their bids through their duly authorized representative using the

appropriate forms provided in Section 00400. Bid Proposal Form on or before the deadline specified in the ITB Clause 21 in two (2) separate sealed bid envelopes, and which shall be submitted simultaneously. The first shall contain the technical component of the bid, including the eligibility requirements and the second shall contain the financial component of the bid.

19.2 Forms as mentioned in ITB Clause 19.1 must be completed without any alterations to their format, and no substitute form shall be accepted. All blank spaces shall be filled in with the information requested.

19.3 The Bidder shall prepare an original of the first and second envelopes as described in ITB

Clause 12 and 13. In addition, the Bidder shall submit copies of the first and second envelopes. In the event of any discrepancy between the original and the copies, the original shall prevail.

19.4 The bid, except for un-amended printed literature, shall be signed, and each and every page

thereof shall be initialed, by the duly authorized representative/s of the Bidder.

Page 28: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 14 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

19.5 Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the duly authorized representative/s of the Bidder.

20.0 SEALING AND MARKING OF BIDS

20.1 Bidders shall enclose their original eligibility and technical documents described in ITB Clause 12, in one sealed envelope marked “ORIGINAL - TECHNICAL COMPONENT”, and the original of their financial component in another sealed envelope marked “ORIGINAL - FINANCIAL COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL BID”.

20.2 Each copy of the first and second envelopes shall be similarly sealed duly marking the inner

envelopes as “COPY NO. ___ - TECHNICAL COMPONENT” and “COPY NO. ___ – FINANCIAL COMPONENT” and the outer envelope as “COPY NO. ___”, respectively. These envelopes containing the original and the copies shall then be enclosed in one single envelope.

20.3 The original and the number of copies of the Bid as indicated in the BDS, shall be typed or

written in indelible ink and shall be signed by the bidder or its duly authorized representative/s. 20.4 All envelopes shall:

(a) contain the name of the contract to be bid in capital letters;

(b) bear the name and address of the Bidder in capital letters;

(c) be addressed to the Procuring Entity’s BAC identified in ITB Clause 10.1;

(d) bear the specific identification of this bidding process indicated in the Invitation to Bid; and

(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening of bids,

in accordance with ITB Clause 24.0.

20.5 If bids are not sealed and marked as required, the Procuring Entity will assume no responsibility for the misplacement or premature opening of the bid.

D. SUBMISSION AND OPENING OF BIDS 21.0 DEADLINE FOR SUBMISSION OF BIDS

Bids must be received by the Procuring Entity’s BAC at the address and on or before the date and time indicated in the BDS.

22.0 LATE BIDS Any bid submitted after the deadline for submission and receipt of bids prescribed by the Procuring Entity, pursuant to ITB Clause 21.0, shall be declared “Late” and shall not be accepted by the Procuring Entity.

Page 29: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 15 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

23.0 MODIFICATION AND WITHDRAWAL OF BIDS 23.1 The Bidder may modify its bid after it has been submitted; provided that the modification is

received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids. The Bidder shall not be allowed to retrieve its original bid, but shall be allowed to submit another bid equally sealed, properly identified, linked to its original bid marked as “TECHNICAL MODIFICATION” or “FINANCIAL MODIFICATION” and stamped “received” by the BAC. Bid modifications received after the applicable deadline shall not be considered and shall be returned to the Bidder unopened.

23.2 A Bidder may, through a letter of withdrawal, withdraw its bid after it has been submitted, for valid and justifiable reason; provided that the letter of withdrawal is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids.

23.3 Bids requested to be withdrawn in accordance with ITB Clause 23.1 shall be returned

unopened to the Bidders. A Bidder may also express its intention not to participate in the bidding through a letter which should reach and be stamped by the BAC before the deadline for submission and receipt of bids. A Bidder that withdraws its bid shall not be permitted to submit another bid, directly or indirectly, for the same contract.

23.4 No bid may be modified after the deadline for submission of bids. No bid may be withdrawn in

the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Financial Bid Form. Withdrawal of a bid during this interval shall result in the forfeiture of the Bidder’s bid security, pursuant to ITB Clause 18.5, and the imposition of administrative, civil, and criminal sanctions as prescribed by RA 9184 and its IRR.

24.0 OPENING AND PRELIMINARY EXAMINATION OF BIDS

24.1 The BAC shall open the first bid envelopes of Bidders in public as specified in the BDS to

determine each Bidder’s compliance with the documents prescribed in ITB Clause 12.0. For this purpose, the BAC shall check the submitted documents of each bidder against a checklist of required documents to ascertain if they are all present, using a non-discretionary “pass/fail” criterion. If a bidder submits the required document, it shall be rated “passed” for that particular requirement. In this regard, bids that fail to include any requirement or are incomplete or patently insufficient shall be considered as “failed”. Otherwise, the BAC shall rate the said first bid envelope as “passed”.

24.2 Immediately after determining compliance with the requirements in the first envelope, the BAC

shall forthwith open the second bid envelope of each remaining eligible bidder whose first bid envelope was rated “passed”. The second envelope of each complying bidder shall be opened within the same day. In case one or more of the requirements in the second envelope of a particular bid is missing, incomplete or patently insufficient, and/or if the submitted total bid price exceeds the ABC unless otherwise provided in ITB Clause 13.2, the BAC shall rate the bid concerned as “failed”. Only bids that are determined to contain all the bid requirements for both components shall be rated “passed” and shall immediately be considered for evaluation and comparison.

Page 30: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 16 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

24.3 Letters of withdrawal shall be read out and recorded during bid opening, and the envelope

containing the corresponding withdrawn bid shall be returned to the Bidder unopened. If the withdrawing Bidder’s representative is in attendance, the original bid and all copies thereof shall be returned to the representative during the bid opening. If the representative is not in attendance, the Bid shall be returned unopened by registered mail. The Bidder may withdraw its bid prior to the deadline for the submission and receipt of bids, provided that the corresponding letter of withdrawal contains a valid authorization requesting for such withdrawal, subject to appropriate administrative sanctions.

24.4 If a Bidder has previously secured a certification from the Procuring Entity to the effect that it has previously submitted the above-enumerated Class “A” Documents, the said certification may be submitted in lieu of the requirements enumerated in ITB Clause (a), items (i) to (vi).

24.5 In the case of an eligible foreign Bidder as described in ITB Clause 5.0, the Class “A”

Documents enumerated in ITB Clause (a) may be substituted with the appropriate equivalent documents, if any, issued by the country of the foreign Bidder concerned.

24.6 Each partner of a joint venture agreement shall likewise submit the documents required in ITB

Clauses (i) and (ii). Submission of documents required under ITB Clauses (iii) and (vi) by any of the joint venture partners constitutes compliance.

24.7 A Bidder determined as “failed” has three (3) calendar days upon written notice or, if present at

the time of bid opening, upon verbal notification within which to file a request for reconsideration with the BAC: Provided, however, that the request for reconsideration shall not be granted if it is established that the finding of failure is due to the fault of the Bidder concerned: Provided, further, that the BAC shall decide on the request for reconsideration within seven (7) calendar days from receipt thereof. If a failed Bidder signifies his intent to file a request for reconsideration, the BAC shall keep the bid envelopes of the said failed Bidder unopened and/or duly sealed until such time that the request for reconsideration or protest has been resolved.

E. EVALUATION AND COMPARISON OF BIDS 25.0 PROCESS TO BE CONFIDENTIAL

25.1 Members of the BAC, including its staff and personnel, as well as its Secretariat and TWG, are

prohibited from making or accepting any kind of communication with any bidder regarding the evaluation of their bids until the issuance of the Notice of Award, unless otherwise allowed in the BDS or in the case of ITB Clause 26.0.

25.2 Any effort by a bidder to influence the Procuring Entity in the Procuring Entity’s decision in respect of Bid evaluation, Bid comparison or contract award will result in the rejection of the Bidder’s Bid.

26.0 CLARIFICATION OF BIDS

To assist in the evaluation, comparison and post-qualification of the bids, the Procuring Entity may ask in writing any Bidder for a clarification of its bid. All responses to requests for

Page 31: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 17 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

clarification shall be in writing. Any clarification submitted by a Bidder in respect to its bid and that is not in response to a request by the Procuring Entity shall not be considered.

27.0 DETAILED EVALUATION AND COMPARISON OF BIDS

27.1 The Procuring Entity will undertake the detailed evaluation and comparison of Bids which have

passed the opening and preliminary examination of Bids, pursuant to ITB Clause 24.0, in order to determine the Lowest Calculated Bid.

27.2 In evaluating the Bids to get the Lowest Calculated Bid, the Procuring Entity shall undertake the following:

(a) The detailed evaluation of the financial component of the bids, to establish the correct

calculated prices of the bids; and

(b) The ranking of the total bid prices as so calculated from the lowest to highest. The bid with the lowest price shall be identified as the Lowest Calculated Bid.

27.3 The Procuring Entity's BAC shall immediately conduct a detailed evaluation of all bids rated “passed,” using non-discretionary “pass/fail” criterion. Unless otherwise specified in the BDS, the BAC shall consider the following in the evaluation of bids: (a) Completeness of the bid. Unless the ITB specifically allows partial bids, bids not

addressing or providing all of the required items in the Schedule of Requirements including, where applicable, bill of quantities, shall be considered non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered as non-responsive, but specifying a "0" (zero) for the said item would mean that it is being offered for free to the Procuring Entity; and

(b) Arithmetical corrections. Consider computational errors, omissions, and other bid modifications, if allowed in the BDS, to enable proper comparison of all eligible bids. Any adjustment shall be calculated in monetary terms to determine the calculated prices.

27.4 Based on the detailed evaluation of bids, those that comply with the above-mentioned requirements shall be ranked in the ascending order of their total calculated bid prices, as evaluated and corrected for computational errors, discounts and other modifications, to identify the Lowest Calculated Bid. Total calculated bid prices, as evaluated and corrected for computational errors, discounts and other modifications, which exceed the ABC shall not be considered, unless otherwise indicated in the BDS.

27.5 Unless otherwise indicated in the BDS, the Procuring Entity’s evaluation of bids shall only be based on the bid price quoted in the Financial Bid Form.

27.6 Bids shall be evaluated on an equal footing to ensure fair competition. For this purpose, all bidders shall be required to include in their bids the cost of all taxes, such as, but not limited to, value added tax (VAT), income tax, local taxes, and other fiscal levies and duties which shall

Page 32: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 18 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

be itemized in the bid form and reflected in the detailed estimates. Such bids, including said taxes, shall be the basis for bid evaluation and comparison.

28.0 POST QUALIFICATION

28.1 The Procuring Entity shall determine to its satisfaction whether the Bidder that is evaluated as

having submitted the Lowest Calculated Bid (LCB) complies with and is responsive to all the requirements and conditions specified in ITB Clauses 5.0, 12.0 and 13.0.

28.2 Within a non-extendible period of three (3) calendar days from receipt by the Bidder of the notice from the BAC that it submitted the LCB, the Bidder shall submit the following documentary requirements:

(a) Latest income and business tax returns in the form specified in the BDS;

(b) Certificate of PhilGEPS Registration; and

(c) Other appropriate licenses and permits required by law and stated in the BDS.

Failure of the Bidder declared as LCB to duly submit the requirements under this Clause or a finding against the veracity of such, shall be ground for forfeiture of the bid security and disqualification of the Bidder for award.

28.3 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted pursuant to ITB Clauses 12.0 and 13.0, as well as other information as the Procuring Entity deems necessary and appropriate, using a non-discretionary “pass/fail” criterion.

28.4 If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the criteria for post-qualification, it shall declare the said bid as the Lowest Calculated Responsive Bid, and recommend to the Head of the Procuring Entity the award of contract to the said Bidder at its submitted price or its calculated bid price, whichever is lower, subject to ITB Clause 1.30.3.

28.5 A negative determination shall result in rejection of the Bidder’s Bid, in which event the

Procuring Entity shall proceed to the next Lowest Calculated Bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. If the second Bidder, however, fails the post qualification, the procedure for post qualification shall be repeated for the Bidder with the next Lowest Calculated Bid, and so on until the Lowest Calculated and Responsive Bid is determined for contract award.

28.6 Within a period not exceeding seven (7) calendar days from the date of receipt of the

recommendation of the BAC, the Head of the Procuring Entity shall approve or disapprove the said recommendation. In the case of government owned and government-owned and/or -controlled corporations (GOCCs) and government financial institutions (GFIs), the period provided herein shall be fifteen (15) calendar days.

29.0 RESERVATION CLAUSE

Page 33: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 19 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

29.1 Notwithstanding the eligibility or post-qualification of a bidder, the Procuring Entity concerned reserves the right to review its qualifications at any stage of the procurement process if it has reasonable grounds to believe that a misrepresentation has been made by the said bidder, or that there has been a change in the Bidder’s capability to undertake the project from the time it submitted its eligibility requirements. Should such review uncover any misrepresentation made in the eligibility and bidding requirements, statements or documents, or any changes in the situation of the Bidder which will affect its capability to undertake the project so that it fails the preset eligibility or bid evaluation criteria, the Procuring Entity shall consider the said Bidder as ineligible and shall disqualify it from submitting a bid or from obtaining an award or contract.

29.2 Based on the following grounds, the Procuring Entity reserves the right to reject any and all Bids, declare a Failure of Bidding at any time prior to the contract award, or not to award the contract, without thereby incurring any liability, and make no assurance that a contract shall be entered into as a result of the bidding:

(a) if there is prima facie evidence of collusion between appropriate public officers or

employees of the Procuring Entity, or between the BAC and any of the bidders, or if the collusion is between or among the bidders themselves, or between a bidder and a third party, including any act which restricts, suppresses or nullifies or tends to restrict, suppress or nullify competition;

(b) if the Procuring Entity’s BAC is found to have failed in following the prescribed bidding procedures; or

(c) for any justifiable and reasonable ground where the award of the contract will not

redound to the benefit of the Government as follows:

(i) If the physical and economic conditions have significantly changed so as to render the project no longer economically, financially or technically feasible as determined by the head of the procuring entity;

(ii) If the project is no longer necessary as determined by the head of the procuring entity; and

(iii) If the source of funds for the project has been withheld or reduced through no fault of the Procuring Entity.

29.3 In addition, the Procuring Entity may likewise declare a failure of bidding when: (a) No bids are received; (b) All prospective bidders are declared ineligible;

(c) All bids fail to comply with all the bid requirements or fail post-qualification; or

(d) The bidder with the Lowest Calculated Responsive Bid refuses, without justifiable

cause to accept the award of contract, and no award is made. F. AWARD OF CONTRACT

Page 34: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 20 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

30.0 CONTRACT AWARD

30.1 Subject to ITB Clause 28.0, the Procuring Entity shall award the contract to the Bidder whose Bid has been determined to be the Lowest Calculated and Responsive Bid (LCRB).

30.2 Prior to the expiration of the period of Bid validity, the Procuring Entity shall notify the successful Bidder in writing that its Bid has been accepted, through a Notice of Award received personally or sent by registered mail or electronically, receipt of which must be confirmed in writing within two (2) days by the LCRB and submitted personally or sent by registered mail or electronically to the Procuring Entity.

30.3 Notwithstanding the issuance of the Notice of Award, award of contract shall be subject to the

following conditions:

(a) Submission of the following documents within the prescribed period from receipt by the Bidder of the notice that it has the Lowest Calculated and Responsive Bid: (i) Valid JVA, if applicable, within ten (10) calendar days;

(ii) Valid PCAB license and registration for the type and cost of the contract to be

bid for foreign bidders, within thirty (30) calendar days, if allowed under a Treaty or International or Executive Agreement mentioned in ITB Clause (iv);

(b) Posting of the performance security in accordance with ITB Clause 32.0;

(c) Signing of the contract as provided in ITB Clause 31.0; and

(d) Approval by higher authority, if required.

31.0 SIGNING OF THE CONTRACT

31.1 At the same time as the Procuring Entity notifies the successful Bidder that its Bid has been

accepted, the Procuring Entity shall send the Contract Form to the Bidder, which Contract has been provided in the Bidding Documents, incorporating therein all agreements between the parties.

31.2 Within ten (10) calendar days from receipt of the Notice of Award, the successful Bidder shall post the required performance security, sign and date the contract and return it to the Procuring Entity.

31.3 The Procuring Entity shall enter into contract with the successful Bidder within the same ten

(10) calendar day period provided that all the documentary requirements are complied with.

31.4 The following documents shall form part of the contract:

Page 35: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 21 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(a) Contract Agreement;

(b) Bidding Documents;

(c) Winning bidder’s bid, including the Technical and Financial Proposals, and all other documents/statements submitted;

(d) Performance Security;

(e) Credit line in accordance with ITB Clause 5.5, if applicable;

(f) Notice of Award of Contract; and

(g) Other contract documents that may be required by existing laws and/or specified in the

BDS.

32.0 PERFORMANCE SECURITY

32.1 To guarantee the faithful performance by the winning Bidder of its obligations under the contract, it shall post a performance security within a maximum period of ten (10) calendar days from the receipt of the Notice of Award from the Procuring Entity and in no case later than the signing of the contract.

32.2 The performance security shall be denominated in Philippine Pesos and posted in favor of the Procuring Entity in an amount equal to the percentage of the total contract price in accordance with the following schedule:

Form of Performance Security Amount of Performance Security

(Equal to Percentage of the Total Contract Price)

(a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank.

Ten percent (10%) (b) Bank draft/guarantee or irrevocable letter

of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank.

(c) Any combination of the foregoing. Proportionate to share of form with respect to total amount of security

32.3 Failure of the successful Bidder to comply with the above-mentioned requirement shall

constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in which event the Procuring Entity shall initiate and complete the post qualification of the second Lowest Calculated Bid. The procedure shall be repeated until the Lowest Calculated and Responsive Bid is identified and selected for contract award. However if no Bidder passed

Page 36: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00200 INSTRUCTIONS TO BIDDERS 03/12/2014 Page 00200 - 22 of 22

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

post-qualification, the BAC shall declare the bidding a failure and conduct a re-bidding with re-advertisement.

33.0 NOTICE TO PROCEED

33.1 Within three (3) calendar days from the date of approval of the Contract by the appropriate government approving authority, the Procuring Entity shall issue its Notice to Proceed to the Bidder.

33.2 The date of the Bidder’s receipt of the Notice to Proceed will be regarded as the effective date of the Contract, unless otherwise specified in the BDS.

END OF SECTION 00200

Page 37: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00250 AFFID SITE INSPECTION 03/12/2014 Page 00250 - 1 of 1

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

-COMPANY’S LETTERHEAD-

_______________________, 2013

BIDDER’S AFFIDAVIT FOR SITE INSPECTION This is to certify that this Company, through its authorized representative, _____________________________________________________________________, has conducted the inspection of the site of the project: DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING located at the UP Manila campus, Pedro Gil Street, Ermita, Manila on this ______ day of __________________, 2013 in connection with our desire to participate in the bidding of the above project; and we have gathered all data to ascertain permanent connections to the tapping points for all utility lines including electrical power supply, telecommunications, Internet with Wi-Fi, Campus ISP, CATV and MATV, drainage, sewer and potable water to fulfil the requirement of our bid.

______________________________ (Printed Name & Signature of Bidder)

Republic of the Philippines) ______________________) S.S. SUBSCRIBED AND SWORN to before me this ______ day of _____________________, 2013, with affiant exhibiting me his Government Issued ID with the following details: ___________________ issued on ________________, 20 , at ___________________________________.

______________________________ (Notary Public)

Doc. No. ___________ Issuing Government Agency: ______________________ Page No. ___________ Validity: _____________________ Book No. ___________ Date and Place of Issue: _____________________ Series of ___________

END OF SECTION 00250

Page 38: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00300 BID DATA SHEET 03/12/2014 Page 00300 - 1 of 8

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

SECTION 00300 BID DATA SHEET

ITB Clause 1.1 The PROCURING ENTITY is University of the Philippines Manila.

Works refer to the Design and Build of the National Institutes of Health Building as described in Section 00600: Drawings and Section 00650: Specifications. The name of the Contract is the Design and Build of the National Institutes of Health Building.

2.0 The Funding Source is: The Government of the Philippines (GOP) through Fiscal Year 2013 (FY 2013) General Appropriations Act (R.A. 10352) in the amount of Nine Hundred Eighty Million Pesos (Php 980,000,000.00). The name of the Project is Design and Build of the National Institutes of Health Building.

3.1 No further instructions. 5.1 Eligible bidders shall be as stated in the ITB Clause.

In addition, eligible bidders shall qualify or comply with the following:

1. Bidders with valid Philippine Contractors Accreditation Board (PCAB) License

Category AAA;

Bidders who have successfully undertaken and completed design and construction projects/contracts of similar building type, costing at least 50% of the ABC from 2000 to 2013. For this purpose, design and construction projects/contracts shall refer to Detailed Architecture and Engineering Designs (DAED) of medium-rise (six to twelve storeys in height) multi-level buildings costing at least 50% of the ABC and constructed from 2000 to 2013. The building shall have office spaces, function rooms, and mechanical systems composed of ducted air conditioning, ventilation and elevator system.

2. The Designer(s) shall be an architect, an architectural firm of two or more

associated individuals or a partnership (with limitations as required in Section 37 of the IRR of RA 9266 or Architecture Act of 2004), registered and licensed to practice architecture, with design experience as stated above.

5.2 Bidding is restricted to eligible bidders as defined in the Instructions to Bidders (ITB) Clause 5.1.

Page 39: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00300 BID DATA SHEET 03/12/2014 Page 00300 - 2 of 8

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

5.4 Sole Proprietorship: The Bidder must have successfully undertaken and completed from 2000 to 2013 at least one (1) design and build contract that is similar to this Project, the cost of which is equivalent to at least fifty percent (50%) of the ABC. Joint Venture: Each party must have successfully undertaken and completed from 2000 to 2013 at least one (1) contract that is similar to the scope of work to which the party is responsible as provided in the Joint Venture Agreement, equivalent to at least fifty percent (50%) of the amount of work in the contract to which the party is responsible. For this purpose, similar contract shall refer to medium-rise (six to twelve storeys in height) multi-level buildings costing at least 50% of the ABC and constructed from 2000 to 2013. The building shall have office spaces, function rooms, and mechanical systems composed of ducted air conditioning, ventilation and elevator system.

5.5 No further instructions. 6.3 No further instructions. 7.0 No further instructions. 8.1 The Contractor may subcontract Specialty Works only, such as, but not limited to,

the following: 1. Plumbing works 2. Electrical works 3. Mechanical works 4. Fire Protection 5. Laboratory Fixtures and Fit-outs (benches, cabinets, sinks, emergency

showers, etc.) Provided, that the Contractor does not subcontract the whole Works, including architectural and structural works. Provided further, that the Contractor does not subcontract more than 40% of the Works.

8.2 Not applicable. 9.1 Not applicable.

10.1 The Procuring Entity’s address is:

UNIVERSITY OF THE PHILIPPINES 8/F Central Block Building UP-PGH Compound, Taft Avenue, Manila

Contact persons:

Ms. Elsie J. San Diego 525-4344; 526-6118 Ms. Maria Joycelyn J. Deanon 567-2362

Page 40: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00300 BID DATA SHEET 03/12/2014 Page 00300 - 3 of 8

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

10.3 No further instructions. 12.1 The first envelope shall contain the eligibility and technical documents. However, if

the Bidder maintains a current and updated file of its Class “A” Documents with the Procuring Entity, a certification to that effect issued by the SBAC may be submitted in lieu of the Class “A” Documents.

12.1(a)(i) No other acceptable proof of registration is recognized. 12.1(a)(iii) Statement shall include all ongoing and completed government and private contracts

from 2000 to 2013. In addition, the statement shall be supported by the Contract of Agreement of each project.

12.1(a)(iv) Only Bidders with Philippine Contractor’s Accreditation Board (PCAB) Category AAA may participate in the bidding.

12.1(a)(vii) The following eligibility documents shall also be submitted:

1. Affidavit of Site Inspection using the form prescribed in Section 00250 or Certificate as issued by the UP Manila CPDMO;

2. Duly accomplished UP Questionnaire; 3. Letter of Application/ Letter of Intent (Annex 1)

3.1 Name, address and signature of proponent 3.2 Name, title/ position of authorized representative

4. Information on Bidding Firm (Annex 2)

4.1 Name, business address, contact person(s), email address and telephone/fax numbers of the firm

4.2 Year established, country, type 4.3 Firm’s net worth as of December 31, 2012, or as of the end of the

company’s last fiscal year 4.4 Narrative description of the firm 4.5 Append: Information on the key officials of the firm (i.e. President, Vice-

President, CEO, Members of the Board of Directors) 4.6 Append: Copies of Business Papers – BIR-issued Tax Clearance.

12.1(b)(iv) The following technical documents shall also be submitted:

1. Design Proposal Requirements:

1.1 Project Brief, comprehensively describing the architecture and engineering concepts of the proposed facility, including the following: (a) Sustainable building and development concepts as recommended

in the rating system of the US Green Building Council for Leadership in Environmental Excellence (Bidders will not be evaluated based on the US LEED requirement rating system);

(b) Safe building and resilient design concepts in response to climate change;

(c) Energy savings concepts through day lighting, electric lighting, and monitoring of power consumption;

Page 41: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00300 BID DATA SHEET 03/12/2014 Page 00300 - 4 of 8

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(d) Ventilation and thermal comfort concepts; (e) Occupational hazards and environmental health concepts; (f) Site development and building design & technology concepts that

can accommodate changes in staff organization and composition; (g) Laboratory engineering concepts:

- Separate ventilation systems for non-laboratories, BSL-2 and BSL-3 laboratory areas as recommended by the BMBL 5th edition;

- Separate plumbing systems for animal care and containment areas;

- Addressing increased risks in laboratories when staff are working in BSL-3, ABSL-2 and ABSL-3 environments;

(h) other applicable concepts. 1.2 Design Developed Architectural Plans:

(a) Complete Architectural Floor Plans; (b) Four (4) Elevations (indicate façade finishes); (c) Two (2) Sections (add as deemed necessary).

1.3 Design Developed Structural Plans: (a) Overall structural concept of building; (b) Foundation Plan; (c) Floor Framing Plans; (d) Seismic design concepts; (e) Anti-vibration system to separate the LRT vibration and electro-

mechanical machine vibration from laboratory works. 1.4 Site Development Plan and Landscape Architectural Plans showing

landscape elements and details; 1.5 Architectural Interiors Occupancy Plans and Details; 1.6 Typical Laboratory Module Plan and Details

(a) Plans showing complete details of the laboratory module; (b) Material specifications.

1.7 Auditorium Section showing construction of rake and sightlines 1.8 Design Developed Engineering Utility Plans, showing:

(a) Plans identifying the Utility Tapping Points - Power, Sewer, Water, Drainage, Telecommunications,

Internet with Wi-Fi, Campus ISP, Cable TV/MATV/CCTV, etc.);

(b) Schematic diagrams of all utility systems - Ventilation and Air Conditioning - Electrical Power Distribution and Control Circuits - Lighting - Water Supply and Sewerage - Fire Protection

(c) Schematic diagrams for flooding and water penetration in building envelope - Flood mitigation at areas below base flood elevation - Basement floor/wall water penetration - Building cladding water penetration - Roof deck/roof water penetration

Page 42: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00300 BID DATA SHEET 03/12/2014 Page 00300 - 5 of 8

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

- Other areas 1.9 Rendered Exterior and Interior Perspectives:

(a) Exterior Perspectives - Aerial View - Man’s View - Other views

(b) Interior Perspectives - Main Lobby - Typical Laboratories - Auditorium - Typical Executive/Institute Director’s Office - Typical Staff Office - Typical Conference Room - Typical Lobby and Corridor - Other views

1.10 Summary of Materials, Finishes and Equipment: (a) Summary of Specifications Sections 1-16; (b) Materials Supplier/Manufacturer Listing (indicate brand names),

especially of the following items: - Laboratory fixtures and fit-outs - Exterior glazing - Building cladding - Air conditioning system - Generator set - Pumps

(c) Subcontractor Listing for the following Works: - Laboratory fixtures and fit-outs - Plumbing works - Electrical works - Mechanical works - Fire protection

1.11 Phasing Plan describing or showing areas of termination; 1.12 Schedule of Design and Construction Works in PERT/CPM 1.13 Summary Code Review for Architecture, Engineering and Fire Codes.

13.1 The following financial documents shall also be submitted:

1. Duly accomplished Bill of Quantities; 2. Detailed Estimates showing the derivation of unit prices used in the Bill of

Quantities; 3. Summary sheet indicating the unit costs of construction materials, labor rates

and equipment rentals. The bid prices shall be quoted in Philippine Pesos.

13.2 The ABC is Nine Hundred Eighty Million Pesos (Php 980,000,000.00).

Page 43: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00300 BID DATA SHEET 03/12/2014 Page 00300 - 6 of 8

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

Any bid with a financial component exceeding this amount shall not be accepted.

14.2 No further instructions. 15.4 Bid Prices shall be fixed. Adjustable price proposals shall be treated as non-

responsive and shall be rejected. Price escalation may be allowed in extraordinary circumstances as may be determined by the National Economic and Development Authority in accordance with the Civil Code of the Philippines, and upon the recommendation of the Procuring Entity.

16.1 The bid prices shall be quoted in Philippine Pesos. 16.3 The bid prices shall be quoted in Philippine Pesos. 17.1 Bids will be valid until 120 calendar days from the date of the opening of bids.

18.0 The bid security shall be in the following amount:

1. The amount of Php 19,600,000.00 or 2% of ABC, if bid security is in cash,

cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit.

2. The amount of Php 49,000,000.00 or 5% of ABC, if bid security is in Surety Bond; or

3. Any combination of the foregoing proportionate to the share of form with

respect to total amount of security.

Bid Securing Declaration (Template – RA 9184, Appendix 24) is also acceptable.

18.2 The bid security shall be valid until 120 calendar days from the date of the opening of bids.

20.3 Each Bidder shall submit One (1) original and Two (2) copies of the first and second components of its bid.

21.0 The address for submission of bids is

UP Manila Board Room, 8/F Central Block Building, UP-PGH Compound, Taft Avenue, Manila

The deadline for submission of bids is Thursday 11 DECEMBER 2014, 8:30 AM PST.

24.0 The place of bid opening:

UP Manila Board Room, 8/F Central Block Building, UP-PGH Compound, Taft Avenue, Manila .

Page 44: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00300 BID DATA SHEET 03/12/2014 Page 00300 - 7 of 8

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

The date and time of bid opening is Thursday 11 DECEMBER 2014, 9:00 AM PST.

25.1 No further instructions. 27.3 First-Step Procedure:

The first step of the evaluation shall involve the review of the track record and preliminary conceptual designs submitted by the contractor as indicated in the Bidding Documents using a non-discretionary “pass/fail” criteria that involve compliance with the following requirements:

1. Quality of personnel to be assigned to the project which covers suitability of

key staff to perform the duties of the particular assignments and general qualifications and competence including education and training of the key staff;

2. Overall design quality. The design follows the general technical specifications and requirements set forth by the University and other applicable laws, including the various design concepts and systems specified in ITB Clause 1.1 and the Terms of Reference.

3. Adherence of design developed plans to the required performance specifications and parameters and degree of details;

4. Concept of approach and methodology for detailed engineering design and construction with emphasis on the clarity, feasibility, innovativeness and comprehensiveness of the plan approach, and the quality of interpretation of project problems, risks and suggested solutions;

For complex or unique undertakings, such as those involving highly specialized or advanced engineering technology, eligible bidders may be required, at the option of the agency concerned, to make an oral presentation within fifteen (15) calendar days after the deadline for submission of technical proposals. Second-Step Procedure:

Only those bids that passed the above criteria shall be subjected to the second step of evaluation: The BAC shall open the financial proposal of each “passed” bidder and shall evaluate it using non-discretionary criteria – including arithmetical corrections for computational errors – as stated in the Bidding documents, and thus determine the correct total calculated bid prices. The BAC shall automatically disqualify any total calculated bid price which exceeds the ABC. The total calculated bid prices (not exceeding the ABC) shall be ranked, in ascending order, from lowest to highest. The bid with the lowest total calculated bid price shall be identified as the Lowest Calculated Bid (LCB).

27.3(b) Bid modification shall be allowed only for computational errors.

27.4 No further instructions. 27.5 The Procuring Entity shall also evaluate the overall design quality as stated in ITB

Clause 27.3.

Page 45: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00300 BID DATA SHEET 03/12/2014 Page 00300 - 8 of 8

_________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

28.2(b) Bidders have the option to submit manually filed tax returns or tax returns filed

through the Electronic Filing and Payments System (EFPS). NOTE: The latest income and business tax returns are those within the last six months preceding the date of bid submission.

28.2(d) No other requirements. 31.4(g) No further requirements.

33.2 The effective date of the Contract is seven (7) calendar days upon receipt by the contractor of the Notice to Proceed.

END OF SECTION 00300

Page 46: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00400 BID PROP FORM 03/12/2014 Page 00400 - 1 of 3

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

SECTION 00400 BIDDER'S PROPOSAL FORM PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING LOCATION : UP Manila, 625 Pedro Gil, Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES MANILA COMPANY/CONTRACTOR/FIRM: ___________________________________________________ BUSINESS ADDRESS: ______________________________________________________________

______________________________________________________________

DATE : _________________________ GENTLEMEN: 1.0 In accordance with your Invitation to Bid, for the complete construction of the above project and

subject to the Plans, Specifications and other Contract Documents as prepared by the UP SYSTEM OFFICE OF DESIGN AND PLANNING INITIATIVES, which so far as they relate to this TENDER, are made part hereof, the undersigned hereby proposes to furnish all materials, labor, equipment, tools, transportation, services, licenses, fees, permits and other items required to complete the project in the amount of ____________________________________________________________________________ ____________________________________________________________________________ _______________________________________________ (P _______________________).

2.0 We (I) have the available equipment and will use the following on this project at any time they are

needed: ______________________ ______________________ _____________________ ______________________ ______________________ _____________________ ______________________ ______________________ _____________________ 3.0 Our Bid shall be valid for a period of 120 calendar days from the date fixed for the Bid submission

deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

4.0 We (I) propose to start work within seven (7) calendar days from the date we (I) receive your

letter of authority to commence work and will complete the same within a period of NINE HUNDRED TEN (910) CALENDAR DAYS, including Sundays and Holidays.

Page 47: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00400 BID PROP FORM 03/12/2014 Page 00400 - 2 of 3

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

5.0 Cost of all export, national and local taxes, licenses and fees, building, sanitary, electrical, fencing permit, and final certificates required by the authorities, are included in the above proposal.

6.0 The undersigned agrees to furnish a Performance Security in the amount of ________________

_____________________________________________________ (PHP__________________), which is ten percent (10%) of the Contract Price for the due performance of the Contract.

7.0 Instructions to Bidders dated ___________________________________________________

and Bid Bulletin Nos. _________________________________________________________ have been received and made part of this proposal.

8.0 We (I) are not participating, as Bidders, in more than one Bid in this bidding process. 9.0 Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the

Contract, has not been declared ineligible by the Funding Source. 10.0 We (I) have visited the site and are (am) aware and acquainted with the conditions as they exist

and the facilities, difficulties, and restrictions affecting the performance of the work and that we (I) have completely examined the Plans and Specifications of the Owner and the Architect.

11.0 The complete proposal, all items required by Clause 12.0 and Clause 13.0 of the Instructions to

Bidders are attached herewith. 12.0 We (I) 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.

13.0 We (I) understand that you are not bound to accept the Lowest Evaluated Bid or any other Bid

that you may receive. 14.0 We (I) understand that you reserve the right to accept or reject any bid, to annul the bidding

process, and to reject all bids any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders.

In Testimony hereof, the Bidder has hereunto set his hand this _________________ day of _______________, 20____.

Respectfully submitted: (If Bidder is an Individual or Partnership)

Name of Bidder / Partner : ____________________________________________ Signature of Bidder / Partner : ____________________________________________

Page 48: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00400 BID PROP FORM 03/12/2014 Page 00400 - 3 of 3

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

Firm Name : ________________________________________________________ Address : _________________________________________________________

PTR No. _______________ issued at _____________________ on ______________ Contractor’s License No. __________________ Res. Cert. No. ___________________ issued at _______________ on ____________ Tax Identification No. ______________

Names and Addresses of Partners:

_____________________ _________________________________________ Name Address _____________________ _________________________________________ Name Address

(If Bidder is a Corporation)

Name of Authorized Representative: ____________________________________ Signature of Authorized Representative: ____________________________________ Firm Name : _______________________________________________________ Address : _______________________________________________________

PTR No. _______________ issued at _________________ on _____________ Contractor’s License No. ________________ Res. Cert. No. ___________________ issued at _______________ on ___________ Tax Identification No. ______________ Names of Officers of the Corporation:

_____________________ _________________________________________ Name Address _____________________ _________________________________________ Name Address

END OF SECTION 00400

Page 49: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00420 OMNISWORNSTAT 03/12/2014 Page 00420 - 1 of 3

_______________________________________________________________________________________________ Read and accepted as part of the Contract: ___________________________________ Bidder/Contractor

SECTION 00420 OMNIBUS SWORN STATEMENT PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES BIDDER : ______________________________________ DATE : ____________________

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ) S.S.

A F F I D A V I T

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 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 of [Name of Bidder] , I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name of the Project] of the [Name of the Procuring Entity];

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 and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate issued by the corporation or the members of the joint venture)];

Page 50: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00420 OMNISWORNSTAT 03/12/2014 Page 00420 - 2 of 3

_______________________________________________________________________________________________ Read and accepted as part of the Contract: ___________________________________ Bidder/Contractor

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;

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: I am 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;

8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otherwise, affecting the implementation of the

Contract;

c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project];

and

Page 51: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00420 OMNISWORNSTAT 03/12/2014 Page 00420 - 3 of 3

_______________________________________________________________________________________________ Read and accepted as part of the Contract: ___________________________________ Bidder/Contractor

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.

IN WITNESS WHEREOF, I have hereunto set my hand this , Philippines.

day of , 20 at

[Bidder’s Representative/Authorized Signatory]

[JURAT]

Page 52: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00470 COST EST FORM 03/12/2014 Page 00470 - 1 of 10

_________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

SECTION 00470 COST ESTIMATE FORM PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES BIDDER : ________________________________ DATE : ____________________ This Cost Estimate Form (CEF) is provided as a guide to the Bidder in determining his final cost for the Project and will be the basis of his Financial Proposal. This CEF shall be accomplished by the Bidder in accordance with the requirements of the Philippine Bidding Documents (PBD) and the Terms of Reference (TOR). The bidder shall be responsible for the CEF’s accuracy and completeness such that all items of work, quantities, materials, plant, tools, equipment and labor to complete the Project, in accordance with the PBD and TOR, are covered in his Bid. Should there be items that are required but are not found hereunder, include them under “Others”. This guide shall be included in Bid Envelope No. 2 together with all supporting documents as required in the Checklist (See Annex 4: Checklist of Eligibility, Technical and Financial Documents). The CEF, when balanced after the design is finalized by the Contractor, shall serve as the basis for billing, provided that the total cost, as duly approved by the University, is equal to or less than the CEF Total Bid Cost. See Section 00475 COST ESTIMATE GUIDE NOTE: Prices include miscellaneous costs, contingencies, and profit.

DIV CODE DESCRIPTION UNIT QUANTITY MATERIAL LABOR TOTAL UNIT

COST

01 DESIGN DEVT, INCLUSIVE PROFESSIONAL FEES

01

Detailed A&E Design Fee including specialized consultants for Laboratory Systems

01 SURVEYS AND TESTS

02 Geodetic Survey

03 Soil Foundation Investigation

01 GENERAL REQUIREMENTS

04 Permits and Taxes 05 Overhead

06 Temporary Facilities and Controls

07 Equipment

Page 53: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00470 COST EST FORM 03/12/2014 Page 00470 - 2 of 10

_________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

DIV CODE DESCRIPTION UNIT QUANTITY MATERIAL LABOR TOTAL UNIT COST

08 Insurance 09 Bonds 10 Field Engineering

11 Structural Tests and Special Field Tests

12 Management and Coordination

13 Construction Progress Documentation

14 Temporary Construction Facilities and Controls

15 Room Integrity Testing

16 Construction Waste Management

17 Product Requirements

18 Warranties and Bonds

19 Closeout Procedures

20 Project Record Documents

21 Operation and Maintenance Data

22 Functional

Performance Testing (FPT) Coordination

23 Demonstration and Training

01 HEALTH & SAFETY

24 Occupational Health & Safety Reqts

OTHERS Sub-Total

02 SITEWORK-Land Development

01 Site Preparation

02 Selective Demolition & Clearing

03 Earthworks & Retaining Structures

04 Site Drainage + Dewatering

05 Concrete Curbs, Gutters and Paved Walks

Page 54: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00470 COST EST FORM 03/12/2014 Page 00470 - 3 of 10

_________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

DIV CODE DESCRIPTION UNIT QUANTITY MATERIAL LABOR TOTAL UNIT COST

06 Roads and Parking

07 Site Electrical and Transformers

08 Site Water Supply & Service Entrance, Water Tank Relocation

09 Termite Proofing

10 Integrated Pest Management

11 Hard Landscaping including Permeable Parking

12 Soft Landscaping

13 Demobilization & Cleaning

OTHERS Sub-Total 02 SITEWORK-Struc'l 14 Building Layout

15 Topsoil Stripping and Re-Use

16 Excavation

17 Fill/Backfill Compacted

18 Termite Treatment OTHERS Sub-Total 03 CONCRETE

01 Forms, Scaffoldings & Accessories

02 Footings

03 Grade Beams / Footing Tie Beams

04 Columns, Beams, Girders

05 Shear/Lower Ground Walls

06 Suspended Slabs

07 Lower Ground Floor Slabs & Slabs on Fill

08 Stairs

09 Cisterns (Potable & Rain Water)

10 Concrete Gutters, Parapets and Ledges

11 Equipment Pads OTHERS Sub-Total

Page 55: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00470 COST EST FORM 03/12/2014 Page 00470 - 4 of 10

_________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

DIV CODE DESCRIPTION UNIT QUANTITY MATERIAL LABOR TOTAL UNIT COST

04 MASONRY

01 CHB & Other Masonry Walls

02 Glass Blocks

03 Cast Stone Sills, Thresholds, Walls

OTHERS Sub-total 05 METALS 01 Struc Steel & Acc 02 Misc Structural Steel 03 Welding& Fasteners

04 Stainless Steel Hand & Grab Rails

05 Misc Stainless Steel

06 Metal Stairs and Railings

07 Factory-Applied Metal Coatings

08 Aluminum Tube Railings

09 Aluminum Equipment Screen

10 Fiberglass Gratings 11 Architectural Joint

Systems

OTHERS Sub-Total 06 WOOD & PLASTIC

01 Miscellaneous Rough Lumber

02 Auditorium Interior woodwork., Basebrds & Misc Trims

03 Plastic Laminate Wood Cabinets, Sink Counters

04 Ground Floor Reception and Security Desks

OTHERS Sub-Total

07 THERMAL&MOIST PROTECTION

01 Slab, Deck & Gutter Waterproofing

02 Wall Waterproofing

Page 56: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00470 COST EST FORM 03/12/2014 Page 00470 - 5 of 10

_________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

DIV CODE DESCRIPTION UNIT QUANTITY MATERIAL LABOR TOTAL UNIT COST

03 Cistern Epoxy Waterproofing

04 Roofing Insulation

05 Roofing Materials and Accessories

06 Translucent PVC Roofing

07 Sheet Metal Flashing and Trim

08 Fluid-Applied Membrane Air Barriers

09 Sheet Metal Roofing 10 Exterior Metal Wall

System

11 Sprayed Fire-Resistive Materials

12 Through–Penetration Firestop Systems

13 Fire-Resistive Joint Systems

14 Joint Sealants 15 Expansion Joint

Covers

OTHERS Sub-total

08 DOORS AND WINDOWS

01 Metal Doors and Windows

02 Metal Door and Window Frames

03 Stainless Steel Frames

04 Custom Steel Doors and Frames

05 Interior Aluminum Frames

06 Flush Wood Doors

07 Access Doors and Frames

08 Overhead Coiling Doors

09 Aluminum-Framed

Entrances and Storefronts

10 Aluminum Windows 11 Hardware 12 Door Hardware 13 Finish Hardware

14 Automatic Door Operators

Page 57: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00470 COST EST FORM 03/12/2014 Page 00470 - 6 of 10

_________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

DIV CODE DESCRIPTION UNIT QUANTITY MATERIAL LABOR TOTAL UNIT COST

15 Glazing

16 Glazed Aluminum Curtain Walls

OTHERS Sub-Total 09 FINISHES 01 Plaster Walls

02 Off the Form Smooth Rubbed Ceiling Finish

03 FCB Ceiling on Light Gauge Metal Frame

04 Gypsum Wall Boards on FCBs on Light Gauge Metal Frame

05 FCB Wall Boards on Light Gauge Metal Frame

06 Homogenous Granite Floor Tiles

07 Vitrified Ceramic Wall & Floor Tiles

08 Acoustical Ceiling Tile in Clean Labs

09 Natural Adobe Stone Wall Veneer

09 Vapor Transmission Testing for Concrete

10 Concrete Floor Treatment

11 Concrete Densifier and Sealer

12 Resilient Sports Floor Covering

13 Resilient Floor Tile

14 Resilient Sheet Flooring

15 Static-Control Resilient Floor Coverings

16 Resinous Flooring 17 Carpet Tile 18 Exterior Painting

19 Interior Painting, Varnishing & Accessories

20 High Performance Coatings (Interior)

OTHERS Sub-Total

Page 58: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00470 COST EST FORM 03/12/2014 Page 00470 - 7 of 10

_________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

DIV CODE DESCRIPTION UNIT QUANTITY MATERIAL LABOR TOTAL UNIT COST

10 SPECIALTIES 01 Toilet Compartments 02 Louvers and Vents

03 Impact Resistant Wall and Door Protection

04 Identifying Devices

05

Interior Signage (Room Identification, Hazard Warnings, Occupational and Biosafety Signage, Fire Exit Routes)

06 Metal Lockers

07 Fire Extinguisher Cabinets

08 Fire Extinguishers

09 Operable Panel Partitions

10 Mobile Storage Units (High Density Units for 120 sq m room)

11 Toilet and Bath Accessories

OTHERS Sub-Total 11 EQUIPMENT

01 Loading Dock Equipment

02 Contractor Furnished & Installed Lab Equipment

03 Fume Hoods and Exhaust Devices

04 Biological Safety Cabinets

05 Room Air Visual Indicator

OTHERS Sub-Total 12 FURNISHINGS 01 Window Blinds

02 Metal Laboratory Casework

03 Adaptable Laboratory Casework System

04 Custom Stainless Steel Lab Casework

05 Countertops 06 Entrance Floor Mats

Page 59: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00470 COST EST FORM 03/12/2014 Page 00470 - 8 of 10

_________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

DIV CODE DESCRIPTION UNIT QUANTITY MATERIAL LABOR TOTAL UNIT COST

07 Roller Shades 08 Furniture Systems OTHERS Sub-Total 13 SPECIAL

CONSTRUCTION

01 Controlled Env. Rms

02 Seismic Protection for Equipment

OTHERS Sub-Total

14 CONVEYING EQUIPMENT

01 Electric Traction Elevators

OTHERS Sub-Total 15 MECHANICAL

Sanitary & Storm Water Systems

01 Plumbing Pipes and Fittings

02 Sanitary & Storm Drain Accessories

03 Plumbing Fixtures 04 Septic Tank/STP

05 Plumbing Pipe Testing

Domestic Water Supply

06 Pipes, Fittings & Individual Meters

07 Water Supply Acc

08 Potable Water Supply Tanks

09 Rain Water Supply Tanks

10 Water Pipe Testing

Fire Protection System

11 Complete Fire Standpipe System

12 Fire Water Supply Tanks

13 Fire Sprinklers

14 Fire and Smoke Alarms

15 Fire Pipe Testing

Page 60: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00470 COST EST FORM 03/12/2014 Page 00470 - 9 of 10

_________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

DIV CODE DESCRIPTION UNIT QUANTITY MATERIAL LABOR TOTAL UNIT COST

16 Laboratory Gas Piping System

17 Process Water Piping

18 Water Softener Treatment

19 High-Purity Water Systems

20 Chemical Waste Piping System

21 Chemical Waste Treatment

22 Emergency Plumbing Fixtures

23 Plumbing Fixtures and Trims

24 Drinking Fountains and Water Coolers

25 High Purity Water System (Lab Grade)

26 Fuel Fired Water Heaters

VENTILATION SYSTEM (EXHAUST AND SUPPLY AIR)

27 Ventilation System 28 Cooling Towers

29 Indoor Custom Air-Handling Units

30 Computer-Room Air Conditioning

31 Dehumidification Systems

32 Metal Ducts

33 HEPA Filter Containment Housing

34 Duct Accessories 35 Axial Fans 36 Centrifugal Fans 37 Power Ventilators 38 Air Terminal Units

39 Diffusers, Registers and Grilles

40 Laboratory Air Control System

41 Testing, Adjusting and Balancing

OTHERS Sub-Total 16 ELECTRICAL

01 Overcurrent Protective Device Coordination

Page 61: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00470 COST EST FORM 03/12/2014 Page 00470 - 10 of 10

_________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

DIV CODE DESCRIPTION UNIT QUANTITY MATERIAL LABOR TOTAL UNIT COST

02 Grounding and Bonding

03 Lightning Protection

04 Division of Work Coordination

05 Electrical Testing

06 Hangers and Supports for Electrical Systems

07 Electrical Identification

08 Conductors and Cables

09 Raceways 10 Cable Trays 11 Wiring Devices

12 Lighting Control Devices

13 Packaged Engine Generator

14 Variable Frequency Controllers

15 Transient Voltage Suppression

16 Enclosed Switches and Circuit Breakers

17 Transfer Switches

18 Electrical Distribution System

19 Switchboards 20 Panelboards

21 Enclosed Bus Assemblies

22 Low Voltage Transformers

23 Fuses 24 Interior Lighting 25 Exterior Lighting

26 Voice and Data Communications

27 Security Systems 28 Fire Alarm

29 Public Address Systems

30 Misc Electrical OTHERS Sub-Total TOTAL

END OF SECTION 00470

Page 62: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 1 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

SECTION 00475 COST ESTIMATE GUIDE PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES Enumerated opposite each Account Code are the items that should be included under each heading. Should there be items that are required but are not found hereunder, include them under “Others”, such that all items of work, materials, plant, tools, equipment and labor shall be covered and included in the Bid. The Contractor is responsible for completing the Project in accordance with the Philippine Bidding Documents (PBD), the Terms of Reference (TOR) and the other Bid Documents. Include this guide in the Bid Envelope. NOTE: All items include miscellaneous costs, contingencies, and profit. DIV. CODE DESCRIPTION ITEM INCLUDED 01 PROFESSIONAL FEES 01 Detailed A&E Design Fee

including all Specialized Consultants for Laboratory Systems, Acoustics, etc.

Includes the professional design fees of all architecture and engineering professionals set according to law or to standards of the profession.

01

SURVEYS AND TESTS

02

Geodetic Survey

Includes the conduct of a topographic survey to determine the slope of the site and the surrounding area in which the project is to be located and the determination of the invert elevations of the existing sewer and drainage pipes and other natural drainage systems for the purpose of locating the elevations of the project and its components to ensure good drainage and prevent flooding. Includes the location of all natural and man-made structures in the site and its surroundings for design purposes. Also includes the location of

Page 63: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 2 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

all utility tapping points for connections during construction.

03 Soil Foundation Investigation

Includes the conduct of a soil test to find out the soil bearing capacity, water table and other site characteristics of the sub-base.

01 GENERAL REQUIREMENTS

04

Permits and Taxes Include deposits, permits, fees, government taxes and all other additional fee/tax items as called for by the local and national government and their agencies.

05 Overhead Includes regular supervision, cost control, rentals, and home and field office overhead such as office supplies, as-built drawings, photo-graphs, clean-up, phone, electricity, water & laboratory testing during construction chargeable to the Project.

06 Temporary Facilities Includes field office for Contractor and Owner’s Representative, material storage, barracks, security, temporary fences, barricades, first aid, fire extinguishers, toilets, and project signage.

07 Equipment Includes moving cost, rentals, small tool purchases, vehicle expense, fuel, oil and maintenance cost.

08 Insurances Contactor’s All Risk Insurance and all other necessary insurances as called for in this Contract and by the local and national government and their agencies.

09 Bonds

Bid, Performance, Payment and Guarantee Bonds and all other bonds as called for by the local and national government and their agencies

10 Field Engineering As Indicated. (A.I.); see main specifications.

11 Structural Tests and Special Field Tests

A.I.; see main specifications. Includes all laboratory testing of materials for concrete

Page 64: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 3 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

and reinforcements and all field quality control tests with guarantee.

12 Management and Coordination A.I.; see main specifications.

13 Construction Progress Documentation

A.I.; see main specifications.

14 Temporary Construction Facilities and Controls

A.I.; see main specifications.

15 Room Integrity Testing A.I.; see main specifications.

16 Construction Waste Management A.I.; see main specifications.

17 Product Requirements A.I.; see main specifications.

18 Warranties and Bonds A.I.; see main specifications.

19 Closeout Procedures A.I.; see main specifications.

20 Project Record Documents A.I.; see main specifications.

21 Operation and Maintenance Data A.I.; see main specifications.

22 Functional Performance Testing (FPT) Coordination

A.I.; see main specifications.

23 Demonstration and Training A.I.; see main specifications.

01 HEALTH & SAFETY

24 Occupational Health & Safety Requirements

Includes Systems, Equipment and Manpower gears, including personal protective equipment (PPE) to ensure health & safety in construction procedures.

OTHERS All other cost items to complete Professional Fees, Surveys and Tests, General Requirements, and Health & Safety

02 SITE WORK - Land Development

Page 65: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 4 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

01 Site Preparation

As indicated. (A.I.); includes site preparatory and clearing works such as removals of insignificant trees, plants and other obstructions according to all laws and regulations by the University and the Government, in preparation for construction.

02 Selective Demolition & Clearing As indicated. (A.I.); including demolition of all man-made structures (including two main buildings) and utilities, including underground utilities, and clearing of the site ready for construction. All underground utilities serving other structures shall be diverted and made functional accordingly.

03

Earthworks & Retaining Structures

Cut and fill to shape the land for site works and roads; soil consolidation; all yard fill including topsoil except that already covered by Div. 02 Code 17; all retaining structures, formworks, steel reinforcement, ties, concrete mix, admixtures, equipment for placing concrete and curing compound. Includes driven/bored piles, pile caps, and all its other accessories complete and ready to receive the superstructure. Includes RC tree root barrier. Includes steel reinforcement, ties, concrete mix, admixtures, equipment for placing concrete and curing compound. Includes diverting, trimming and treating of roots and branches and the placement of topsoil and mulches for cover. Includes maintenance and care of historic tree(s) for the entire construction time period.

04 Site Drainage and De-watering Includes excavation, grading, laying of drainage lines, perforated pipes, backfilling and compaction, area drains, catch basins, junction boxes, storm drain connections, drainage field / pit; connection to street drain. Includes de-watering.

Page 66: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 5 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

05 Concrete Curbs, Gutters and Paved Walks

Includes R.C. curbs and gutters, curb cut-outs, ramps, walks, exterior slab on fill, gravel and sand beds, concrete pavers & natural stone pavers. Includes all hardscape connections to existing structures surrounding the project.

06 Roads and Parking Includes base course, concrete pavement, reinforcements and construction joints. Includes all roads and parking around the project and all hardscape connections to existing structures in the surroundings.

07 Site Electrical and Transformers Includes excavation, grading, laying of underground electrical/telephone/structured cabling conduits and cables/wires in concrete troughs, concrete handholes, backfilling and compaction, pedestals, electrical and communications service entrances. Provision of concrete vault for transformers and assistance in the installation of transformers by others. Includes tapping to transformers and main source. Includes electric lamp posts, underground wires, pedestals, weatherproof lighting fixtures, switches, and accessories. Includes electric auxiliaries, underground wires, conduits and connections to tapping points for all other auxiliaries as called for in the specifications.

08 Site Water Supply & Service Entrance, Water Tank Relocation

Includes excavation, grading, laying of underground water pipes from supply to cistern; water tanks; including valves, meter, handhole box, warning tape, backfilling and compaction. Includes water tank relocation.

09

Termite Proofing Includes bukbok-proofing of wood and other proofing needed to control termites inside the building.

Page 67: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 6 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

10 Integrated Pest Management Includes integrated pest management plan for the building to control indoor populations of rodents, insects (including termites), arachnids, and other arthropods, outdoor populations of potentially indoor-infesting species, nests of stinging insects, and other incidental invaders inside the building.

11 Hard Landscaping including Permeable Parking

Includes other landscape elements other than paved walks; such as boulders in atrium landscaping, concrete trims and pedestals, flagpole components, trellises, outdoor benches, etc. Includes permeable pavement for parking when exposed.

12

Soft Landscaping

Includes trees, grass and other accessories needed for landscaping, topsoil, soil amendments, fertilizer, mulches, guys and stakes. Includes maintenance for a time period as indicated in the specifications.

13

Demobilization & Cleaning

Includes all costs for demobilization, dismantling of all temporary facilities including all workmen’s houses and removal of all construction equipment, tools, personnel and debris out of the project site and/or University premises. Includes general cleaning of building and site; spic and span, ready for turnover and for use.

OTHERS All other cost items to complete Sitework – Land Development.

02

SITE WORK – Structural

14

Building Layout Includes surveying works, batterboards, and benchmarks.

15 Topsoil Stripping & Re-Use

Includes stripping and stockpiling of topsoil before excavation for foundations and re-use of topsoil during landscaping. All extra topsoil shall be spread out in ODPI designated areas within the University premises.

Page 68: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 7 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

16

Excavation Includes manual and mechanical excavation

works and excavation support system.

17 Fill/Backfill Compacted Includes all fill/backfill A.I., gravel base course and preparation, topsoil.

18 Termite Treatment Includes soil poisoning and other necessary treatment.

OTHERS All other cost items to complete Sitework –Structural.

03 CONCRETE – Structural (NOTE: For building proper only. Exclude items designated in Division 02-00)

01 Forms, Scaffoldings and Accessories

Includes table forms and scaffolds, oil, ties, keyway, chain, expansion joint, wedges, block-outs, shoring, purlins, pins, clamps, reglets, insets, rental of form system, crane, and form removal, as required.

02 Footings Includes steel reinforcement, ties, concrete mix, admixtures, equipment for placing concrete and curing compound.

03 Grade Beams / Footing Tie Beams

Includes steel reinforcement, ties, concrete mix, admixtures, and equipment for placing concrete and curing compound.

04

Columns / Beams / Girders

Includes steel reinforcement, ties, concrete mix, admixtures, and equipment for placing concrete, curing compound and plaster surface preparation.

05

Shear / Lower Ground Walls

Includes steel reinforcement, ties, concrete mix, admixtures, and equipment for placing concrete, curing compound, protection and drain boards, and plaster surface preparation for waterproofing. For all RC walls, including basement walls.

06 Suspended Slabs Includes steel reinforcement, ties, concrete

Page 69: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 8 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

mix, admixtures, and equipment for placing concrete, curing compound and plaster surface preparation when necessary. For all suspended slabs including basement 1 suspended slab.

07 Lower Ground Floor Slabs and Slabs on Fill

Includes vapor barrier for dampproofing, waterproofing on lean concrete, steel reinforcement, ties, concrete mix, admixtures, and equipment for placing concrete, curing compound and waterstops. For all slabs on fill including basement 2 slab on fill.

08 Stairs Includes steel reinforcement, ties, concrete mix, admixtures, and equipment for placing concrete, curing compound; vapor barrier for portion of stairs on fill; brass nosing, preparation for SS railing, solid wood finish and wood and plaster surface preparation. For all stairs and ramps (if any).

09 Cisterns (Potable and Rain Water)

Includes RC Cisterns and other RC tanks. Includes steel reinforcement, ties, concrete mix, admixtures, and equipment for placing concrete, curing compound, and plaster surface preparation for waterproofing.

10 Concrete Gutters, Parapets and Ledges

Includes steel reinforcement, ties, concrete mix, admixtures, and equipment for placing concrete, curing compound, waterstops and waterproofing and plaster surface preparation.

11

Equipment Pads Includes steel reinforcement, ties, concrete mix, admixtures, and equipment for placing concrete, curing compound and plaster surface preparation. Includes anti-vibration mechanism.

OTHERS All other cost items to complete Concrete – Structural

04 MASONRY

Page 70: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 9 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

01 Concrete Hollow Blocks & Other

Masonry Walls

Includes all concrete hollow block units and other masonry unit systems as approved. Includes mortar mix, steel reinforcement, RC lintel beams & stiffener columns, grout, plaster bond, saw, ties, bolts, shoring, sealer, and mixer, as required. Includes exterior stone cladding. Includes all plaster surface preparation for waterproofing, dowels, mortar, grout and stone finish. Includes all materials, labor, equipment, plant, tools, required to complete all architectural pre-cast mouldings, units, GFRC, etc.

02 Glass Blocks Includes glass blocks and other fixing accessories for daylighting.

03

Cast Stone Sills, Thresholds, Wall Caps

Includes cast stone units for windows sills, exterior door thresholds and end wall caps. Including dowels, mortar and grout.

OTHERS All other cost items to complete Masonry

05 METALS

01 Structural Steel and Accessories Includes all structural steel sections for trusses, purlins, sag rods, clips, cross bracings; rafters of canopies; shear studs, plates and webs, non-shrink grout; including painting. Includes all field quality control tests.

02 Miscellaneous Structural Steel All mild steel sections for dropped frame units and hangers to support ceiling; overhead anchorage of overhead folding door partitions, if any; grill work, balusters; miscellaneous mounting brackets, straps, dowels, frames and connectors; construction gap assembly and cover; and painting.

03 Welding and Fasteners Includes weld plates, welding rods, welding electrodes, powder actuated anchor, bolts,

Page 71: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 10 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

nails, screws, expansion anchors, saddles and connectors, and painting.

04

Stainless Steel Hand & Grab Rails

A.I., includes hand rails, posts, balusters for main stairs and balcony, and grab rails for PWD toilets, with factory-applied metal coatings.

05 Miscellaneous Stainless Steel Includes anti-rust dowels for exterior stone cladding and others, including counter flashings, anchors, grating & framing, vent grille, fasteners, as required.

06 Metal Stairs and Railings Includes steel tube hand rails, posts, balusters for fire stairs and ramp, with factory-applied metal coatings.

07 Factory-Applied Metal Coatings A.I.; see the main specifications.

08 Aluminum Tube Railings Includes tube rails for exterior installations such as sunshading devices and for interior utility trays, laboratory overhead service frames and other with factory-applied metal coatings.

09 Aluminum Equipment Screen A.I., including excluded aluminum louver gratings.

10 Fiberglass Gratings A.I. for fiberglass gratings for handholes and trench coverings where corrosive cleaners are used.

11 Architectural Joint Systems A.I.; see the main specifications.

OTHERS All other cost items to complete Metals.

06

WOOD AND PLASTICS

01

Miscellaneous Rough Lumber

Includes nailers, hangers, plates, braces and other miscellaneous lumber of yakal needed to complete rough carpentry works.

Page 72: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 11 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

02 Auditorium Interior Woodwork, Baseboards, & Misc Trims

Includes complete rough and finishing woodwork for auditorium. Includes PVC baseboards for all walls and interior partitions; includes miscellaneous trims to cover joints when necessary or as required. Includes frame and acoustic wall panels, fasteners, sound insulation, acoustic sealants and accessories.

03 Plastic Laminate Wood Cabinets, Sink Counters

Includes MDF casework, sink counters, lumber stiles and rails, chemically resistant exterior laminates, phenolic resin solid core shelving, and LED lighting. Includes laminated MDF panels; stainless steel u-clip joints and accessories.

04 Ground Floor Reception Counter and Security Desks

Includes laminated countertops; laminated wood finish MDF cabinet doors, LED lighting; accessories, and other miscellaneous wood needed to complete the carpentry works.

OTHERS All other cost items to complete Wood and Plastics

07 THERMAL AND MOISTURE PROTECTION

01 Slab, Deck & Gutter Waterproofing

For all suspended toilets, miscellaneous decks and concrete gutters; includes topping and flood test with guarantee. For all basement slab waterproofing, includes protection boards, lean concrete, and leak test with guarantee.

02 Wall Waterproofing For all walls receiving stone finish; includes cement plaster walls exposed to rain to prevent seepage, when required; includes test with guarantee. For all basement walls waterproofing,

Page 73: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 12 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

includes protection boards, lean concrete and leak test with guarantee.

03 Cistern Epoxy Waterproofing For interior walls and slab of underground water tanks & overhead RC tanks; includes topping and flood test with guarantee.

04 Roofing Insulation Under all roofing areas, inside exterior wall areas and all other general building insulation; includes insulation and all accessories.

05 Roofing Materials and Accessories

Includes pre-finished, pre-formed roofing sheets, fascia and waterstopper, ridge rolls, flashing, counterflashing, drip caps, sealants and other roof specialties and accessories, complete with fasteners and fixation materials.

06 Translucent PVC Roofing and Accessories

A.I. for interior day lighting. Includes translucent sheets and all other accessories for roofs open to the sky.

07 Sheet Metal Flashing and Trim A.I.; see main specifications.

08 Fluid-Applied Membrane Air Barriers

A.I. see main specifications.

09 Sheet Metal Roofing A.I.; see main specifications. For miscellaneous roofs.

10 Exterior Metal Wall System A.I. see main specifications. Includes all materials, labor, equipment, plant, tools, required to complete all Aluminum Composite Panel (ACP) works.

11 Sprayed Fire-Resistive Materials A.I., includes surface preparation, cementitious fire resistive system and materials and accessories.

12 Through–Penetration Firestop Systems

A.I. Includes firestop mortar, sealants, caulking, foam, putty or mastic, pipe wraps, intumescent sheets, sleeves, collars and

Page 74: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 13 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

plastic pipe devices and intumescent seal bags as required.

13 Fire-Resistive Joint Systems A.I., includes fire-resistive joint systems compatible with joint substrates including primers and forming materials to install fill materials, and other accessories.

14 Joint Sealants A.I., other caulking and joint sealants as required by its use.

15 Expansion Joint Covers A.I. Devices and their accessories, as required to cover all control and expansion joints.

OTHERS All other cost items to complete Thermal and Moisture Protection

08 DOORS AND WINDOWS

01 Metal Doors and Windows Not applicable (N.A.). See Division 08, Section 04

02 Metal Door and Window Frames Not applicable (N.A.). See Division 08, Section 04

03 Stainless Steel Frames Not applicable (N.A.). See Division 08, Section 04

04 Custom Steel Doors and Frames

Includes all steel and steel louver doors, complete with integral locking devices, hinges, panic devices (fire doors), dead bolts, and all finishing hardware; door cores, all metal jambs; glazing, sealants and weather-stripping; for all doors used as fire doors and leading to mechanical-electrical rooms and storages. For exterior doors, interior fire-rated and non-fire rated doors, interior acoustical doors, exterior and interior frames. Include all door hardware as enumerated in the main specifications. Includes all testing for quality performance of all doors.

Page 75: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 14 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

05 Interior Aluminum Frames Includes all fixed aluminum frames and glazing, anchors, brackets and attachments.

06 Flush Wood Doors Includes interior flush wood doors and steel door frames with transom panels, rated and non-rated; with special functions, sound retardant, wood and veneer finish including all door hardware as enumerated in the main specifications.

07 Access Doors and Frames Includes fire-rated access doors in hard ceiling to provide code-required physical access to mechanical valves, electrical junctions, and other serviceable components.

08 Overhead Coiling Doors

Includes all steel roll-up doors, insulated, electric-motor operated, complete with integral locking devices and all finishing hardware; for Generator, Electrical Rooms, Mechanical Rooms and where needed. Includes all testing for quality performance of all doors.

09 Aluminum Framed Entrances and Storefronts

Includes all aluminum entrance doors, frames and sidelights; complete with integral locking devices, hinges, handles, anchors, brackets & attachments, and all other finish hardware; aluminum jambs, glazing, sealants and weather-stripping. Include all door hardware as enumerated in the main specifications. Includes all testing for quality performance of all doors.

10 Aluminum Windows Includes all types of aluminum windows, glazing, all hardware and accessories as described in the main specifications. A.I. in the elevations; includes all fixed angular storm resistant fixed aluminum louvers as shown. Complete with all fixing devices, sealants and other accessories.

Page 76: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 15 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

11 Hardware A.I.; Includes all necessary hardware for windows, cabinet works, counters, overhead access and others.

12 Door Hardware A.I.; Includes all necessary hardware for other doors.

13 Finish Hardware Includes all finish hardware for other doors and windows; for cabinet works, counters, overhead access and others.

14 Automatic Door Operators Includes all door operators – swing type for all exterior entrance doors to building.

15 Glazing A.I.; Includes all exterior and interior glazing system. Includes all other glass and mirror panes, complete with aluminum frames, accessories, and plywood backing for mirrors; for all toilets. Includes all testing for quality performance of all exterior windows.

16 Glazed Aluminum Curtain Wall Includes complete conventionally glazed aluminum curtain walls installed in stick assemblies; storm resistant; installed compliant with NSCP 2010. Includes all testing for quality performance of all exterior windows.

OTHERS All other cost items to complete Doors and Windows

09 FINISHES

01

Plaster Walls

Includes all types of plaster finishes complete with all aluminum u-clips where required, plastering guide system, ready for painting.

02

Off the Form Smooth Rubbed Ceiling Finish

A.I. for rooms without suspended ceilings.

03 FCB on Light Gauge Metal Frame

A.I., includes all fiber cement boards and/or gypsum boards, rated or non-fire rated on suspended metal framing with certification

Page 77: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 16 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

and warranty.

04 Gypsum Wall Boards on FCBs on Light Gauge Metal Frame

A.I., includes complete gypsum assemblies (double gypsum boards each side on light gauge metal frame with Rockwool insulation) for 2 hr fire rated walls with certification and warranty.

05 FCB / Single Gypsum Boards Each Side on Light Gauge Metal Frame

A.I., includes complete gypsum assemblies with Rockwool insulation for 1 hr fire rated walls with certification and warranty.

06 Homogenous Granite Floor Tiles A.I., Includes all surface preparation, mortar/ adhesive, grout, and homogeneous granite tile finish for floors and walls, including tile trims.

07 Vitrified Ceramic Wall & Floor Tiles

A.I., Includes all surface preparation, mortar/ adhesive, grout, and vitrified ceramic tile finish for floors and walls, including tile trims.

08 Acoustical Ceiling Tile In Clean Laboratories

A.I. for all laboratories, training, breakout, offices, conference and other main rooms, includes frame, acoustic ceiling boards, fasteners, and accessories.

09 Natural Adobe Stone Wall Veneer

Not Applicable (N.A.)

09 Vapor Transmission Testing for Concrete

A.I., includes testing to guard against delamination of finish materials due to water vapor transmission.

10 Concrete Floor Treatment A.I., includes sealing/ hardening of all concrete floors.

11 Concrete Densifier and Sealer A.I., includes integral chemically reactive water based densifier, sealer, and dustproofer for interior finish applications together with all components and accessories to complete.

12 Resilient Sports Floor Covering Includes all surface preparation, multi-layer sports vinyl finish for floors, and accessories.

Page 78: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 17 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

A.I. for Fitness Center.

13 Resilient Floor Tiles A.I. Includes all surface preparation, mortar, self-levelling compound, adhesives, and homogeneous vinyl tiles finish for floors, including tile trims.

14 Resilient Sheet Flooring A.I. Includes all surface preparation, mortar, self-levelling compound, adhesives, and homogeneous vinyl sheet finish for floors, including tile trims.

15 Static-Control Homogenous Resilient Floor Coverings

A.I. Includes all surface preparation, mortar, self-levelling compound, adhesives, and homogeneous vinyl sheet finish for floors, including tile trims.

16 Resinous Flooring A.I., seamless flooring system with integral base including epoxy resin, aggregate and final coats for non-slip finish, complete.

17 Carpet Tiles A.I., includes all surface preparation, carpet tiles finish for floors, and accessories. A.I. for For Anterooms, Main Hall, and Breakout Rooms

18 Exterior Painting A.I. Includes all surface preparation and paint finishes for exterior masonry works and metals. Complete with all accessories.

19 Interior Painting, Varnishing & Accessories

A.I. Includes all surface preparation and paint finishes for interior masonry works, wood and metals, natural stains and varnishes. Complete with all accessories.

20 High Performance Coatings (Interior)

A.I. includes all elastomeric acrylic coating for concrete for all fitted out laboratories and where required.

OTHERS All other cost items to complete Finishes.

10 SPECIALTIES

Page 79: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 18 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

01 Toilet Compartments A.I., includes toilet partitions and urinal screens complete with all fittings, shoes, sleeves and accessories as described in the main specifications.

02 Louvers and Vents A.I. Includes aluminum extrusions, sheets, fasteners, anchors and inserts, bituminous paint and other accessories needed for all interior and exterior vents and louvers.

03 Impact Resistant Wall and Door Protection

A.I. includes extruded rigid plastic and aluminum and stainless steel and their respective fasteners for wall and corner guards and for door protection.

04 Identifying Devices A.I. includes concrete block and stainless steel building name signage; and all anchorages as required.

05 Interior Signage (Room Identification, Hazard Warnings, Occupational and Biosafety Signage, Fire Exit Routes)

A.I. includes acrylic signages identifying room units; hazard warnings; occupational and biosafety signages; illuminated fire exit signages and all anchorages as required; and all other signages.

06 Metal Lockers Includes wardrobe lockers and locker benches for all locker rooms.

07 Fire Extinguisher Cabinets Fire hose cabinets complete with fire extinguisher brackets and/or mounts, axes, blankets, connections to wet and dry standpipe valves, fire hoses, and other firefighting equipment.

08 Fire Extinguishers For government-provided stand-alone fire extinguishers including brackets and/or mounts.

09 Operable Panel Partitions A.I., for Breakout and Training Rooms with STC and NIC as required in the main specifications.

10 Mobile Storage Units (High Density Units for 120 sq. m room)

A.I. as indicated in the main specifications.

Page 80: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 19 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

11 Toilet and Bath Accessories A.I., includes complete toilet and bath accessories for all public and private toilets.

OTHERS All other cost items to complete Specialties

11 EQUIPMENT

01 Loading Dock Equipment Includes dock bumpers and levelers.

02 Contractor Furnished and Installed Lab Equipment

Includes supply and installation of the following laboratory equipment in all laboratories to be fitted out as required:

a) Fume Hoods and Exhaust Devices b) Biosafety Cabinets, Class II A2

(exclude Class III Biosafety Cabinets) c) Laboratory Sterilizers (OSM) d) Cage and Rack Washers (OSM) e) Laboratory Overhead Service

Carriers Controlled Environment Rooms

03 Fume Hoods and Exhaust Devices

A.I., See Item 02 Section 11 above, chemical fume hoods including bench mounted hoods, safety alarm systems, top of hood enclosures, fume hood pressure sensing devices, piped and wired, complete and ready for use. See main specifications for complete description of components to be included in this item.

04 Biological Safety Cabinets A.I. See Item 02 Section 11 above Class II A2 Biological Safety Cabinets with thimble connection; and all other components as described in the main specifications. Supply and install complete and ready for use.

05 Room Air Visual Indicator A.I., includes all indicators for hazardous fumes.

OTHERS All other cost items to complete Equipment

12 FURNISHINGS 01 Window Blinds For all windows in rooms indicated as fully-

furnished.

Page 81: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 20 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

02 Metal Laboratory Casework A.I., complete for all fitted out laboratories.

03 Adaptable Laboratory Casework

System A.I., complete for all fitted out laboratories.

04 Custom Stainless Steel Laboratory Casework

A.I., complete for all fitted out laboratories

05

Countertops Stainless steel countertops for all custom stainless steel laboratory casework.

06 Entrance Floor Mats A.I., for all main entrances of building, all laboratory entrances, all changing room areas and as required.

07 Roller Shades For all windows in rooms indicated as fully-furnished.

08 Furniture Systems OSM

OTHERS All other cost items to complete Furnishings

13 SPECIAL CONSTRUCTION 01 Controlled Environment Rooms A.I., completely insulated rooms used as

freezers, cold rooms and warm rooms as described in Section 13030.

02 Seismic Protection for Equipment A.I., for all equipment needing seismic protection.

OTHERS All other cost items to complete Special Construction

14 CONVEYING SYSTEMS 01 Electric Traction Elevators

Includes 4 passenger elevators and 2 freight elevators and their controllers, complete with accessories, fully installed and ready for use.

OTHERS All other cost items to complete Conveying Systems

15 MECHANICAL

SANITARY & STORM WATER

Page 82: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 21 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

SYSTEMS 01 Plumbing Pipes and Fittings Includes pipes and fittings for sewer, waste

and ventilation systems, all fittings, traps, drains, cleanouts, pipe sleeves and seals, etc. Includes hangers, supports, vibration controls, pipe sleeves, painting, identification and consumable items.

02 Sanitary & Storm Drain Accessories

Includes pipes and fittings for downspouts, horizontal drainage pipes and a/c drains. Includes hangers, supports, pipe sleeves, vibration controls, painting, identification and consumable items.

03 Plumbing Fixtures Includes supply, installation and testing of all plumbing fixtures.

04 Septic Tank/STP A.I., as required. Provide septic tank/ STP conforming to the National Plumbing Code of the Philippines and other applicable laws and all pumps and redundant pumps, including submersible sump pumps

05 Plumbing Pipe Testing Includes all field quality tests required for the sanitary and drainage system.

DOMESTIC WATER SUPPLY

06 Pipes, Fittings & Individual Meters

A.I. includes pipes and fiitings, all valves as required and all meters and gauges including thermometers, gauges, test plugs and flow meters for all types of liquid and gases, to monitor use for each laboratory. For potable, non-potable, cold and hot water systems.

07 Water Supply Accessories

Includes pipes and fittings for potable cold and hot water supply and rainwater supply, including valves, water meters, faucets, air chambers, etc. Includes hangers, supports, vibration controls, pipe sleeves and seals, painting, identification and consumable items.

08 Potable Water Supply Tanks Includes all tanks, pumps and redundant pumps, complete with valves, switches,

Page 83: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 22 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

breakers, electrical connections and accessories.

09 Rain Water Supply Tanks

Includes all tanks, pumps and redundant pumps, complete with valves, switches, breakers, electrical connections and accessories for rain water and grey water supply tanks. Includes pipes, fittings, and other components such as valves, water meters, faucets for irrigation, hangers, supports, vibration controls, pipe sleeves and seals, painting, and consumable items. Includes identification. Includes equipment labels, markers, warning signs & labels, pipe labels, stencils, valve tags and warning tags in standard size, form and color and in accordance with Codes and with the main specifications.

10 Water Pipe Testing

Includes all field quality tests required for the domestic water supply system.

FIRE PROTECTION SYSTEM 11 Complete Fire Standpipe System Includes pipes and fittings for fire standpipe

system (wet and dry), Siamese twin connection, including valves, hangers, supports, pipe sleeves and seals, painting and identification items, and consumable items.

12 Fire Water Supply Tanks A.I., see main specifications. Includes elevated and hydro-pneumatic fire water supply metal tanks, inclusive of assembly and stand; gauges, switches, controls and all accessories. Includes all fire pumps and redundant fire pumps, including booster pumps.

13 Fire Sprinklers Includes pipes and fittings for fire sprinkler system, sprinkler heads, including valves, fire department connections, fire pumps and controllers, hangers, supports, vibration

Page 84: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 23 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

controls, pipe sleeves and seals, painting, identification items, and consumable items.

14 Fire and Smoke Alarms A.I., see main specifications.

15 Fire Pipe Testing Includes all field quality tests required for the fire protection system.

16 Laboratory Gas Piping System A.I., see main specifications. Includes tubes and fittings, hanger and supports, valves and valve boxes, gas service connections, electric service connections, pressure control panels, gas manifolds, gas alarm system components, labelling and identification, field quality control, demonstration, and all other accessories to complete, ready for use for all types of gases including carbon dioxide, nitrogen, argon, oxygen, specialty gases (SG), high purity (compressed) air (HPA) and their specialties for all laboratories.

17 Processed Water Piping A.I., see main specifications. Includes pipes and fittings, sleeve installation, hanger and supports, escutcheon, valves and valves, service connections, labelling and identification, field quality control, demonstration, and all other accessories to complete, ready for use for actually de-ionized water and noted as (RO) reverse-osmosis water piping for all laboratories and other areas as needed.

18 Water Softener Treatment A.I., see main specifications. Includes commercial water softeners, including all other components and accessories, complete as per main specifications.

19 High-Purity Water Systems Includes a DI water generation system capable of producing about 1,000 gallons per day of 18 meg Ohm reagent grade water with 200 gallon storage tank with 100% distribution pumps, UV sterilization and final DI resin filtration and all other components

Page 85: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 24 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

and accessories as per main specifications for the whole laboratory building.

20 Chemical Waste Piping System A.I., see main specifications. Includes single-wall piping, piping specialties, neutralization tanks and manholes. Also includes hanger and supports, sleeve installation, service connections, labelling and identification, cleaning and all other components and accessories needed to complete the system for all laboratories.

21 Chemical Waste Treatment A.I., see main specifications. Includes the installation of a fully functional acid waste neutralizing system for the design flowrate, design Ph adjustment and fit, including all other components and accessories, labelling and identification, field quality control, start-up service, adusting cleaning and demonstration, complete and ready for use for all laboratories.

22 Emergency Plumbing Fixtures Includes supply and installation of SS-1 and SS-2 Safety Centers as required by the Codes and the end user as required for all laboratories.

23 Plumbing Fixtures and Trims A.I.; see main specifications. Includes complete sanitary plumbing fixtures, trims and supply fittings, traps, valves, and supports.

24 Drinking Fountains and Water Coolers

Includes supply and installation of Pressure Water Coolers, EWC-1 and EWC-2 including fixture supports, one set each for all public toilets.

25 High Purity Water System (Lab Grade)

A.I., see main specifications. For each laboratory sink, where needed.

26 Fuel Fired Water Heaters A.I., see main specifications. Includes commercial, power-burner, gas-fired, storage, domestic-water heaters and all other accessories to service all laboratories and

Page 86: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 25 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

other areas where needed.

VENTILATION SYSTEM (EXHAUST AND SUPPLY AIR)

27 Ventilation System Includes all ventilating equipment and their accessories for all unit toilets, housekeeping, storage rooms, and all mechanical and electrical rooms, basement floors and where needed. Includes supply and installation of all VRF/VRV ACCU and inverter-type FCU units, fans and ventilators, diffusers, registers and grilles, all control systems, supports, wiring and conduits, pipe sleeves and seals, insulators, wiring devices, breakers and panels, painting and accessories.

28 Cooling Towers Includes all compressors, condensers including cooling systems, evaporators, refrigerant pipes and fittings, insulation and vapor barrier; includes all wires and conduits wiring devices, breakers and panels, includes hangers, rods, supports, pipe sleeves and seals for all a/c and electrical pipes through walls and floors, insulators, painting and identification items and consumable items. For all laboratories.

29 Indoor Custom Air-Handling Units Includes all air handling units, fittings, insulation, vapor barrier, dampers, controllers, wires and conduits, wiring devices and other accessories. For all laboratories.

30 Computer-Room Air Conditioning A.I.; see main specifications.

31 Dehumidification Systems A.I.; see main specifications. Includes all dehumidifiers.

32 Metal Ducts A.I.; see main specifications. Includes all ductworks. For all laboratories.

33 HEPA Filter Containment Housing

A.I.; see main specifications. Includes all HEPA filters. For all laboratories.

Page 87: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 26 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

34 Duct Accessories A.I.; see main specifications. Includes all duct

accessories. For all laboratories.

35 Axial Fans A.I.; see main specifications. Includes all axial fans.

36

Centrifugal Fans A.I.; see main specifications. Includes all centrifugal fans.

37

Power Ventilators A.I.; see main specifications. Includes all power ventilators.

38

Air Terminal Units A.I.; see main specifications. Includes air terminal units.

39

Diffusers, Registers and Grilles A.I.; see main specifications. Includes all diffusers, registers and grilles.

40

Laboratory Air Control System Includes complete VAC Control Systems including, automatic switches, thermometers, gauges, air controls, includes all pipes, wires and conduits, supports, pipe sleeves and seals.

41 Testing, Adjusting and Balancing A.I. for all equipment and systems.

OTHERS All other cost items to complete Mechanical.

16 ELECTRICAL

01 Overcurrent Protective Device Coordination

A.I.; see main specifications.

02 Grounding and Bonding A.I.; see main specifications.

03 Lightning Protection Includes conduits and wires and grounding system for lightning protection of whole building and its appurtenances.

04 Division of Work Coordination A.I.; see main specifications.

Page 88: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 27 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

05 Electrical Testing Includes all field quality tests required for the electrical and electrical auxiliaries systems.

06 Hangers and Supports for Electrical Systems

A.I.; see main specifications. Includes hangers and supports for electrical equipment and systems.

07 Electrical Identification Includes equipment labels, markers, warning signs & labels, pipe labels, stencils, valve tags and warning tags in standard size, form and color and in accordance with Codes and with the main specifications.

08 Conductors and Cables A.I.; see main specifications.

09 Raceways A.I.; see main specifications. Includes RSC, IMC, EMT. and PVC conduits and fittings, weather heads, and all accessories as required.

10 Cable Trays A.I.; see main specifications. Includes risers, cable trays, overhead cable connection and all accessories as required.

11 Wiring Devices A.I.; Includes pull-boxes, junction boxes, convenience and weatherproof outlets, cover plates, other wiring devices and accessories as called for in the main specifications.

12 Lighting Control Devices A.I.; Includes switches, such as, time switches, outdoor and indoor photoelectric switches, indoor occupancy sensors, outdoor motion sensors, lighting contactors, emergency shunt relays, and other lighting control devices and accessories as called for in the main specifications.

13 Packaged Engine Generator A.I. includes generator, standby generator, ATS, mounting pads, accessories in accordance with the main specifications; and uninterrupted power supply (one unit for each laboratory and as needed). Includes other automatic and non-automatic transfer

Page 89: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 28 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

switches and remote annunciation and control systems for equipment.

14 Variable Frequency Controllers A.I., includes solid-state, PWM, VFCs, for speed control of all three-phase, squirrel-cage induction motors as per main specifications and where needed.

15 Transient Voltage Suppression A.I., includes TVSSs for low voltage power, control and communication equipment as per main specifications and where needed.

16 Enclosed Switches and Circuit A.I.; see main specifications.

17 Transfer Switches A.I.; see main specifications.

18

Electrical Distribution System A.I.; see main specifications. Includes main meter and separate sub-meters for each laboratory.

19

Switchboards A.I.; includes switchboards and other accessories.

20

Panelboards A.I.; includes main and sub-panel boards, and circuit breakers.

21 Enclosed Bus Assemblies A.I.; see main specifications.

22

Low Voltage Transformers Includes service entrance and transformers, concrete pole; service entrance conduit and cable to panel; and all others up to energizing. Includes all other low voltage transformers as per the main specifications.

23 Fuses A.I.; includes switches and fuses.

24

Interior Lighting A.I., all interior lighting luminaires, lamps, ballasts, housing, reflectors, emergency lighting units, exit signs, including supports and fasteners for mounting, such as conduit drops, retrofit kits for fluorescent fixtures. Include targeting.

Page 90: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 29 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

25

Exterior Lighting A.I., all exterior lighting luminaires, lamps, ballasts, housing, reflectors, photoelectric relays, pole and accessories, including supports and fasteners for mounting as per the main specifications. Include targeting.

26

Voice and Data Communications A.I. Structured telecommunications cabling and pathway including permanently installed backbone and horizontal cabling, horizontal and backbone pathways, service entrance facilities, work area pathways, telecommunications outlet assemblies, conduits, raceways and hardware for splicing, terminating and interconnecting, as per main specifications; complete and ready for use.

27

Security Systems A.I. capable of integrating,, interfacing and/or operating with other systems. Includes Security Systems computer hardware, software and control panels, card readers photo identification production, interface with vehicle access & parking gate operators, Voice surveillance system, communication equipment and network hardware, fiber optic transmission equipment, security console & racking equipment and other components and accessories as described in the main specifications. Includes Closed Circuit TV for all building entrances and exits, corridors, elevators and public activity areas.

28

Fire Alarm A.I. and as described in the main specifications; complete and ready for use.

29

Public Address Systems A.I., includes amplifiers, microphones, volume limiter/compressors, consoles, cabinets and racks, telephone paging, tone generators, monitor panels, loudspeakers, noise-operated gain controllers outlets, back-up power units, cables, raceways, and all other components and accessories to complete as per main specifications. Includes main telephone terminal cabinet,

Page 91: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00475 COST EST GUIDE 12/3/14 Page 00475 - 30 of 30

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

PABX, splicing cabinets, conduits and wires, wiring devices including cover plates, hangers and supports. All telephone lines ready for use inside all laboratories, offices and conference rooms, upon supply and installation of telephone fixtures by the telephone company.

30 Misc Electrical Includes all field quality tests required for the electrical and electrical auxiliaries systems. Includes CATV and MATV, one for each laboratory, office, and conference room, including wires and conduits, wiring devices, cover plates, hangers and supports.

OTHERS All other cost items to complete Electrical.

END OF SECTION 00475

Page 92: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS 00490 SUBCONLIST 03/12/2014 Page 00490 - 1 of 1

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

SECTION 00490 SUB-CONTRACTOR LISTING PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES BIDDER : ________________________________ DATE : ____________________

Division of Work

Sub-Contractor Proposed

Labor Amount

Materials Amount

Total Amount

NOTE: Provide additional sheet/s of same format if necessary.

END OF SECTION 00490

Page 93: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00500 FORMCONTRACTAGREE 03/12/2014 Page 00500 - 1 of 8

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

SECTION 00500 FORM OF CONTRACT AGREEMENT PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES KNOW ALL MEN BY THESE PRESENTS:

This AGREEMENT made and entered into this ___ day of ___________ 20__, in Quezon City, by and between:

The UNIVERSITY OF THE PHILIPPINES, the National University, created by virtue of Act No. 1870, as amended and strengthened by Republic Act No. 9500, with principal office at Quezon Hall, UP Diliman, Quezon City, represented herein by its President, ALFREDO E. PASCUAL, hereinafter referred to as the “UNIVERSITY”;

and

_________________________________________, INC. with principal office address at ______________________________________, a corporation duly organized and existing under the laws of the Philippines, represented in this act by its President, _______________________ hereinafter called the “CONTRACTOR”.

The parties hereto, for the consideration hereinafter named, hereby covenant and agree, as follows:

ARTICLE I SCOPE OF WORKS

The CONTRACTOR, in consideration of the payment to be made by the UNIVERSITY, shall design, construct/perform and erect the new building for the:

UNIVERSITY OF THE PHILIPPINES NATIONAL INSTITUTES OF HEALTH

located at UP Manila Campus, Ermita, Manila In the said design and construction, the CONTRACTOR shall do all things necessary for the proper design, construction and completion of all works shown and described in the Technical Documents submitted during the public bidding held on the _____ day of _______________, 2013.

Page 94: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00500 FORMCONTRACTAGREE 03/12/2014 Page 00500 - 2 of 8

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

ARTICLE II

THE CONTRACT DOCUMENTS The Instruction to Bidders, Specifications, Drawings/Plans, Bid Bulletins and/or Addenda, General Conditions of the Contract, Contractor’s Proposal, Bidder’s Bond, Terms of Reference, as well as the Designs and Drawings submitted during the public bidding on the _____ day of _______________, 2013 are hereby made and acknowledged to be an integral part of this Agreement, as if hereto attached or herein written; provided that all annexes and/or addenda to this Contract are signed by both parties. The following Contract Documents shall be attached to, deemed to form, and be read and construed as part of this Agreement:

1.0 Annex “A” - Project Manual Volume 1: Philippine Bidding Documents Section 00100 - Invitation to Bid Section 00200 - Instructions to Bidders Section 00250 - Affidavit of Site Inspection Section 00300 - Bid Data Sheet Section 00400 - Bid Proposal Form Section 00420 - Omnibus Sworn Statement Section 00470 - Cost Estimate Form Section 00490 - Sub-Contractor Listing Section 00500 - Contract Agreement Section 00600 - Drawings/Plans Section 00620 - Design Eligibility Requirements Section 00630 - Design Parameters Section 00650 - Specifications Section 00700 - General Conditions of Contract Section 00800 - Special Conditions of Contract Annexes

2.0 Annex “B” - Project Manual Volume 2: Terms of Reference Part I - General Project Information Part II - Detailed Project Reference Part III - Detailed Architectural and Engineering Designs Part IV - Detailed Estimates Part V - Construction Phase Part VI - Proponent’s/Bidder’s Responsibilities Part VII - Responsibilities of the University of the Philippines Part VIII - Project Acceptance and Turnover Part IX - Annexes

3.0 Annex “C” - Addenda and/or Supplemental/Bid Bulletins, if any;

4.0 Annex “D” - Eligibility and Technical Documents

5.0 Annex “E” - Financial Documents/Bid Proposal Form, including all the documents/

statements contained in the Bidder’s bidding envelopes, as annexes;

Page 95: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00500 FORMCONTRACTAGREE 03/12/2014 Page 00500 - 3 of 8

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

6.0 Annex “F” - Bid Security: Manager’s Check in the amount of Php _________________ M

7.0 Annex “G” - Notice of Award of Contract and the Contractor’s conformity therewith

8.0 Annex “H” - Certificate of Availability of Funds

9.0 Annex “I” - Performance Security

10.0 Annex “J” - Other documents listed in the Bid Data Sheets

This Agreement and the Contract Documents shall be interpreted in such a manner as to ensure the full and satisfactory completion of the WORKS. In case of doubt or conflict between and among any items or provisions of the Contract Documents, and/or between and among any of the Contract Documents and this Agreement, the CONTRACTOR shall refer the same in writing to the UNIVERSITY for clarification and guidance. The clarification or determination made by the UNIVERSITY shall be binding and conclusive upon the Parties.

ARTICLE III TIME OF COMPLETION AND SCHEDULE OF CONSTRUCTION

A. The work to be performed by the CONTRACTOR under this Contract shall commence seven (7)

calendar days upon receipt by the Contractor of the Notice to Proceed issued by the President and completion shall be within Nine Hundred Ten (910) days from the starting date of construction.

B. Upon completion of the WORKS, the CONTRACTOR shall provide the UNIVERSITY with a Certificate of Completion issued by the UP Office of the Design and Planning Initiatives (ODPI).

C. It is understood that time is an essential feature of this Contract and that upon failure of the CONTRACTOR to complete the work stipulated in this Contract within the time provided, the CONTRACTOR shall pay the UNIVERSITY at least 1/10th of ONE (1) PERCENT of the cost of the unperformed portion of the WORKS for each day of delay in the completion of the Contract, said payment to be made as liquidated damages, and not by way of penalty; and the UNIVERSITY may deduct from any sum due or to become due to the CONTRACTOR any accrued sum from liquidated damages as hereinafter stated, without need of any court action.

D. A preliminary punchlist of any deficiencies shall be prepared by the UP ODPI and submitted to the CONTRACTOR within ten (10) days before the date set for completion of the WORKS as stated in Article III(A). All items in the preliminary punchlist shall be completed prior to final walk-through and punchlisting.

E. The Contractor’s Ten Percent (10%) retention shall be retained by the UNIVERSITY until all items on the final punchlist are satisfactorily completed. If the CONTRACTOR shall refuse or fail to complete the final punchlist within the time fixed by a written notice, the UNIVERSITY shall then have the right to use the Contractor’s ten percent (10%) retention amount to complete the same, and the balance, if any, shall be returned to the CONTRACTOR.

Page 96: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00500 FORMCONTRACTAGREE 03/12/2014 Page 00500 - 4 of 8

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

ARTICLE IV THE CONTRACT SUM

The UNIVERSITY, for and in consideration of the fulfillment of this Contract by the CONTRACTOR, in accordance with the provisions of the Contract Documents and subject to the additions and deductions provided therein, shall pay to the CONTRACTOR, inclusive of Value Added Tax, the sum of:

____________________________________________________________ ____________________________________________________________

(Php ____________________________)

ARTICLE V PAYMENTS

The UNIVERSITY shall pay the CONTRACTOR not more than once a month based on the value of work accomplished less ten percent (10%) retention (regardless of the percentage of completion of the Contract) and the Expanded Withholding Tax for the duration of the Contract. As required by Philippine law, the Contractor’s Expanded Withholding Tax withheld from each payment to the CONTRACTOR shall be transmitted by the UNIVERSITY to the Bureau of Internal Revenue in favour of the CONTRACTOR’S Tax Identification Number. No payments shall be made unless payment requests are on the prescribed form and bear the approval of the UNIVERSITY and UP ODPI. The full and final payment, together with the ten percent (10%) retention, if unused, shall be paid to the CONTRACTOR as provided for and upon compliance of all requisites under the General Conditions of the Contract. In some cases, payments of eighty percent (80%) of the value of specially fabricated and uninstalled materials may be made if the conditions under the General Conditions of the Contract are complied with.

ARTICLE VI

LABOR AND MATERIALS COST INCREASE Increase in the cost of labor and/or materials due to government action or to any other factor shall be for the sole account of, and charged to the CONTRACTOR. On the other hand, any decrease in the cost of labor and/or materials shall not affect the Contract Sum herein.

Page 97: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00500 FORMCONTRACTAGREE 03/12/2014 Page 00500 - 5 of 8

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

ARTICLE VII GUARANTEE

Unless otherwise specified under the individual specification headings, the CONTRACTOR hereby guarantees the work stipulated in this Agreement, and shall make good any defect in materials and workmanship which makes itself evident within ONE (1) year after Final Acceptance of the WORKS without prejudice to the provisions of Article 1723 of the Civil Code. If in the opinion of the UNIVERSITY, the CONTRACTOR has failed to act promptly in rectifying any defect in the work that appears within the period mentioned above, the UNIVERSITY may, at its own discretion, use the Guarantee Bond for corrections and have the work done by another Contractor at the expense of the CONTRACTOR or his Bondsmen. However, nothing in this section shall in any way affect or relieve the CONTRACTOR of his responsibility to the UNIVERSITY.

ARTICLE VIII PERFORMANCE AND GUARANTEE BONDS

The CONTRACTOR shall furnish a Performance Bond in the form of cash, manager’s check, cashier’s check or irrevocable letter of credit issued by a reputable universal or commercial bank in the amount of Tem Percent (10%) of the Approved Budget for the Contract or the amount of __________________________________________________________________________________ (Php ____________________) to guarantee (a) the faithful performance and compliance with all terms and conditions of this Agreement as well as the Plans, Technical Specifications, General Conditions and other Contract Documents relating thereto, including the payment of liquidated damages stipulated in Article III (B) of this Contract; (b) the payment of the wages of its laborers as required by the Labor Code and its implementing laws and regulations; and (c) the settlement of all outstanding indebtedness for materials used, taxes, and all unpaid accounts in connection with this Contract. Upon completion of the WORKS as certified by the UNIVERSITY, the CONTRACTOR shall furnish the UNIVERSITY a Guarantee Bond in the amount of Ten Percent (10%) of the Contract amount or __________________________________________________________________________________ (Php ____________________) conditioned upon the faithful compliance by the CONTRACTOR of the guarantee stipulated under Article VII of this Agreement.

ARTICLE IX INSURANCE OF THE WORK

The CONTRACTOR shall have the project insured for the full insurable value thereof against loss by fire, tornado, earthquake, tidal wave, typhoons, and like occurrences. The insurance policy shall be issued by an insurance company approved by the UNIVERSITY and shall be on file at the UNIVERSITY’s office within TEN (10) days after signing the Contract. The insurance policy shall be made payable to the UNIVERSITY.

Page 98: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00500 FORMCONTRACTAGREE 03/12/2014 Page 00500 - 6 of 8

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

ARTICLE X INDEMNIFICATION

The CONTRACTOR shall indemnify, hold free and harmless, and defend at its own expense and account the UNIVERSITY and its officials, agents, employees or workers, from and against all suits, claims, demands, and liabilities of any nature or kind, including costs and expenses associated therewith, arising out of acts or omissions of the CONTRACTOR, its employees, workers, or sub-contractors in the performance of any activity in connection with the WORKS, including those that may be initiated by its employees, workers, agents, sub-contractors, or by any other entity or person against the UNIVERSITY by reason of or in connection with the WORKS.

ARTICLE XI VALIDITY OF THE CONTRACT DOCUMENTS

The validity, interpretation and construction of this Agreement, shall be governed by the laws of the Republic of the Philippines. The decision of the UNIVERSITY, through the UP ODPI, upon all matters affecting the WORKS, and the implementation of the Plans and Specifications, shall be binding upon both parties.

ARTICLE XII ADDITIONAL CONDITIONS

In addition to the foregoing terms and conditions, it is further agreed that: A. The UNIVERSITY, the UP Manila, and any persons authorized by them, shall at reasonable times have access to the building site, workshops of the CONTRACTOR, or other places where work is being performed for the building for the purpose of checking the materials and equipment used on the project. B. The CONTRACTOR shall furnish the UNIVERSITY all submittals for the latter’s approval. Said submittals, once approved, shall become the standard selection for the building. C. The CONTRACTOR shall submit to the UNIVERSITY two (2) copies of his proposed Construction Schedule in Network Analysis System (PERT-CPM) within ten (10) days after signing of the Contract. The UNIVERSITY and the UP Manila shall have the right to evaluate the schedule and make necessary corrections or changes as needed and which the CONTRACTOR shall accordingly carry out. D. If at any time, the CONTRACTOR exceeds the percentage weight of items in his Bid Proposal PERT-CPM, the UNIVERSITY reserves the right, without need of court action, to cancel this Contract and complete this work on a Negotiable Contract basis with a Contractor of his choice.

E. UAP Documents 301 (General Conditions) is acknowledged to be part of this Contract. All the Conditions therein, in so far as they are not in conflict with any provisions mentioned in any of the foregoing or elsewhere in the Contract Documents as judged by the UNIVERSITY, shall be complied with.

Page 99: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00500 FORMCONTRACTAGREE 03/12/2014 Page 00500 - 7 of 8

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

F. The relationship of the UNIVERSITY to the CONTRACTOR is that of an independent contractor. Nothing in this Contract shall be construed as creating an employer-employee relationship between the UNIVERSITY and the CONTRACTOR, its sub-contractors, employees, agents, or workers.

ARTICLE XIII

DISPUTE RESOLUTION This Agreement shall be governed by and construed in accordance with the laws of the Republic of the Philippines and the Parties thereby submit to the exclusive jurisdiction of the competent Courts of Quezon City, Provided, that prior to any resort to the filing of an action in court or any quasi-judicial body, the parties shall refer the dispute to the Construction Industry Arbitration Commission in accordance with Executive Order No. 1008, otherwise known as the “Construction Industry Arbitration Law”.

ARTICLE XIV FINAL PAYMENT

Following the successful completion and Acceptance of the WORKS by the UNIVERSITY, a final progress payment statement covering the balance of the amount due under the Contract shall be sent to the UNIVERSITY. The UNIVERSITY shall then verify the statement and make any corrections or adjustments necessary to reflect liquidated damages or uncompleted work, if there be any. Final payment shall then be made by the UNIVERSITY according to the above statements or amendments.

ARTICLE XV CONTRACT COPIES

This Contract shall be made and executed in six (6) copies. IN WITNESS THEREOF the parties to this Agreement have on the day in the first above given, hereunto set their hands and seal at the bottom of this page and on the left hand margin of all other pages of this Agreement. UNIVERSITY OF THE PHILIPPINES ____________________________________, INCORPORATED By: By: ALFREDO E. PASCUAL ____________________________________ President President

SIGNED IN THE PRESENCE OF: ______________________________ _________________________________

Page 100: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00500 FORMCONTRACTAGREE 03/12/2014 Page 00500 - 8 of 8

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

ACKNOWLEDGMENT REPUBLIC OF THE PHLIPPINES) QUEZON CITY ) s.s. BEFORE ME, a Notary Public for and in Quezon City, this ___ day of _______ 201__, personally appeared: NAME GIID NO. DATE/PLACE ISSUED ALFREDO E. PASCUAL _______________ _______________________ _________________________ _______________ _______________________ known to me to be the same persons who executed this instrument and acknowledged that the same is their true and voluntary act and deed and that of the respective entities they represent. This refers to a Construction Agreement consisting of eight (8) pages, including this page wherein the acknowledgement is written, signed by the parties and their instrumental witnesses on each and every page thereof. WITNESS MY HAND AN NOTARIAL SEAL, on the date and place above written. Notary Public Doc. No. _____; Page No. _____; Book No. _____; Series of 2012.

END OF SECTION 00500

Page 101: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00600 DRAWINGS 3-Dec-14 Page 00600 - 1 of 1

Read and accepted as part of the Contract:

Bidder / Contractor

SECTION 00600 DRAWINGS PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES

Drawings

Set No. Content Sheets

Set A Schematic Architectural Plans 1 of 24 · Exterior Perspectives · Site Development Plan · Floor Plans · Elevations · Sections

Set B Schematic Plans showing Space Classifications 1 of 15

Set C Schematic Plans showing Fully Fit and Shell Space Designation

1 of 15

Set D MEP Spatial Requirement 1 of 17

Set E Site Plans 1 of 8

Page 102: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00620 DESIGN ELIG REQTS 03/12/2014 Page 00620 - 1 of 7

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

SECTION 00620 DESIGN ELIGIBILITY REQUIREMENTS PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES TO : ______________________________________ DATE : ____________________

A. PROJECT COMPONENTS

1.0 PRE-DETAILED DESIGN 1.1 Engineering Surveys and Investigations

Surveys and investigations of the site includes boundaries of the property, elevations and contours (at 0.50m 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, UP Manila ISP, drainage, sewer, etc.).

1.2 Design Development Drawings Preparation of the following drawings for design development based on the schematic design plans prepared by the UP SYSTEM OFFICE OF DESIGN AND PLANNING INITIATIVES: (a) Perspectives (b) Site Development Plan (c) Floor Plans (including complete spaces allocation) (d) Four (4) Elevations (e) Two (2) Sections (f) Roof Plan

2.0 DETAILED DESIGN

Preparation of the following Detailed Design Drawings based on the Design Development Drawings including any revisions and refinements as approved and required by the University: (a) See Project Manual Volume 2 TOR Annexes 2-10 for the Detailed Drawings Checklist. (b) 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.

(c) Detailed Bill of Quantities, Cost Estimates including a summary sheet indicating the unit prices of construction materials, labor rates and equipment rentals.

(d) Summary of Works

Page 103: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00620 DESIGN ELIG REQTS 03/12/2014 Page 00620 - 2 of 7

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

3.0 CONSTRUCTION

As a rule, contract implementation guidelines for procurement of infrastructure projects shall comply with Annex “E” of IRR-A, RA 9184. The following provisions shall supplement these procedures:

3.1 No works shall commence unless the contractor has submitted the prescribed detailed design drawings as required in the Building Permit and the University has given written approval. Work execution shall be in accordance with reviewed and approved documents.

3.2 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 and the University to meet all regulatory approvals as specified in the contract documents.

3.3 The contractor shall submit a detailed program of works within ten (10) calendar days after the issuance of the Notice to Proceed for approval by the procuring entity that shall include, among others: (a) The order in which it intends to carry out the work including anticipated timing for each

stage of design/detailed engineering and construction; (b) Periods for review of specific outputs and any other submissions and approvals; (c) Sequence of timing for inspections and tests; (d) General description of the design and construction methods to be adopted; (e) Number and names of personnel to be assigned for each stage of the work; (f) List of equipment required on site for each stage of the work; and (g) Description of the quality control system to be utilized for the project.

3.4 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 any design or document which has been previously submitted, reviewed and approved, the contractor shall notify the University within a reasonable period of time and shall shoulder the cost of such changes.

3.5 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 University.

(b) Provided that the contractor suffers delay and/or incurs costs due to changes or errors in the University’s performance specifications and parameters, the contractor shall be entitled to the following:

Page 104: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00620 DESIGN ELIG REQTS 03/12/2014 Page 00620 - 3 of 7

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(i) An extension of time for any such delays under Section 10 of Annex “E” of IRR-A (RA 9184).

(c) The contract documents shall include the manner and the schedule of payment

specifying the estimated contract amount and instalments in which the contract will be paid.

(d) The contractor shall be entitled to advance payment subject to the provision of Section

4 of Annex “E”, IRR-A (RA 9184). (e) The University shall define the quality control procedures for the design and

construction in accordance with the University guidelines and shall issue the proper certificates of acceptance for sections of the works or whole of the works as provided for in the contract documents.

(f) The contractor shall provide all necessary equipment, personnel, instruments,

documents and others to carry out specified tests. (g) This design and build project shall have 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 fifteen (15) years for permanent structures/buildings as specified in Section 62.2.2 of the IRR-A (RA 9184).

B. ELIGIBILITY REQUIREMENTS 1.0 GENERAL

Designer(s) that is/are a firm, company, partnership, corporation or association, or a part thereof, shall be registered according to the specifications in Section 37 and 38 of the IRR of RA 9266, otherwise known as the “Architecture Act of 2004”: a) [Section 37] The practice of architecture is a professional service, admission to which

shall be determined upon the basis of individual personal qualifications. However, a firm, company, partnership, corporation or association may be registered or licensed as such for the practice of architecture under the following conditions: (i) Only Filipino citizens properly registered and licensed as architects under R.A. No.

9266 may, among themselves, or together with allied technical professionals, form and obtain registration as a firm, company, partnership, association or corporation for the practice of architecture;

Page 105: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00620 DESIGN ELIG REQTS 03/12/2014 Page 00620 - 4 of 7

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(ii) Registered and licensed architects shall comprise at least seventy-five percent (75%) of the owners, shareholders, members, incorporators, directors, executive officers, as the case may be;

(iii) Individual members of such firm, partnership, association, or corporation shall be

responsible for their individual and collective acts as an entity and as provided by law;

(iv) Such firm, partnership, association or corporation shall be registered with the

Securities and Exchange Commission and the Board.

The Board subject to approval by the Commission shall issue a certificate of registration to such firm, company, partnership, corporation or association upon grant of registration.

b) [Section 38] Foreign nationals who have gained entry in the Philippines to perform

professional services as architects or consultants in foreign-funded or assisted projects of the government or employed or engaged by Filipino or foreign contractors or private firms, shall, before assuming the duties, functions and responsibilities as architects or consultants, secure a special/temporary permit from the Board subject to approval of the Commission, to practice his/her profession in connection with the project to which he/she was commissioned: Provided, That a foreign national or foreign firm, whose name or company name, with the title architect, architectural consultant, design consultant, consultant or designer appears on architectural plans, specifications and other related construction documents, for securing building permits, licenses and government authority clearances for actual building project construction in the Philippines and advertisements and billboards for marketing purposes, shall be deemed practicing architecture in the Philippines, whether the contract for professional services is consummated in the Philippines or in a foreign country. Provided, further, That the following conditions are satisfied as follows:

(i) That he/she is a citizen or subject of a country which specifically permits Filipino

professionals to practice his/her profession within their territorial limits, on the same basis as the subjects or citizens of such foreign state or country;

(ii) That he/she is legally qualified to practice architecture in his/her own country, and that his/her expertise is necessary and advantageous to our country particularly in the aspects of technology transfer and specialization;

(iii) That foreign nationals shall be required to work with a Filipino counterpart and

shall also be responsible for public utilities and taxes due to the Philippine government, relative to their participation in, or professional services rendered to the project, in accordance with the established implementing rules and regulations providing for the procedure for the registration and/or issuance of temporary/special permits to foreign architects allowed by law to practice their

Page 106: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00620 DESIGN ELIG REQTS 03/12/2014 Page 00620 - 5 of 7

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

profession in the Philippines by the Board of Architecture and the accredited professional organization; and

(iv) Agencies, organizations or individuals whether public or private, who secure the

services of a foreign professional authorized by law to practice in the Philippines for reasons aforementioned, shall be responsible for securing a special permit from the Professional Regulation Commission (PRC) and the Department of Labor and Employment (DOLE) pursuant to PRC and DOLE rules.

The following procedures for the registration and/or issuance of temporary/special permits to foreign architects are hereby prescribed: (i) A visa and work permit by appropriate government agencies shall be required.

(ii) Within thirty (30) calendar days after the commission/appointment date, the

commissioning party shall be responsible to secure the Temporary/Special Permit from Board subject to approval by the PRC. DOLE upon compliance with the qualifications required and receipt of a copy of the said Temporary/Special Permit – shall issue the employment permit.

(iii) In the absence of a bilateral agreement, the foreign national shall submit

documentary proof or evidence allowing Filipino architects to practice the profession in their home country without any limitation.

(iv) Technology transfer and/or specialization must be identified and substantiated

consistent with his expertise.

(v) A Filipino counterpart shall be the architect-of-record, with his duties, functions and responsibilities duly defined in a covering agreement.

(vi) Advertisements and billboards for marketing/promotion purposes shall prominently

display the name of the architect-of-record. Failure to comply shall be subject to penalties in accordance with the rules promulgated by PRC.

(vii) Upon issuance of the temporary/special permit, the foreign national may become

member of the United Architects of the Philippines, Inc. subject to the rules and procedures of UAP membership.

2.0 SPECIALIZED 2.1 For the Pre-Detailed Design and Detailed Design portion of the contract, the Bidder is required

to commission the minimum number of people as shown below. Separate items shall not be assigned to the same individual and at least one distinct person shall be commissioned for each item, unless stated otherwise. However, should the Bidder opt that the required number would be insufficient to complete the works/services within the specified time frame, the Bidder can commission additional staff by which the method deserves to be detailed or explained in the Bidder’s Technical Proposal. Likewise, the Bidder shall remunerate this additional staff all within the Bidder’s Financial Proposal.

Page 107: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00620 DESIGN ELIG REQTS 03/12/2014 Page 00620 - 6 of 7

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(a) Project Coordinator(s)

(i) Licensed Architect or Engineer (ii) At least ten (10) years experience in overall project management (iii) Superb oral and written communication skills, organization skills and excellent

administrative abilities

(b) Architect (i) Licensed and Registered Architect (ii) At least ten (10) years experience in medium-rise medium-rise* multi-level

buildings with office spaces, function rooms, and mechanical systems composed of ducted air conditioning, ventilation and elevator system

(iii) Proficient in CADD software (iv) Should qualify and comply with the provisions of the IRR of RA 9266, otherwise

known as “The Architecture Act of 2004”, especially Sections 30 and 37-38 of Rule IV

(c) Civil/Structural Engineer

(i) Licensed Structural Engineer (ii) At least ten (10) years experience in medium-rise medium-rise* multi-level

buildings with office spaces, function rooms, and mechanical systems composed of ducted air conditioning, ventilation and elevator system

(iii) Proficient in CADD software

(d) Electrical Engineer (i) Licensed Electrical Engineer (ii) At least ten (10) years experience in medium-rise medium-rise* multi-level

buildings with office spaces, function rooms, and mechanical systems composed of ducted air conditioning, ventilation and elevator system

(iii) Proficient in CADD software

(e) Mechanical Engineer (i) Licensed Mechanical Engineer (ii) At least ten (10) years experience in medium-rise medium-rise* multi-level

buildings with office spaces, function rooms, and mechanical systems composed of ducted air conditioning, ventilation and elevator system

(iii) Proficient in CADD software

(f) Sanitary Engineer/Master Plumber (i) Licensed Sanitary Engineer/Master Plumber (ii) At least ten (10) years experience in medium-rise medium-rise* multi-level

buildings with office spaces, function rooms, and mechanical systems composed of ducted air conditioning, ventilation and elevator system

(iii) Proficient in CADD software

(g) Fire Safety Engineer (i) Licensed and Registered Engineer

Page 108: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00620 DESIGN ELIG REQTS 03/12/2014 Page 00620 - 7 of 7

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(ii) At least ten (10) years experience in medium-rise medium-rise* multi-level buildings with office spaces, function rooms, and mechanical systems composed of ducted air conditioning, ventilation and elevator system

(iii) Proficient in CADD software

(h) CADD Operators (at least 3 persons) (i) At least a Bachelor’s Degree in Architecture or Engineering (ii) Proficient in CADD software

*As per the National Building Code of the Philippines (PD 1096), medium-rise multi-level buildings shall be from six (6) up to twelve (12) storeys in height.

For the Detailed Design Development/Construction Contract Documents and Construction portion of the contract, the Contractor is required to commission the minimum number of people as indicated in the Special Conditions of Contract.

2.2 The Bidder is required to prioritize the hiring of locally-based architects, engineers and draftsmen especially if such have had experience and training in research laboratory facilities projects and the construction of certified containment and barrier facilities.

C. TIME FRAME

The Design and Build Contractor is required to complete the project within a period of Nine Hundred Ten (910) Calendar days and as shown below, to start upon the contractor’s receipt and signing of the Notice to Proceed. The time frame to be followed is as follows:

Design and Construction Schedule

ACTIVITY Year 1 Year 2 Year 3

Month 1 2 3 4 5 6 7 8 9 10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

Design Phase including approval of the University

Construction Phase including application and issuance of Bldg Permit

Post-Construction Phase including submission of required mat’ls and documents

END OF SECTION 00620

180 days

730 days

30 days

Page 109: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 1 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

SECTION 00630 DESIGN PARAMETERS PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES TO : ______________________________________ DATE : ____________________ ARCHITECTURAL DESIGN PARAMETERS A. CODES AND STANDARDS

The Architectural Works shall be in accordance with the following Laws, Codes and Standards. 1.00 LAWS AND CODES 1.1 PD 1096 or National Building Code of the Philippines and its Latest and Amended IRR 1.2 RA 9266 or The Architecture Act of 2004 and its Latest and Amended IRR 1.3 BP 344 or Accessibility Law and its Latest and Amended IRR 1.4 RA 9514 or Fire Code of the Philippines and its Latest and Amended IRR 1.5 Existing Local Codes and Ordinances 2.00 STANDARDS 2.1 Bureau of Product Standards 2.2 Underwriters Laboratory (UL) 2.3 Biosafety in Microbiological and Biomedical Laboratories, 5th Edition, United States Centers for

Disease Control and the National Institutes of Health, Bethesda, MD. 2.4 Room ventilation testing as described in the US National Institutes of Health Certification

Checklists for biosafety level 3 (BSL-3), animal biosafety levels 2 and 3 (ABSL-2 and ABSL-3). 2.5 Vivarium to seek accreditation by Association for Assessment and Accreditation of Laboratory

Animal Care International (AAALAC International) 2.6 International Standards Organization ISO 9001:2008 – Quality Management 2.7 United States Green Building Council LEED Sustainable Design certification 2.8 Integrated Resilient Design Program sponsored by the Science and Technology Directorate of

the US Department of Homeland Security.

Page 110: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 2 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

B. GENERAL DRAWING GUIDELINES 1.00 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 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 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 1:20 meters. · Avoid notes such as “see architectural detail” or “see structural”. Always refer with a callout to the

specific detail drawing and sheet number.

2.00 SITE PLANS

· The site plans shall have a scale not smaller than 1:200 meters. 3.00 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 proper numbering, e.g. D-01. · Window callouts shall be hexagons with the proper numbering, e.g. W-01.

4.00 ELEVATIONS AND SECTIONS

· Finish floor lines and top of truss lines shall be consistent in all the elevations, sections and structural plans and details.

· Floor-to-floor heights shall consider beam depths, mechanical ducting, cable trays and plumbing space above the ceiling, and optimum ceiling heights. Floor-to-floor heights shall not be less than the values indicated on the Schematic Plans.

5.00 REFLECTED CEILING PLANS

· Reflected ceiling plans shall be indicated with boxed room callout numbers, including the callout for ceiling finishes and lighting fixtures.

Page 111: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 3 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

· Ceiling height relative and in reference to the finish floor line shall be indicated in the reflected ceiling plans in each rooms 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.

6.00 ROOF PLANS

· Location of all downspouts shall be indicated in the roof plans. 7.00 DOORS AND WINDOWS

· Door and window schedules shall indicate the type of door or window, the number of doors and windows, the location/s of the door or window, the materials and accessories included and other special specifications, e.g. color or finish.

8.00 DETAILS

· Provide a minimum of one (1) section of a scale not smaller than 1:50 meters for each area 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 detail plan of a scale not smaller than 1:50 meters for all areas needing tile pattern, e.g. toilets, corridors, stairs, lobby, common areas, showing the position and pattern of tiles.

· Centerline location of plumbing fixtures shall be indicated in detail plan with lines of reference and its corresponding dimensions. This is to indicate the exact locations of the plumbing/sanitary roughing-ins.

9.00 COORDINATION DRAWINGS

· During design development only, provide colored coordination floor plans and reflected ceiling plans that show the overlays of all relevant disciplines. The scale should not be less than 1:100 meters, with each professional assigned a unique color. A legend identifying the discipline and line or object colors shall be contained in each sheet.

· Responses to reviewer comments shall be noted in the forms supplied by the Construction Manager. Approval to proceed with Construction Documents (For Construction) shall be confirmed after designer’s responses to reviewer comments on the coordination drawings have been accepted.

· Responses to reviewers comments on Design Development documents shall be back-checked in the Construction Documents prior to implementation.

10.00 DRAWING QUALITY CONTROL

· All drawings and specifications shall be signed and sealed by the licensed professional who performs quality control prior to submission of Design Development and For Construction deliverables.

Page 112: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 4 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

C. SITE WORKS

The Master Site Development Plan shall include the following:

1. Contour and survey of the lot, including bearing and dimensions of the property lines 2. Road network, curbs and gutters, and sidewalks 3. Parking spaces 4. Reference location of existing trees, swales and waterways 5. Reference location and footprint of proposed and existing buildings, with the corresponding

building names and dimensions, including distances between adjacent buildings, and distances between buildings and the nearest property lines

6. Reference location of utilities, e.g., water reservoirs, septic tanks, water treatment plant, powerhouse, transformers, waste storage area, security outposts.

· A porte-cochere shall be provided at the main entrance of the building. Where required, covered walkways shall be provided for access and connection to other buildings.

· Ramps shall be provided in all main entrances of the buildings and other access opening to walkways leading to other buildings.

D. BUILDING ARCHITECTURAL WORKS 1.00 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 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, 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 designed for persons with disability is preferable.

2.00 WALLS

· Exterior concrete walls shall be 200mm thick, while interior concrete walls shall be 150mm thick. This is indicative of the finished wall thickness including the plastering and tile works.

· Toilet wall tiles shall be at least 600mm x 600mm, unless otherwise specified. Toilet wall dimensions shall be based on the modular sizing of tiles to avoid tile serujo and or excessive tile wastage.

· 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 tiles not reaching the

ceiling shall be provided with polyvinyl chloride tile trims.

Page 113: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 5 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

· Tile color and design shall be approved first before installation. 3.00 FLOORS

· If floor tiles in two adjacent areas 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 designs. Provide aluminum threshold, when required.

· Floors at the openings of toilets for persons with disability shall be sloping. Indicate in the plans and sections.

· Toilet floor tiles shall be at least 600mm x 600mm, unless otherwise specified. Toilet dimensions shall be based on the modular sizing of tiles to avoid tile serujo and or excessive tile wastage.

· Pantry and kitchen floor tiles shall be at least 600mm x 600mm, unless otherwise specified. Kitchen dimensions shall be based on the modular sizing of tiles to avoid tile serujo and or excessive tile wastage.

· Lobby and corridor floor tiles shall be 600mm x 600mm, unless otherwise specified. · 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. · Laboratory flooring shall be anti-static, anti-microbial, seamless vinyl flooring or epoxy flooring.

4.00 CEILING WORKS

· Ceiling height in corridors and laboratories should be planned to avoid conflicts between ductwork for exhaust, cable trays and plumbing. Determination of slab to slab height should consider beam depth which would limit the locations where room air supply and exhaust may run across.

· Soffit of exterior beams and slabs shall have drip moulds to prevent damage due to water seeping into the eaves or ceiling. Section details shall be required to show the drip mould.

· The direction of lighting fixtures shall be consistent in all building rooms with exterior windows. 5.00 DOORS AND WINDOWS

· All entrance doors to offices and laboratories shall be frameless glass doors. · Major entry ways that require security shall be installed with security access systems as required. · Wall partitions facing or along the corridors shall be frameless glass partitions. · Toilets and other wet areas shall have steel doors on steel frames. · Fire escape doors should be provided with panic hardware and door closers and shall conform to

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. · 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. · Laboratory doors and windows in high containment and barrier areas shall have stainless steel

frames and sealable openings. Seals and room integrity will be subjected to testing

Page 114: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 6 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

· All joints and openings in containment and barrier rooms shall be filled with the appropriate anti-microbial, food-grade, sterilizable joint sealant. Provide specifications for sealants to be used.

6.00 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 hall have risers at 150mm high and treads at 300mm wide. Handrails shall be at least 900mm high. Clearances shall conform to the requirements of the Fire Code of the Philippines.

· Corridors shall have a minimum unobstructed width of 1500mm. This shall be measured clear from the surface of the finished wall and not on-center of the rough CHB wall.

· Corridors and exit doors shall conform to the requirements of the Fire Code of the Philippines. 7.00 FIXTURES AND ACCESSORIES

· Electrical light switches shall be located by the knob side of the door. · Electrical light switches and outlets shall be installed plumb and level. · The backboxes of receptacles and switches shall be packed with expanding sealant prior to

installation. The outside edges and screws on face plates or trims shall be sealed and wiped clean of excess sealant.

8.00 ROOFING WORKS

· The section of the concrete 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 membrane-type and integral-type waterproofing. 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.

· Concrete roofs shall be provided with membrane-type and integral-type waterproofing. Where roof space is to be developed into a roof deck garden, the proper drainage, insulation, waterproofing, vapor/thermal barriers and irrigation system shall be put in place. Provide details and mock-ups for approval prior to installation.

· The slope of a hipped roof shall not be less than 14 degrees. 9.00 PAINTING

· Painted ceiling shall be in flat latex finish, while cornices and mouldings shall be in gloss enamel finish unless otherwise noted.

· Painted interior wall shall be at least in semi-gloss latex finish for rooms, unless specified to a higher type of paint.

· Paint in special rooms for containment or barrier areas shall be epoxy system.

Page 115: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 7 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

· Painted exterior wall shall be at least in moisture-resistant/water-repellant solvent-based paint finish, textured or smooth, unless otherwise specified.

· Paint color and shade shall be approved first before application.

E. SPECIFIC REQUIREMENTS Provide spot detail plan and sections of the following:

1. Laboratory Bench Design and Construction 2. Roof Garden Construction 3. Gutter, eaves, and parapet 4. Ceiling – cove light (if provided), special connections and design, moldings, valances 5. Stairs – handrail and baluster design 6. Ramps – handrail design and floor pattern 7. Doors, windows, and gates – grille works 8. Special Architectural Treatment and Design, e.g. façade design, special windows and doors 9. Special Carpentry Works, e.g. partitions, cabinetry 10. Other details as may be required

· Provide Room Data Sheets, including detail floor plan, ceiling plan and sections in coordination

with the requirements of the electrical, sanitary and mechanical designs F. 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 kitchen shall use non-skid/non-slip granite or 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 (if considered) shall be homogenous and not less than 2mm 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, pre-formed and long-span.

G. DRAWING REQUIREMENTS See Annex for Checklist.

Page 116: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 8 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

CIVIL/STRUCTURAL DESIGN PARAMETERS

A. CODES AND STANDARDS The Civil/Structural Design shall be in accordance with the following Laws, Codes and Standards. 1.00 LAWS AND CODES 1.1 National Structural Code of the Philippines (NSCP) 2010 1.2 PD 1096 or National Building Code of the Philippines and its Latest and Amended IRR 1.3 BP 344 or Accessibility Law and its Latest and Amended IRR 1.4 Existing Local Codes and Ordinances 2.00 STANDARDS 2.1 Bureau of Product Standards (BPS) 2.2 Philippine National Standards (PNS) 2.3 DPWH Blue Book 2.4 American Concrete Institute (ACI) 2.5 American Society for Testing Materials (ASTM) 2.6 American Welding Society (AWS)

B. SITE WORKS 1.00 GENERAL Based on the Master Site Development Plan, provide where applicable complete design and details of road (concrete with curb gutter, including drainage) network, walkways parking areas and fencing.

1. The main driveway leading to the main entrance of the building shall be capable of two-lane traffic (at least 6.00 meters wide) with a minimum thickness of 150mm (8 inches). The perimeter road shall be capable of one way traffic. Concrete strength should be at least 3000psi. Roads shall be so designed to accommodate delivery vehicles.

2. Walkway should be at least 100mm thick 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 thick with concrete strength of 3000psi.

C. BUILDINGS

· The buildings should be designed using seismic importance factor of 1.25 for 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.

· The 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.

Page 117: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 9 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

· The structural designer should verify with Philippine Volcanology and Seismology (PHIVOLCS) the distance of the proposed building to the nearest active fault lines and with the DENR for geo-hazard mapping.

· The structural designer shall confirm the required fire ratings for building components based on the laboratory occupancy and design structural elements accordingly. Materials that have low or no volatile organic compounds should be used.

· The structural designer is encouraged to use fire-resistive and non-toxic materials. · Geotechnical investigation or soil tests have been conducted on site to determine soil bearing

capacity and recommended foundation design. The structural designer shall study the results and recommendations of these tests and take such into consideration in designing the appropriate foundation system for the building.

D. SPECIFIC REQUIREMENTS

The following shall be provided:

1. Connection details of beam 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.

E. SUMMARY OF MATERIALS

· Concrete shall be Portland cement and conforming to ASTM Specification C150, Type I to Type II.

· Coarse Aggregates shall consist of washed gravel, crushed stone or rock or a combination thereof conforming to ASTM C33.

· Concrete hollow blocks shall be a standard product of recognized manufacturer conforming to PNS 16 with at least 350psi strength.

· Reinforcing bars shall conform with PNS Grade 60 for 16mm diameter and above and PNS Grade 40 for 12mm diameter and below.

· Structural steel shall conform with ASTM A36. · Bolts and studs shall conform with ASTM A325. · Welding electrodes shall be E60 or E70 and conform with AWS D.1.1.

F. DRAWING REQUIREMENTS See Annex for Checklist.

Page 118: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 10 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

SANITARY/PLUMBING DESIGN PARAMETERS

A. CODES AND STANDARDS

The Sanitary/Plumbing Design shall be in accordance with the following Laws, Codes and Standards. 1.00 LAWS AND CODES 1.1 National Plumbing Code of the Philippines (NPCP) 1.2 Sanitation Code of the Philippines 1.3 PD 1096 or National Building Code of the Philippines and its Latest and Amended IRR 1.4 RA 9514 or Fire Code of the Philippines and its Latest and Amended IRR 1.5 Existing Local Codes and Ordinances 2.00 STANDARDS 2.1 Bureau of Product Standards (BPS) 2.2 Philippine National Standards for Drinking Water 2.3 Underwriters Laboratory (UL) 2.4 National Water Resources Board (NWRB) 2.5 National Plumbers Association of the Philippines (NAMPAP) 2.6 Philippines Society of Sanitary Engineers, Inc. (PSSE) 2.7 Biosafety in Microbiological and Biomedical Laboratories, 5th Edition, United States Centers for

Disease Control and the National Institutes of Health, Bethesda, MD. 2.8 Vivarium to seek accreditation by Association for Assessment and Accreditation of Laboratory

Animal Care International (AAALAC International)

B. SITE WORKS 1.00 GENERAL Based on the Master Site Development Plan, the Site Works shall provide complete layout of the following:

1. Storm Drainage Network, indicating Drainage Manholes and Pipe Culverts; 2. Sewerage Pipe Network, indicating Sewage Manholes, Sewage Pipes and the location of

the proposed Sewage Treatment Plant; 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 PAG-ASA (250mm/hr).

Page 119: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 11 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

· The Sewerage Pipe Network design shall accommodate all sewage coming from all the facilities, conveyed by gravitational flow leading to the proposed or existing Sewage Treatment Plant.

· The Water Supply Network shall include the provision of Fire Hydrants, accessible Drinking Fountain that will serve as testing point for safe and potable water supply.

C. BUILDING FACILITIES SANITARY/PLUMBING SYSTEM 1.00 SEWER LINE AND VENT SYSTEM

· Provide complete Sewer Line and Vent System from all 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.

2.00 WASTEWATER LINE AND VENT SYSTEM

· For all wash areas dealing and generating with oil/grease, provide separate Waste Line 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.

· Laboratory effluent when hazardous should be treated prior to entry into the public sewer. 3.00 WATER LINE SYSTEM

· Provide complete cold water supply pipes to all plumbing fixtures. Form 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.

· Provide complete hot water system with portable water heaters for selected areas as required and or specified by the Owner.

4.00 STORM DRAINAGE SYSTEM

· Provide complete storm drainage system 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.

· Provide option to harvest stormwater for landscape irrigation or use in toilet through a grey water system.

5.00 FLOOR DRAINS

· Provide floor drains in laboratories that have deep traps that can be filled less frequently to avoid odors for backing up into the laboratories.

· Provide floor drains as needed to conveniently capture condensate from equipment such as ice makers, controlled environment rooms, steam sterilizers, glassware washers.

D. SPECIFIC REQUIREMENTS

Page 120: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 12 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

Provide details of the following:

1. Grease Trap 2. Cistern Tanks and Elevated Water Tanks (c/o Mechanical Engr) 3. Plumbing for laboratory sink located under counter with drains not penetrating the floor of

the sink cabinet. 4. Details for plumbing lines at key equipment such as steam sterilizers, glassware washers,

and mass spec equipment. 5. Details of plumbing for wall mounted emergency shower. 6. Pump locations and vibration and noise controls. 7. Effluent treatment method 8. Equipment for decontamination of rooms

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, Hubless Cast Iron Pipes and Fittings (CIP)

conforming to ASTM Standard 888 · Cleanouts: Cast Iron Brass with counter sunk 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 Pn20 Fusion Weld Pipes including Trims

and Fittings (BPS Certified) · Hot Waterline pipes: for buildings, Polypropylene Pn20 Fusion Weld Pipes including Trim and

Fittings (BPS Certified) · Trench grating: Galvanized/Stainless Steel Iron grates · Plumbing Fixtures including Trims, Fittings and accessories (BPS Certified):

a) Water Closet – Tankless type, DFV b) Lavatory – Pedestal/Counter type with C-sprout spray faucet c) Laboratory Sink – Acid-resistant plastic laminates d) Pantry/Kitchen Sink – Ga. # 16 Stainless steel seamless bowl with gooseneck faucet e) Urinal – Wall hung flush valve type

F. DRAWING REQUIREMENTS See Annex for Checklist.

Page 121: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 13 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

MECHANICAL DESIGN PARAMETERS

A. CODES AND STANDARDS

The Mechanical Design shall be in accordance with the following Laws, Codes and Standards. 1.00 LAWS AND CODES 1.1 Mechanical Engineering Code of the Philippines 1.2 Sanitation Code of the Philippines 1.3 PD 1096 or National Building Code of the Philippines and its Latest and Amended IRR 1.4 RA 9514 or Fire Code of the Philippines and its Latest and Amended IRR 1.5 Existing Local Codes and Ordinances 2.00 STANDARDS 2.1 Bureau of Product Standards (BPS) 2.2 Philippine National Standards (PNS) 2.3 Underwriters Laboratory (UL) and Factory Mutual (FM) 2.4 International Electrotechnical Commission (IEC) 1988 2.5 National Fire Protection Association (NFPA) 2.6 Biosafety in Microbiological and Biomedical Laboratories, 5th Edition, United States Centers for

Disease Control and the National Institutes of Health, Bethesda, MD. 2.7 Vivarium to seek accreditation by Association for Assessment and Accreditation of Laboratory

Animal Care International (AAALAC International)

B. BUILDING VENTILATION

· Non-Laboratory Air Supply and Exhaust can recirculate and shall be separated from laboratory and vivarium ventilation systems.

· Laboratory and vivarium ventilation shall be on two different systems. Each type of space shall have a ventilation system shall provide the optimal number of air changes to meet or exceed biosafety guidelines, and realized energy savings based on benchmarks established among research facilities.

· Air that is exhausted from BSL-3, ABSL-2 and ABSL-3 spaces shall be HEPA filtered and non-recirculating to other areas of the building.

· Exhaust fans in BSL-3, ABSL-2 and ABSL-3 areas, as well as Fume hoods and similar fume or aerosol extraction devices shall avoid reversal of airflows through emergency power and room location.

C. SPECIFIC REQUIREMENTS Provide details of the following:

1. Air handlers, cistern tanks and elevated water tanks at mechanical penthouse. 2. Penetrations of ductwork and piping through containment and barrier walls. 3. Section of wall partition at double door autoclave and canopy hood.

Page 122: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 14 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

4. Section of wall partition at door of rack and cage wash equipment. 5. Relative room pressurization design for BSL-3, ABSL-2 and ABSL-3 spaces. 6. Laboratory exhaust and supply controls and balancing. 7. Laboratory ventilation access points for testing and balancing. 8. Laboratory fume hood and fume extraction locations. 9. HEPA filter locations and accessibility. 10. Auditorium ventilation system and silencers. 11. Vibration control methods for HVAC equipment and ducts. 12. Schedule of air handling equipment and electrical requirements for coordination. 13. Energy saving measures designed to decrease relative energy consumption. 14. Passive measures for providing indoor air comfort and monitoring indoor air quality.

D. DRAWING REQUIREMENTS See Annex for Checklist.

Page 123: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 15 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

ELECTRICAL DESIGN PARAMETERS

A. CODES AND STANDARDS The Electrical Design shall be in accordance with the following Laws, Codes and Standards. 1.00 LAWS AND CODES 1.1 Philippine Electrical Code 1.2 National Electrical Code 1.3 PD 1096 or National Building Code of the Philippines and its Latest and Amended IRR 1.4 RA 9514 or Fire Code of the Philippines and its Latest and Amended IRR 1.5 Existing Local Codes and Ordinances 2.00 STANDARDS 2.1 Bureau of Product Standards (BPS) 2.2 Underwriters Laboratory (UL) 2.3 National Fire Protection Association (NFPA) 2.4 International Electrotechnical Commission (IEC) 2.5 Illumination Engineering Society (IES) 2.6 National Electrical Manufacturer’s Association (NEMA) 2.7 Biosafety in Microbiological and Biomedical Laboratories, 5th Edition, United States Centers for

Disease Control and the National Institutes of Health, Bethesda, MD. 2.8 Vivarium to seek accreditation by Association for Assessment and Accreditation of Laboratory

Animal Care International (AAALAC Internationa) 2.9 United States Green Building Council LEED Sustainable Design certification 2.10 Integrated Resilient Design Program sponsored by the Science and Technology Directorate of

the US Department of Homeland Security. B. SITE WORKS Based on the Master Site Development, the Site Works shall provide complete Electrical layout of the following:

1. KVA rating and other specifications of Transformer 2. Switchgear requirements 3. Panelboard Layout 4. Electrical Metering Devices 5. Service Conductors and Conduit Layout 6. Grounding System 7. Emergency Standby Generators 8. Street and Perimeter Lighting System 9. Laboratory electrical panels and circuit breakers for laboratory equipment 10. Life safety features of electrical system in laboratories and auditorium 11. Lighting calculations for offices, laboratories, meeting rooms and auditorium 12. Energy saving measures to decrease relative energy consumption

Page 124: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 16 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

C. BUILDING FACILITIES ELECTRICAL SYSTEM 1.00 LIGHTING SYSTEM

· Provide and install adequate normal branch circuits for Lighting Systems 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.

· Provide LED lights for all areas, unless otherwise specified.

2.00 POWER SYSTEM

· Provide and install adequate normal branch circuits for the Power System.

3.00 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.

4.00 AUXILIARY SYSTEM

· Provide and install provisions for the following Auxiliary System: a) Communication System

- Telephone System - Internet with Wi-Fi System - Public Address Paging System - Private Branch Exchange (PABX) - Closed Circuit Television System - Master or Cable Antenna Television - Fiber Optic Cable System

b) Fire Alarm System c) Security System

5.00 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.

6.00 EARTHGROUNDING

· The building electrical system should provide laboratories with earth-grounded connections. Laboratory equipment manufacturers may require earth-grounding and reliable power for special connections and services at the laboratory benches.

Page 125: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 17 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

D. SPECIFIC REQUIREMENTS Provide details of the following:

1. Lighting Fixtures/Luminaries 2. Panel board and Circuit Breakers 3. Switchgear and other Metering Devices 4. Electrical Equipment and other Special Equipment 5. Installation and Termination of Auxiliary and other Special Devices and Equipment 6. Power and Telephone Hand holes (as may be required) 7. Pedestal and Service Entrance to building 8. Grounding System Layout 9. Others as may be required

E. SUMMARY OF MATERIALS 1.00 GENERAL LIGHTING LUMINARES Fixtures type shall be as indicated on the Lighting Layout Plan:

· LED lights shall be wall or ceiling mounted or recessed luminaires. · LED fixture housing shall be copper-free aluminum with epoxy powder coat paint finish and the

lens material shall be heat and impact-resistant glass or polycarbonate. · Other special lighting requirements shall be as approved by the University. · Adjust lighting design so that laboratory benches are provided with more light than office desks.

Confirm that the LED lights used for calculations are the same as specified and approved for installation.

· Day lighting and indoor lighting should provide a consistent (high) level of light at laboratory benches without shadows.

2.00 WIRING DEVICES Wiring devices shall be non-automatic control devices, the contact is guaranteed by the pressure of the special spiral springs.

· Switches shall be of 15A, 250V or 300V except as otherwise noted and approved. Terminals shall be screw-type or quick-connected type.

· General use receptacle shall be 15A, 240V grounding type unless otherwise indicated on the drawings.

· Special purpose receptacles shall be as called for on the drawings or required by laboratory equipment. Matching plugs shall be supplied. The End user’s equipment list shall determine locations of special purpose receptacles.

Page 126: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 18 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

3.00 PANELBOARDS AND CIRCUIT BREAKERS The Panel Board and Circuit Breakers shall be equipped with molded-case circuit breakers and shall be the type as indicated in the panel board schedule and details.

· 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.

· All current-carrying parts of the panel boards shall be plated. Provide solid neutral (S/N) assembly when required. The assembly shall be isolated from the enclosure.

· Panel boards serving laboratories should be near the door of the lab for access by staff. · Circuit breakers for large equipment set-ups may be added in future so sizing of electrical

equipment should be based on a fully occupied laboratory building. · Provide laboratory equipment with dedicated circuit breakers as required by manufacturer’s in

the site facility preparation guides. · Surface mounted raceways shall have a duplex receptacle spaced every 600 mm and circuit

breakers shall be mounted on or at the raceways for safe shut-off during emergencies. · GFI receptacles shall be used near wet areas per code. · All receptacles shall be commercial grade with brushed metal face plates. · All receptacles shall have labels or tags identifying the panel and circuit number as shown on

the electrical power plans. · All electric outlets shall be color-coded, i.e. metallic grey or approved color for outlets connected to

emergency power source/ back-up generator. · Sub-meters shall be provided for every individual Institute, office or laboratory space as

indicated in the Schematic Plans or as specified by the University.

4.00 ELECTRICAL CONDUITS, BOXES AND FITTING. All conduits, boxes and fittings shall be standard rigid steel, zinc coated or galvanized.

· Rigid Steel Conduits (RSC) · Rigid Metal Conduits (RMC) · Intermediate Metal Conduits (IMC) · Electrical Metallic Tubing (EMT) · Unplasticized PolyVinyl Chloride (uPVC) if required shall be Schedule 40.

5.00 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.

· 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 temperature.

· All conduits of convenience outlets and wire ways for lighting branch circuit homeruns shall be wired with a minimum of 3.5mm square in size.

Page 127: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00630 DESIGN PARAMETERS 03/12/2014 Page 00630 - 19 of 19

Read and accepted as part of the Contract:

Bidder / Contractor

6.00 MASTER ANTENNA TELEVISION (MATV) AND CABLE TELEVISION (CATV) SYSTEM

· Install provisions for MATV and CATV wiring pathways into program spaces. · There shall be individual trunking for master antenna and cable television rising in the building.

7.00 STRUCTURED CABLING AND TELEPHONE SYSTEM

· Install provisions for telephone systems to have conduit pathways going into individual program

spaces. · Install provisions for structured cabling in the ground floor (in anticipation of the proposed

internet café).

8.00 FIRE DETECTION AND ALARM SYSTEM

· The Fire Detection and Alarm System shall be of multiplex, microprocessor-controlled addressable or zonal conventional fire detection, alarm and communication system.

· The system shall consist of full integration automatic fire detection, voice alarm communication and fire fighters telephone system.

· The system shall consist of control station, mimic panel initiating and indicating devices, control modules and system of wirings.

· Actuation of the protective signaling system shall occur by manual pull station, automatic smoke or heat detector, sprinkler flow switch and tamper switch.

· The system shall be able to monitor the status of flow switches, supervisory switches and blowers 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.

· Occupant notification shall be accomplished automatically. Notification shall be the general, audible alarm type complying with the appropriate section of the NFPA.

· The system shall be installed with provision for future connection to the nearest fire services station in the locality.

· Fire alarm annunciators should comply with code requirements for each type of occupancy in mixed use buildings.

9.00 SECURITY SYSTEM

· The Security System shall include intrusion detection and alarm, CCTV, access control or as may be required.

· A risk assessment of the security system in critical areas shall be made during design development and shall be recorded as a design reviewer’s comment.

F. DRAWING REQUIREMENTS See Annex for Checklist.

END OF SECTION 00630

Page 128: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00650 SPECIFICATIONS 03/12/2014 Page 00650 - 1 of 1

Read and accepted as part of the Contract:

Bidder / Contractor

SECTION 00650 SPECIFICATIONS PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES

Specification Divisions

01 General Requirements 02 Sitework 03 Concrete 04 Masonry 05 Metals 06 Wood and Plastics 07 Thermal and Moisture Control 08 Doors and Windows 09 Finishes 10 Specialties 11 Equipment 12 Furnishings 13 Special Construction 14 Conveying Equipment 15 Mechanical 16 Electrical

Page 129: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 1 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

SECTION 00700 GENERAL CONDITIONS OF CONTRACT PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES TO : ______________________________________ DATE : ____________________ 1.0 DEFINITION

For purposes of this Clause, boldface type is used to identify defined terms.

1.1 The Arbiter is the person appointed jointly by the Procuring Entity and the Contractor to resolve disputes in the first instance, as provided for in GCC Clause 21.0.

1.2 Bill of Quantities refers to a list of the specific items of the Work and their corresponding unit

prices, lump sums, and/or provisional sums. 1.3 The Completion Date is the date of completion of the Works as certified by the Procuring

Entity’s Representative, in accordance with GCC Clause 49.0.

1.4 The Contract is the contract between the Procuring Entity and the Contractor to execute, complete, and maintain the Works.

1.5 The Contract Price is the price stated in the Letter of Acceptance and thereafter to be paid by

the Procuring Entity to the Contractor for the execution of the Works in accordance with this Contract.

1.6 Contract Time Extension is the allowable period for the Contractor to complete the Works in

addition to the original Completion Date stated in this Contract. 1.7 The Contractor is the juridical entity whose proposal has been accepted by the Procuring

Entity and to whom the Contract to execute the Work was awarded. 1.8 The Contractor’s Bid is the signed offer or proposal submitted by the Contractor to the

Procuring Entity in response to the Bidding Documents. 1.9 Days are calendar days; months are calendar months. 1.10 Dayworks are varied work inputs subject to payment on a time basis for the Contractor’s

employees and Equipment, in addition to payments for associated Materials and Plant.

Page 130: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 2 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

1.11 A Defect is any part of the Works not completed in accordance with the Contract. 1.12 The Defects Liability Certificate is the certificate issued by Procuring Entity’s Representative

upon correction of defects by the Contractor. 1.13 The Defects Liability Period is the one year period between project completion and final

acceptance within which the Contractor assumes the responsibility to undertake the repair of any damage to the Works at his own expense.

1.14 Drawings are graphical presentations of the Works. They include all supplementary details,

shop drawings, calculations, and other information provided or approved for the execution of this Contract.

1.15 Equipment refers to all facilities, supplies, appliances, materials or things required for the

execution and completion of the Work provided by the Contractor and which shall not form or are not intended to form part of the Permanent Works.

1.16 The Intended Completion Date refers to the date specified in the SCC when the Contractor is

expected to have completed the Works. The Intended Completion Date may be revised only by the Procuring Entity’s Representative by issuing an extension of time or an acceleration order.

1.17 Materials are all supplies, including consumables, used by the Contractor for incorporation in

the Works. 1.18 The Notice to Proceed is a written notice issued by the Procuring Entity or the Procuring

Entity’s Representative to the Contractor requiring the latter to begin the commencement of the work not later than a specified or determinable date.

1.19 Permanent Works all permanent structures and all other project features and facilities required

to be constructed and completed in accordance with this Contract which shall be delivered to the Procuring Entity and which shall remain at the Site after the removal of all Temporary Works.

1.20 Plant refers to the machinery, apparatus, and the like intended to form an integral part of the

Permanent Works. 1.21 The Procuring Entity is the party who employs the Contractor to carry out the Works stated in

the SCC. 1.22 The Procuring Entity’s Representative refers to the Head of the Procuring Entity or his duly

authorized representative, identified in the SCC, who shall be responsible for supervising the execution of the Works and administering this Contract.

1.23 The Site is the place provided by the Procuring Entity where the Works shall be executed and

any other place or places which may be designated in the SCC, or notified to the Contractor by the Procuring Entity’s Representative as forming part of the Site.

Page 131: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 3 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

1.24 Site Investigation Reports are those that were included in the Bidding Documents and are factual and interpretative reports about the surface and subsurface conditions at the Site.

1.25 Slippage is a delay in work execution occurring when actual accomplishment falls below the

target as measured by the difference between the scheduled and actual accomplishment of the Work by the Contractor as established from the work schedule. This is actually described as a percentage of the whole Works.

1.26 Specifications mean the description of Works to be done and the qualities of materials to be

used, the equipment to be installed and the mode of construction. 1.27 The Start Date, as specified in the SCC, is the date when the Contractor is obliged to

commence execution of the Works. It does not necessarily coincide with any of the Site Possession Dates.

1.28 A Subcontractor is any person or organization to whom a part of the Works has been

subcontracted by the Contractor, as allowed by the Procuring Entity, but not any assignee of such person.

1.29 Temporary Works are works designed, constructed, installed, and removed by the Contractor

that are needed for construction or installation of the Permanent Works. 1.30 Work(s) refer to the Permanent Works and Temporary Works to be executed by the Contractor

in accordance with this Contract, including (i) the furnishing of all labor, materials, equipment and others incidental, necessary or convenient to the complete execution of the Works; (ii) the passing of any tests before acceptance by the Procuring Entity’s Representative; (iii) and the carrying out of all duties and obligations of the Contractor imposed by this Contract as described in the SCC.

2.0 INTERPRETATION

2.1 In interpreting the Conditions of Contract, singular also means plural, male also means female

or neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of this Contract unless specifically defined. The Procuring Entity’s Representative will provide instructions clarifying queries about the Conditions of Contract.

2.2 If sectional completion is specified in the SCC, references in the Conditions of Contract to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion Date for the whole of the Works).

3.0 GOVERNING LANGUAGE AND LAW

3.1 This Contract has been executed in the English language, which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this Contract. All correspondence and other documents pertaining to this Contract which are exchanged by the parties shall be written in English.

Page 132: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 4 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

3.2 This Contract shall be interpreted in accordance with the laws of the Republic of the Philippines.

4.0 COMMUNICATIONS

Communications between parties that are referred to in the Conditions shall be effective only when in writing. A notice shall be effective only when it is received by the concerned party.

5.0 POSSESSION OF SITE 5.1 On the date specified in the SCC, the Procuring Entity shall grant the Contractor possession of

so much of the Site as may be required to enable it to proceed with 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.

5.2 If possession of a portion is not given by the date stated in the SCC Clause 5.1, 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 shall be in accordance with GCC Clause 47.

5.3 The Contractor shall bear all costs and charges for special or temporary right-of-way required

by it in connection with access to the Site. The Contractor shall also provide at his own cost any additional facilities outside the Site required by it for purposes of the Works.

5.4 The Contractor shall allow the Procuring Entity’s Representative and any person authorized by

the Procuring Entity’s Representative access to the Site and to any place where work in connection with this Contract is being carried out or is intended to be carried out.

6.0 THE CONTRACTOR’S OBLIGATIONS 6.1 The Contractor shall carry out the Works properly and in accordance with this Contract. The

Contractor shall provide all supervision, labor, Materials, Plant and Contractor's Equipment, which may be required. All Materials and Plant on Site shall be deemed to be the property of the Procuring Entity.

6.2 The Contractor shall commence execution of the Works on the Start Date and shall carry out the Works in accordance with the Program of Work submitted by the Contractor, as updated with the approval of the Procuring Entity’s Representative, and complete them by the Intended Completion Date.

6.3 The Contractor shall be responsible for the safety of all activities on the Site. 6.4 The Contractor shall carry out all instructions of the Procuring Entity’s Representative that

comply with the applicable laws where the Site is located. 6.5 The Contractor shall commission/employ the key personnel named in the Schedule of Key

Personnel, as referred to in the SCC, to carry out the supervision of the Works. The Procuring

Page 133: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 5 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

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.

6.6 If the Procuring Entity’s Representative asks the Contractor to remove a member of the Contractor’s staff or work force, for justifiable cause, the Contractor shall ensure that the person leaves the Site within seven (7) days and has no further connection with the Work in this Contract.

6.7 During Contract implementation, the Contractor and his subcontractors shall abide at all times

by all labor laws, including child labor related enactments, and other relevant rules. 6.8 The Contractor shall submit to the Procuring Entity for consent the name and particulars of the

person authorized to receive instructions on behalf of the Contractor. 6.9 The Contractor shall cooperate and share the Site with other contractors, public authorities,

utilities, and the Procuring Entity between the dates given in the schedule of other contractors particularly when they shall require access to the Site. The Contractor shall also provide facilities and services for them during this period. The Procuring Entity may modify the schedule of other contractors, and shall notify the Contractor of any such modification thereto.

6.10 Should anything of historical or other interest or of significant value be unexpectedly discovered

on the Site, it shall be the property of the Procuring Entity. The Contractor shall notify the Procuring Entity’s Representative of such discoveries and carry out the Procuring Entity’s Representative’s instructions in dealing with them.

7.0 PERFORMANCE SECURITY

7.1 Unless otherwise specified in the SCC, 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 Contractor shall furnish the performance security in any the forms prescribed in ITB Clause 32.2.

7.2 The performance security posted in favor of the Procuring Entity shall be forfeited in the event it is established that the Contractor is in default in any of its obligations under the Contract.

7.3 The performance security shall remain valid until issuance by the Procuring Entity of the

Certificate of Final Acceptance. 7.4 The performance security may be released by the Procuring Entity and returned to the

Contractor after the issuance of the Certificate of Final Acceptance subject to the following conditions:

(a) There are no pending claims against the Contractor or the surety company filed by the

Procuring Entity; (b) The Contractor has no pending claims for labor and materials filed against it; and (c) Other terms specified in the SCC.

Page 134: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 6 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

7.5 The Contractor shall post an additional performance security following the amount and form specified in ITB Clause 32.2 to cover any cumulative increase of more than ten percent (10%) over the original value of the contract as a result of amendments to order or change orders, extra work orders and supplemental agreements, as the case may be. The Contractor shall cause the extension of the validity of the performance security to cover approved contract time extensions.

7.6 In case of a reduction in the contract value or for partially completed Works under the contract which are usable and accepted by the Procuring Entity the use of which, in the judgment of the implementing agency or the Procuring Entity, will not affect the structural integrity of the entire project, the Procuring Entity shall allow a proportional reduction in the original performance security, provided that any such reduction is more than ten percent (10%) and that the aggregate of such reductions is not more than fifty percent (50%) of the original performance security.

7.7 The Contractor, by entering into the Contract with the Procuring Entity, acknowledges the right

of the Procuring Entity to institute action pursuant to Act 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.

8.0 SUBCONTRACTING

8.1 Unless otherwise indicated in the SCC, the Contractor cannot subcontract Works more than the

percentage specified in ITB Clause 8.1.

8.2 Subcontracting of any portion of the Works does not relieve the Contractor of any liability or obligation under this Contract. The Contractor will be responsible for the acts, defaults, and negligence of any subcontractor, its agents, servants or workmen as fully as if these were the Contractor’s own acts, defaults, or negligence, or those of its agents, servants or workmen.

8.3 Subcontractors disclosed and identified during the bidding may be changed during the

implementation of this Contract, subject to compliance with the required qualifications and the approval of the Procuring Entity.

9.0 LIQUIDATED DAMAGES 9.1 The Contractor shall pay liquidated damages to the Procuring Entity at the rate per day stated

in the SCC for each day that the Completion Date is later than the Intended Completion Date. The total amount of liquidated damages shall not exceed the amount defined in the SCC. The Procuring Entity may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages shall not affect the Contractor. Once the cumulative amount of liquidated damages reaches ten percent (10%) of the amount of this Contract, the Procuring Entity shall rescind this Contract, without prejudice to other courses of action and remedies open to it.

9.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer of the Procuring Entity shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on

Page 135: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 7 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in GCC Clause 1.40.1.

10.0 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.

11.0 THE PROCURING ENTITY, LICENSES AND PERMITS

The Procuring Entity shall, if requested by the Contractor, assist him in applying for permits, licenses or approvals, which are required for the Works.

12.0 CONTRACTOR’S RISK AND WARRANTY SECURITY 12.1 The Contractor shall assume full responsibility for the Works from the time project construction

commenced up to final acceptance by the Procuring Entity and shall be held responsible for any damage or destruction of the Works except those occasioned by force majeure. The Contractor shall be fully responsible for the safety, protection, security, and convenience of his personnel, third parties, and the public at large, as well as the Works, Equipment, installation, and the like to be affected by his construction work.

12.2 The defects liability period for infrastructure projects shall be one year from project completion up to final acceptance by the Procuring Entity. During this period, the Contractor shall undertake the repair works, at his own expense, of any damage to the Works on account of the use of materials of inferior quality within ninety (90) days from the time the Head of the Procuring Entity has issued an order to undertake repair. In case of failure or refusal to comply with this mandate, the Procuring Entity shall undertake such repair works and shall be entitled to full reimbursement of expenses incurred therein upon demand.

12.3 In case the Contractor fails to comply with the preceding paragraph, 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.

12.4 After final acceptance of the Works by the Procuring Entity, the Contractor shall be held

responsible for “Structural Defects”, i.e., major faults/flaws/deficiencies in one or more key structural elements of the project which may lead to structural failure of the completed elements or structure, or “Structural Failures”, i.e., where one or more key structural elements in an infrastructure facility fails or collapses, thereby rendering the facility or part thereof incapable of withstanding the design loads, and/or endangering the safety of the users or the general public: (a) Contractor – Where Structural Defects/Failures arise due to faults attributable to

improper construction, use of inferior quality/substandard materials, and any violation of the contract plans and specifications, the contractor shall be held liable;

(b) Consultants – Where Structural Defects/Failures arise due to faulty and/or inadequate design and specifications as well as construction supervision, then the consultant who prepared the design or undertook construction supervision for the project shall be held liable;

Page 136: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 8 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(c) Procuring Entity’s Representatives/Project Manager/Construction Managers and Supervisors – The project owner’s representative(s), project manager, construction manager, and supervisor(s) shall be held liable in cases where the Structural Defects/Failures are due to his/their willful intervention in altering the designs and other specifications; negligence or omission in not approving or acting on proposed changes to noted defects or deficiencies in the design and/or specifications; and the use of substandard construction materials in the project;

(d) Third Parties - Third Parties shall be held liable in cases where Structural Defects/Failures are caused by work undertaken by them such as leaking pipes, diggings or excavations, underground cables and electrical wires, underground tunnel, mining shaft and the like, in which case the applicable warranty to such structure should be levied to third parties for their construction or restoration works.

(e) Users - In cases where Structural Defects/Failures are due to abuse/misuse by the end user of the constructed facility and/or non–compliance by a user with the technical design limits and/or intended purpose of the same, then the user concerned shall be held liable.

12.5 The warranty against Structural Defects/Failures, except those occasioned on force majeure,

shall cover the period specified in the SCC reckoned from the date of issuance of the Certificate of Final Acceptance by the Procuring Entity.

12.6 The Contractor shall be required to put up a warranty security in the form of cash, bank

guarantee, letter of credit, GSIS or surety bond callable on demand, in accordance with the following schedule:

Form of Warranty Minimum Amount in Percentage (%) of Total Contract Price

(a) Cash or letter of credit issued by Universal or Commercial bank: provided, however, that the letter of credit shall be confirmed or authenticated by a Universal or Commercial bank, if issued by a foreign bank

Five Percent (5%)

(b) Bank guarantee confirmed by Universal or Commercial bank: provided, however, that the letter of credit shall be confirmed or authenticated by a Universal or Commercial bank, if issued by a foreign bank

Ten Percent (10%)

(c) Surety bond callable upon demand issued by GSIS or any surety or insurance company duly certified by the Insurance Commission

Thirty Percent (30%)

12.7 The warranty security shall be stated in Philippine Pesos and shall remain effective for one

year from the date of issuance of the Certificate of Final Acceptance by the Procuring Entity, and returned only after the lapse of said one year period.

12.8 In case of structural defects/failure occurring during the applicable warranty period provided in

GCC Clause 12.5, the Procuring Entity shall undertake the necessary restoration or reconstruction works and shall be entitled to full reimbursement by the parties found to be liable for expenses incurred therein upon demand, without prejudice to the filing of appropriate

Page 137: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 9 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

administrative, civil, and/or criminal charges against the responsible persons as well as the forfeiture of the warranty security posted in favor of the Procuring Entity.

13.0 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.

14.0 PROCURING ENTITY’S RISK 14.1 From the Start Date until the Certificate of Final Acceptance has been issued, the following are

risks of the Procuring Entity: (a) The risk of personal injury, death, or loss of or damage to property (excluding the

Works, Plant, Materials, and Equipment), which are due to: (i) any type of use or occupation of the Site authorized by the Procuring Entity

after the official acceptance of the works; or (ii) negligence, breach of statutory duty, or interference with any legal right by the

Procuring Entity or by any person employed by or contracted to him except the Contractor.

(b) The risk of damage to the Works, Plant, Materials, and Equipment to the extent that it is due to a fault of the Procuring Entity or in the Procuring Entity’s design, or due to war or radioactive contamination directly affecting the country where the Works are to be executed.

15.0 INSURANCE 15.1 The Contractor shall, under his name and at his own expense, obtain and maintain, for the

duration of this Contract, the following insurance coverage: (a) Contractor’s All Risk Insurance; (b) Transportation to the project Site of Equipment, Machinery, and Supplies owned by the

Contractor; (c) Personal injury or death of Contractor’s employees; and (d) Comprehensive insurance for third party liability to Contractor’s direct or indirect act or

omission causing damage to third persons.

15.2 The Contractor shall provide evidence to the Procuring Entity’s Representative that the insurances required under this Contract have been effected and shall, within a reasonable time, provide copies of the insurance policies to the Procuring Entity’s Representative. Such evidence and such policies shall be provided to the Procuring Entity’s through the Procuring Entity’s Representative.

15.3 The Contractor shall notify the insurers of changes in the nature, extent, or program for the

execution of the Works and ensure the adequacy of the insurances at all times in accordance with the terms of this Contract and shall produce to the Procuring Entity’s Representative the insurance policies in force including the receipts for payment of the current premiums. The above insurance policies shall be obtained from any reputable insurance company approved by the Procuring Entity’s Representative.

Page 138: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 10 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

15.4 If the Contractor fails to obtain and keep in force the insurances referred to herein or any other insurance which he may be required to obtain under the terms of this Contract, the Procuring Entity may obtain and keep in force any such insurances and pay such premiums as may be necessary for the purpose. From time to time, the Procuring Entity may deduct the amount it shall pay for said premiums including twenty five percent (25%) therein from any monies due, or which may become due, to the Contractor, without prejudice to the Procuring Entity exercising its right to impose other sanctions against the Contractor pursuant to the provisions of this Contract.

15.5 In the event the Contractor fails to observe the above safeguards, the Procuring Entity may, at the Contractor’s expense, take whatever measure is deemed necessary for its protection and that of the Contractor’s personnel and third parties, and/or order the interruption of dangerous Works. In addition, the Procuring Entity may refuse to make the payments under GCC Clause 40 until the Contractor complies with this Clause.

15.6 The Contractor shall immediately replace the insurance policy obtained as required in this

Contract, without need of the Procuring Entity’s demand, with a new policy issued by a new insurance company acceptable to the Procuring Entity for any of the following grounds: (a) The issuer of the insurance policy to be replaced has:

(i) become bankrupt; (ii) been placed under receivership or under a management committee; (iii) been sued for suspension of payment; or (iv) been suspended by the Insurance Commission and its license to engage in

business or its authority to issue insurance policies cancelled; or (v) Where reasonable grounds exist that the insurer may not be able, fully and

promptly, to fulfill its obligation under the insurance policy. 16.0 TERMINATION FOR DEFAULT OF CONTRACTOR 16.1 The Procuring Entity shall terminate this Contract for default when any of the following

conditions attend its implementation: (a) Due to the Contractor’s fault and while the project is on-going, it has incurred negative

slippage of fifteen percent (15%) or more in accordance with Presidential Decree 1870, regardless of whether or not previous warnings and notices have been issued for the Contractor to improve his performance;

(b) Due to its own fault and after this Contract time has expired, the Contractor incurs delay in the completion of the Work after this Contract has expired; or

(c) The Contractor: (i) abandons the contract Works, refuses or fails to comply with a valid instruction

of the Procuring Entity or fails to proceed expeditiously and without delay despite a written notice by the Procuring Entity;

(ii) does not actually have on the project Site the minimum essential equipment listed on the Bid necessary to prosecute the Works in accordance with the approved Program of Work and equipment deployment schedule as required for the project;

(iii) does not execute the Works in accordance with this Contract or persistently or flagrantly neglects to carry out its obligations under this Contract;

(iv) neglects or refuses to remove materials or to perform a new Work that has been rejected as defective or unsuitable; or

Page 139: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 11 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(v) sub-lets any part of this Contract without approval by the Procuring Entity.

16.2 All materials on the Site, Plant, Equipment, and Works shall be deemed to be the property of the Procuring Entity if this Contract is rescinded because of the Contractor’s default.

17.0 TERMINATION FOR DEFAULT OF PROCURING ENTITY 17.1 The Contractor may terminate this Contract with the Procuring Entity if the works are

completely stopped for a continuous period of at least sixty (60) calendar days through no fault of its own, due to any of the following reasons: (a) Failure of the Procuring Entity to deliver, within a reasonable time, supplies, materials,

right-of-way, or other items it is obligated to furnish under the terms of this Contract; or (b) The prosecution of the Work is disrupted by the adverse peace and order situation, as

certified by the Armed Forces of the Philippines Provincial Commander and approved by the Secretary of National Defense.

18.0 TERMINATION FOR OTHER CAUSES

18.1 The Procuring Entity may terminate this Contract, in whole or in part, at any time for its

convenience. The Head of the Procuring Entity may terminate this Contract for the convenience of the Procuring Entity if he has determined the existence of conditions that make Project Implementation economically, financially or technically impractical and/or unnecessary, such as, but not limited to, fortuitous event(s) or changes in law and National Government policies.

18.2 The Procuring Entity or the Contractor may terminate this Contract if the other party causes a fundamental breach of this Contract.

18.3 Fundamental breaches of Contract shall include, but shall not be limited to, the following:

(a) The Contractor stops work for twenty eight (28) days when no stoppage of work is shown on the current Program of Work and the stoppage has not been authorized by the Procuring Entity’s Representative;

(b) The Procuring Entity’s Representative instructs the Contractor to delay the progress of the Works, and the instruction is not withdrawn within twenty eight (28) days;

(c) The Procuring Entity shall terminate this Contract if the Contractor is declared bankrupt or insolvent as determined with finality by a court of competent jurisdiction. In this event, termination will be without compensation to the Contractor, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Procuring Entity and/or the Contractor. In the case of the Contractor's insolvency, any Contractor's Equipment which the Procuring Entity instructs in the notice is to be used until the completion of the Works;

(d) A payment certified by the Procuring Entity’s Representative is not paid by the Procuring Entity to the Contractor within eighty four (84) days from the date of the Procuring Entity’s Representative’s certificate;

(e) The Procuring Entity’s Representative gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Procuring Entity’s Representative;

(f) The Contractor does not maintain Security personnel at the project site, which is required;

Page 140: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 12 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(g) The Contractor has delayed the completion of the Works by the number of days for which the maximum amount of liquidated damages can be paid, as defined in the GCC Clause 9; and

(h) 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, the following: (i) corrupt, fraudulent, collusive and coercive practices as defined in ITB Clause

3.1(a); (ii) drawing up or using forged documents; (iii) using adulterated materials, means or methods, or engaging in production

contrary to rules of science or the trade; and (iv) any other act analogous to the foregoing.

18.4 The Funding Source or the Procuring Entity, as appropriate, will seek to impose the maximum

civil, administrative and/or criminal penalties available under the applicable law on individuals and organizations deemed to be involved with corrupt, fraudulent, or coercive practices.

18.5 When persons from either party to this Contract gives notice of a fundamental breach to the Procuring Entity’s Representative in order to terminate the existing contract for a cause other than those listed under GCC Clause 18.3, the Procuring Entity’s Representative shall decide whether the breach is fundamental or not.

18.6 If this Contract is terminated, the Contractor shall stop work immediately, make the Site safe

and secure, and leave the Site as soon as reasonably possible. 19.0 PROCEDURES FOR TERMINATION OF CONTRACTS 19.1 The following provisions shall govern the procedures for the termination of this Contract:

(a) Upon receipt of a written report of acts or causes which may constitute ground(s) for termination as aforementioned, or upon its own initiative, the Implementing Unit shall, within a period of seven (7) calendar days, verify the existence of such ground(s) and cause the execution of a Verified Report, with all relevant evidence attached;

(b) Upon recommendation by the Implementing Unit, the Head of the Procuring Entity shall terminate this Contract only by a written notice to the Contractor conveying the termination of this Contract. The notice shall state: (i) that this Contract is being terminated for any of the ground(s) afore-mentioned,

and a statement of the acts that constitute the ground(s) constituting the same; (ii) the extent of termination, whether in whole or in part; (iii) an instruction to the Contractor to show cause as to why this Contract should

not be terminated; and (iv) special instructions of the Procuring Entity, if any.

The Notice to Terminate shall be accompanied by a copy of the Verified Report;

(c) Within a period of seven (7) calendar days from receipt of the Notice of Termination,

the Contractor shall submit to the Head of the Procuring Entity a verified position paper stating why the contract should not be terminated. If the Contractor fails to show cause

Page 141: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 13 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

after the lapse of the seven (7) day period, either by inaction or by default, the Head of the Procuring Entity shall issue an order terminating the contract;

(d) The Procuring Entity may, at any time before receipt of the Bidder’s verified position paper, withdraw the Notice to Terminate if it is determined that certain items or works subject of the notice had been completed, delivered, or performed before the Contractor’s receipt of the notice;

(e) Within a non-extendible period of ten (10) calendar days from receipt of the verified

position paper, the Head of the Procuring Entity shall decide whether or not to terminate this Contract. It shall serve a written notice to the Contractor of its decision and, unless otherwise provided in the said notice, this Contract is deemed terminated from receipt of the Contractor of the notice of decision. The termination shall only be based on the ground(s) stated in the Notice to Terminate; and

(f) The Head of the Procuring Entity may create a Contract Termination Review Committee (CTRC) to assist him in the discharge of this function. All decisions recommended by the CTRC shall be subject to the approval of the Head of the Procuring Entity.

19.2 Pursuant to Section 69(f) of RA 9184 and without prejudice to the imposition of additional

administrative sanctions as the internal rules of the agency may provide and/or further criminal prosecution as provided by applicable laws, the procuring entity shall impose on contractors after the termination of the contract the penalty of suspension for one (1) year for the first offense, suspension for two (2) years for the second offense from participating in the public bidding process, for violations committed during the contract implementation stage, which include but not limited to the following: (a) Failure of the contractor, due solely to his fault or negligence, to mobilize and start

work or performance within the specified period in the Notice to Proceed (“NTP”); (b) Failure by the contractor to fully and faithfully comply with its contractual obligations

without valid cause, or failure by the contractor to comply with any written lawful instruction of the procuring entity or its representative(s) pursuant to the implementation of the contract. For the procurement of infrastructure projects or consultancy contracts, lawful instructions include but are not limited to the following: (i) Employment of competent technical personnel, competent engineers and/or

work supervisors; (ii) Provision of warning signs and barricades in accordance with approved plans

and specifications and contract provisions; (iii) Stockpiling in proper places of all materials and removal from the project site

of waste and excess materials, including broken pavement and excavated debris in accordance with approved plans and specifications and contract provisions;

(iv) Deployment of committed equipment, facilities, support staff and manpower; and

(v) Renewal of the effectivity dates of the performance security after its expiration during the course of contract implementation.

(c) Assignment and subcontracting of the contract or any part thereof or substitution of key personnel named in the proposal without prior written approval by the procuring entity.

(d) Poor performance by the contractor or unsatisfactory quality and/or progress of work arising from his fault or negligence as reflected in the Constructor's Performance Evaluation System (“CPES”) rating sheet. In the absence of the CPES rating sheet,

Page 142: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 14 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

the existing performance monitoring system of the procuring entity shall be applied. Any of the following acts by the constructor shall be construed as poor performance: (i) Negative slippage of 15% and above within the critical path of the project due

entirely to the fault or negligence of the contractor; and (ii) Quality of materials and workmanship not complying with the approved

specifications arising from the contractor's fault or negligence.

(e) Willful or deliberate abandonment or non-performance of the project or contract by the contractor resulting to substantial breach thereof without lawful and/or just cause.

In addition to the penalty of suspension, the performance security posted by the contractor shall also be forfeited.

20.0 FORCE MAJEURE, RELEASE FROM PERFORMANCE 20.1 For purposes of this Contract the terms “force majeure” and “fortuitous event” may be used

interchangeably. In this regard, a fortuitous event or force majeure shall be interpreted to mean an event which the Contractor could not have foreseen, or which though foreseen, was inevitable. It shall not include ordinary unfavorable weather conditions; and any other cause the effects of which could have been avoided with the exercise of reasonable diligence by the Contractor.

20.2 If this Contract is discontinued by an outbreak of war or by any other event entirely outside the control of either the Procuring Entity or the Contractor, the Procuring Entity’s Representative shall certify that this Contract has been discontinued. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all works carried out before receiving it and for any Work carried out afterwards to which a commitment was made.

20.3 If the event continues for a period of eighty four (84) days, either party may then give notice of

termination, which shall take effect twenty eight (28) days after the giving of the notice. 20.4 After termination, the Contractor shall be entitled to payment of the unpaid balance of the value

of the Works executed and of the materials and Plant reasonably delivered to the Site, adjusted by the following: (a) any sum to which the Contractor is entitled under GCC Clause 28; (b) the cost of his suspension and demobilization; (c) any sum to which the Procuring Entity is entitled.

20.5 The net balance due shall be paid or repaid within a reasonable time period from the time of

the notice of termination.

21.0 RESOLUTION OF DISPUTES

21.1 If any dispute or difference of any kind whatsoever shall arise between the parties in connection with the implementation of the contract covered by the Act and this IRR, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.

Page 143: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 15 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

21.2 If the Contractor believes that a decision taken by the PROCURING ENTITY’s Representative was either outside the authority given to the PROCURING ENTITY’s Representative by this Contract or that the decision was wrongly taken, the decision shall be referred to the Arbiter indicated in the SCC within fourteen (14) days of the notification of the PROCURING ENTITY’s Representative’s decision.

21.3 Any and all disputes arising from the implementation of this Contract covered by the R.A. 9184

and its IRR shall be submitted to arbitration in the Philippines according to the provisions of Republic Act No. 876, otherwise known as the “ Arbitration Law” and Republic Act 9285, otherwise known as the “Alternative Dispute Resolution Act of 2004”: Provided, however, That, disputes that are within the competence of the Construction Industry Arbitration Commission to resolve shall be referred thereto. The process of arbitration shall be incorporated as a provision in this Contract that will be executed pursuant to the provisions of the Act and its IRR-A: Provided, further, That, by mutual agreement, the parties may agree in writing to resort to other alternative modes of dispute resolution. Additional instructions on resolution of disputes, if any, shall be indicated in the SCC

22.0 SUSPENSION OF LOAN, CREDIT, GRANT, OR APPROPRIATION

In the event that the Funding Source suspends the Loan, Credit, Grant, or Appropriation to the Procuring Entity, from which part of the payments to the Contractor are being made: (a) The Procuring Entity is obligated to notify the Contractor of such suspension within

seven (7) days of having received the suspension notice. (b) If the Contractor has not received sums due it for work already done within forty five

(45) days from the time the Contractor’s claim for payment has been certified by the Procuring Entity’s Representative, the Contractor may immediately issue a suspension of work notice in accordance with SCC

23.0 PROCURING ENTITY’S REPRESENTATIVE’S DECISIONS 23.1 Except where otherwise specifically stated, the Procuring Entity’s Representative will decide

contractual matters between the Procuring Entity and the Contractor in the role representing the Procuring Entity’s.

23.2 The Procuring Entity’s Representative may delegate any of his duties and responsibilities to other people, except to the Arbiter, after notifying the Contractor, and may cancel any delegation after notifying the Contractor.

24.0 APPROVAL OF DRAWINGS AND TEMPORARY WORKS BY THE PROCURING ENTITY’S

REPRESENTATIVE 24.1 All Drawings prepared by the Contractor for the execution of the Temporary Works, are subject

to prior approval by the Procuring Entity’s Representative before its use.

24.2 The Contractor shall be responsible for design of Temporary Works. 24.3 The Procuring Entity’s Representative’s approval shall not alter the Contractor’s responsibility

for design of the Temporary Works.

Page 144: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 16 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

24.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works, when required by the Procuring Entity.

25.0 ACCELERATION AND DELAYS ORDERED BY THE PROCURING ENTITY’S

REPRESENTATIVE 25.1 When the Procuring Entity wants the Contractor to finish before the Intended Completion Date,

the Procuring Entity’s Representative will obtain priced proposals for achieving the necessary acceleration from the Contractor. If the Procuring Entity accepts these proposals, the Intended Completion Date will be adjusted accordingly and confirmed by both the Procuring Entity and the Contractor.

25.2 If the Contractor’s Financial Proposals for an acceleration are accepted by the Procuring Entity, they are incorporated in the Contract Price and treated as a Variation.

26.0 EXTENSION OF THE INTENDED COMPLETION DATE 26.1 The Procuring Entity’s Representative shall extend the Intended Completion Date if a Variation

is issued which makes it impossible for the Intended Completion Date to be achieved by the Contractor without taking steps to accelerate the remaining work, which would cause the Contractor to incur additional costs. Unless specified in the SCC, no payment shall be made for any event which may warrant the extension of the Intended Completion Date.

26.2 The Procuring Entity’s Representative shall decide whether and by how much to extend the Intended Completion Date within twenty one (21) days of the Contractor asking the Procuring Entity’s Representative for a decision thereto after fully submitting all supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date.

27.0 RIGHT TO VARY 27.1 The Procuring Entity’s Representative with the prior approval of the Procuring Entity may

instruct Variations, up to a maximum cumulative amount of ten percent (10%) of the original contract cost so long as the final total cumulative cost of the project does not exceed the ABC.

27.2 Variations shall be valued as follows: (a) At a lump sum price agreed between the parties; (b) Where appropriate, at rates in this Contract; (c) In the absence of appropriate rates, the rates in this Contract shall be used as the

basis for valuation, or failing which; (d) At appropriate new rates, equal to or lower than current industry rates and to be

agreed upon by both parties and approved by the Head of the Procuring Entity. 28.0 CONTRACTOR’S RIGHT TO CLAIM

If the Contractor incurs cost as a result of any of the events under GCC Clause 13, the Contractor shall be entitled to the amount of such cost. If as a result of any of the said events, it is necessary to change the Works, this shall be dealt with as a Variation.

Page 145: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 17 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

29.0 DAYWORKS 29.1 Subject to GCC Clause 43 on Variation Order, 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.

29.2 All work to be paid for as Dayworks shall be recorded by the Contractor on forms approved by the Procuring Entity’s Representative. Each completed form shall be verified and signed by the Procuring Entity’s Representative within two days of the work being done.

29.3 The Contractor shall be paid for Dayworks subject to obtaining signed Dayworks forms. 30.0 EARLY WARNING 30.1 The Contractor shall warn the Procuring Entity’s Representative at the earliest opportunity of

specific likely future events or circumstances that may adversely affect the quality of the work, increase the Contract Price, or delay the execution of the Works. The Procuring Entity’s Representative may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate shall be provided by the Contractor as soon as reasonably possible.

30.2 The Contractor shall cooperate with the Procuring Entity’s Representative in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Procuring Entity’s Representative.

31.0 PROGRAM OF WORK 31.1 Within the time stated in the SCC, the Contractor shall submit to the Procuring Entity’s

Representative for approval a Program of Work showing the general methods, arrangements, order, and timing for all the activities in the Works.

31.2 An update of the Program of Work shall the show the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work, including any changes to the sequence of the activities.

31.3 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.

31.4 The Procuring Entity’s Representative’s approval of the Program of Work shall not alter the

Contractor’s obligations. The Contractor may revise the Program of Work and submit it to the Procuring Entity’s Representative again at any time. A revised Program of Work shall show the effect of any approved Variations; and if allowed, any Compensation Event.

Page 146: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 18 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

31.5 When the Program of Work is updated, the Contractor shall provide the Procuring Entity’s Representative with an updated cash flow forecast. The cash flow forecast shall include different currencies, as defined in the Contract, converted as necessary using the Contract exchange rates.

31.6 All Variations shall be included in updated Program of Work produced by the Contractor.

32.0 MANAGEMENT CONFERENCES 32.1 Either the Procuring Entity’s Representative or the Contractor may require the other to attend a

Management Conference. The Management Conference shall review the plans for remaining work and deal with matters raised in accordance with the early warning procedure.

32.2 The Procuring Entity’s Representative shall record the business of Management Conferences and provide copies of the record to those attending the Conference and to the Procuring Entity. The responsibility of the parties for actions to be taken shall be decided by the PROCURING ENTITY’s Representative either at the Management Conference or after the Management Conference and stated in writing to all who attended the Conference.

33.0 BILL OF QUANTITIES 33.1 The Bill of Quantities shall contain items of work for the construction, installation, testing, and

commissioning of work to be done by the Contractor.

33.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the Bill of Quantities for each item.

33.3 If the final quantity of any work done differs from the quantity in the Bill of Quantities for the particular item and is not more than twenty five percent (25%) of the original quantity, provided the aggregate changes for all items do not exceed ten percent (10%) of the Contract price, the Procuring Entity’s Representative shall make the necessary adjustments to allow for the changes subject to applicable laws, rules, and regulations.

33.4 If requested by the Procuring Entity’s Representative, the Contractor shall provide the Procuring Entity’s Representative with a detailed cost breakdown of any rate in the Bill of Quantities.

34.0 INSTRUCTIONS, INSPECTIONS AND AUDITS 34.1 The Procuring Entity’s personnel shall at all reasonable times during construction of the Work

be entitled to examine, inspect, measure and test the materials and workmanship, and to check the progress of the construction.

34.2 If the Procuring Entity’s Representative instructs the Contractor to carry out a test not specified in the Specification to check whether any work has a defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no defect, the test shall be a Compensation Event.

Page 147: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 19 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

34.3 The Contractor shall permit the Funding Source named in the SCC to inspect the Contractor’s accounts and records relating to the performance of the Contractor and to have them audited by auditors appointed by the Funding Source, if so required by the Funding Source.

35.0 IDENTIFYING DEFECTS

The Procuring Entity’s Representative shall check the Contractor’s work and notify the Contractor of any defects that are found. Such checking shall not affect the Contractor’s responsibilities. The Procuring Entity’s Representative may instruct the Contractor to search uncover defects and test any work that the Procuring Entity’s Representative considers below standards and defective.

36.0 COST OF REPAIRS

Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Liability Periods shall be remedied by the Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s acts or omissions.

37.0 CORRECTION OF DEFECTS 37.1 The Procuring Entity’s Representative shall give notice to the Contractor of any defects before

the end of the Defects Liability Period, which begins at Completion Date up to final acceptance by the Procuring Entity’s Representative unless otherwise specified in the SCC. The Defects Liability Period shall be extended for as long as defects remain to be corrected.

37.2 Every time notice of a defect is given, the Contractor shall correct the notified defect within the length of time specified in the Procuring Entity’s Representative’s notice.

37.3 The Contractor shall correct the defects which he notices himself before the end of the Defects

Liability Period. 37.4 The Procuring Entity shall certify that all defects have been corrected. If the Procuring Entity

considers that correction of a defect is not essential, he can request the Contractor to submit a quotation for the corresponding reduction in the Contract Price. If the Procuring Entity accepts the quotation, the corresponding change in the SCC is a Variation.

38.0 UNCORRECTED DEFECTS 38.1 The Procuring Entity shall give the Contractor at least fourteen (14) days notice of his intention

to use a third party to correct a Defect. If the Contractor does not correct the Defect himself within the period, the Procuring Entity may have the Defect corrected by the third party. The cost of the correction will be deducted from the Contract Price.

38.2 The use of a third party to correct defects that are uncorrected by the Contractor will in no way relieve the Contractor of its liabilities and warranties under the Contract.

39.0 ADVANCE PAYMENT

Page 148: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 20 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

39.1 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.

39.2 The advance payment shall be made only upon the submission to and acceptance by the Procuring Entity of an irrevocable standby letter of credit of equivalent value from a commercial bank, a bank guarantee or a surety bond callable upon demand, issued by a surety or insurance company duly licensed by the Insurance Commission and confirmed by the Procuring Entity.

39.3 The advance payment shall be repaid by the Contractor by an amount equal to the percentage

of the total contract price used for the advance payment. 39.4 The contractor may reduce his standby letter of credit or guarantee instrument by the amounts

refunded by the Monthly Certificates in the advance payment. 39.5 The Procuring Entity will provide an Advance Payment on the Contract Price as stipulated in

the Conditions of Contract, subject to the maximum amount stated in SCC Clause 39.1. 40.0 PROGRESS PAYMENTS 40.1 The Contractor may submit a request for payment for Work accomplished. Such request 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.

40.2 The Procuring Entity shall deduct the following from the certified gross amounts to be paid to the contractor as progress payment:

(a) Cumulative value of the work previously certified and paid for.

(b) Portion of the advance payment to be recouped for the month.

(c) Retention money in accordance with the condition of contract.

(d) Amount to cover third party liabilities.

(e) Amount to cover uncorrected discovered defects in the works.

40.3 Payments shall be adjusted by deducting therefrom the amounts for advance payments and

retention. The Procuring Entity shall pay the Contractor the amounts certified by the Procuring Entity’s Representative within twenty eight (28) days from the date each certificate was issued. Unless otherwise indicated in the SCC, no payment of interest for delayed payments and adjustments shall be made by the Procuring Entity.

40.4 The first progress payment may be paid by the Procuring Entity to the Contractor provided that at least twenty percent (20%) of the work has been accomplished as certified by the Procuring Entity’s Representative.

Page 149: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 21 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

40.5 Items of the Works for which a price of “0” (zero) has been entered will not be paid for by the

Procuring Entity and shall be deemed covered by other rates and prices in the Contract.

41.0 PAYMENT CERTIFICATES 41.1 The Contractor shall submit to the Procuring Entity’s Representative monthly statements of the

estimated value of the work executed less the cumulative amount certified previously.

41.2 The Procuring Entity’s Representative shall check the Contractor’s monthly statement and certify the amount to be paid to the Contractor.

41.3 The value of Work executed shall:

(a) be determined by the Procuring Entity’s Representative; (b) comprise the value of the quantities of the items in the Bill of Quantities completed; and (c) include the valuations of approved variations.

41.4 The Procuring Entity’s Representative may exclude any item certified in a previous certificate or

reduce the proportion of any item previously certified in any certificate in the light of later information.

42.0 RETENTION 42.1 The Procuring Entity shall retain from each payment due to the Contractor an amount equal to

a percentage thereof using the rate as specified in GCC Clause 42.2.

42.2 Progress payments are subject to retention of ten percent (10%), unless otherwise specified in the SCC, referred to as the “retention money.” Such retention shall be based on the total amount due to the Contractor prior to any deduction and shall be retained from every progress payment until fifty percent (50%) of the value of Works, as determined by the Procuring Entity, are completed. If, after fifty percent (50%) completion, the Work is satisfactorily done and on schedule, no additional retention shall be made; otherwise, the ten percent (10%) retention shall again be imposed using the rate specified therefore.

42.3 The total “retention money” shall be due for release upon final acceptance of the Works. The

Contractor may, however, request the substitution of the retention money for each progress billing with irrevocable standby letters of credit from a commercial bank, bank guarantees or surety bonds callable on demand, of amounts equivalent to the retention money substituted for and acceptable to the Procuring Entity, provided that the project is on schedule and is satisfactorily undertaken. Otherwise, the ten (10%) percent retention shall be made. Said irrevocable standby letters of credit, bank guarantees and/or surety bonds, to be posted in favor of the Government shall be valid for a duration to be determined by the concerned implementing office/agency or Procuring Entity and will answer for the purpose for which the ten (10%) percent retention is intended, i.e., to cover uncorrected discovered defects and third party liabilities.

42.4 On completion of the whole Works, the Contractor may substitute retention money with an “on

demand” Bank guarantee in a form acceptable to the Procuring Entity.

Page 150: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 22 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

43.0 VARIATION ORDERS 43.1 Variation Orders may be issued by the Procuring Entity to cover any increase/decrease in

quantities, including the introduction of new work items that are not included in the original contract or reclassification of work items that are either due to change of plans, design or alignment to suit actual field conditions resulting in disparity between the preconstruction plans used for purposes of bidding and the “as staked plans” or construction drawings prepared after a joint survey by the Contractor and the Procuring Entity after award of the contract, provided that the cumulative amount of the Variation Order does not exceed ten percent (10%) of the original project cost and further provided that since this project is a Design and Build Project, the final cumulative total project cost does not exceed the ABC. The addition/deletion of Works should be within the general scope of the project as bid and awarded. The scope of works shall not be reduced so as to accommodate a positive Variation Order. A Variation Order may either be in the form of a Change Order or Extra Work Order.

43.2 A Change Order may be issued by the implementing official to cover any increase/decrease in quantities of original Work items in the contract.

43.3 An Extra Work Order may be issued by the implementing official to cover the introduction of

new work necessary for the completion, improvement or protection of the project which were not included as items of Work in the original contract, such as, where there are subsurface or latent physical conditions at the site differing materially from those indicated in the contract, or where there are duly unknown physical conditions at the site of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in the Work or character provided for in the contract.

43.4 Any cumulative Variation Order beyond ten percent (10%) shall be subject of another contract

to be bid out if the works are separable from the original contract. In exceptional cases where it is urgently necessary to complete the original scope of work, the Head of the Procuring Entity may authorize a positive Variation Order go beyond ten percent (10%) but not more than twenty percent (20%) of the original contract price, subject to the guidelines to be determined by the GPPB: Provided, however, That appropriate sanctions shall be imposed on the designer, consultant or official responsible for the original detailed engineering design which failed to consider the Variation Order beyond ten percent (10%).

43.5 In claiming for any Variation Order, the Contractor shall, within seven (7) calendar days after

such work has been commenced or after the circumstances leading to such condition(s) leading to the extra cost, and within twenty-eight (28) calendar days deliver a written communication giving full and detailed particulars of any extra cost in order that it may be investigated at that time. Failure to provide either of such notices in the time stipulated shall constitute a waiver by the contractor for any claim. The preparation and submission of Variation Orders are as follows:

(a) If the Procuring Entity’s representative/Project Engineer believes that a Change Order

or Extra Work Order should be issued, he shall prepare the proposed Order accompanied with the notices submitted by the Contractor, the plans therefore, his computations as to the quantities of the additional works involved per item indicating the specific stations where such works are needed, the date of his inspections and investigations thereon, and the log book thereof, and a detailed estimate of the unit

Page 151: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 23 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

cost of such items of work, together with his justifications for the need of such Change Order or Extra Work Order, and shall submit the same to the Head of the Procuring Entity for approval.

(b) The Head of the Procuring Entity or his duly authorized representative, upon receipt of the proposed Change Order or Extra Work Order, shall immediately instruct the technical staff of the Procuring Entity to conduct an on-the-spot investigation to verify the need for the Work to be prosecuted. A report of such verification shall be submitted directly to the Head of the Procuring Entity or his duly authorized representative.

(c) The Head of the Procuring Entity or his duly authorized representative, after being satisfied that such Change Order or Extra Work Order is justified and necessary, shall review the estimated quantities and prices and forward the proposal with the supporting documentation to the Head of Procuring Entity for consideration.

(d) If, after review of the plans, quantities and estimated unit cost of the items of work involved, the proper office of the procuring entity empowered to review and evaluate Change Orders or Extra Work Orders recommends approval thereof, Head of the Procuring Entity or his duly authorized representative, believing the Change Order or Extra Work Order to be in order, shall approve the same.

(e) The timeframe for the processing of Variation Orders from the preparation up to the approval by the Head of the Procuring Entity concerned shall not exceed thirty (30) calendar days.

44.0 CONTRACT COMPLETION

Once the project reaches an accomplishment of ninety five (95%) of the total contract amount, the Procuring Entity may create an inspectorate team to make preliminary inspection and submit a punch-list to the Contractor in preparation for the final turnover of the project. Said punch-list will contain, among others, the remaining Works, Work deficiencies for necessary corrections, and the specific duration/time to fully complete the project considering the approved remaining contract time. This, however, shall not preclude the claim of the Procuring Entity for liquidated damages.

45.0 SUSPENSION OF WORK 45.1 The Procuring Entity shall have the authority to suspend the work wholly or partly by written

order for such period as may be deemed necessary, due to force majeure or any fortuitous events or for failure on the part of the Contractor to correct bad conditions which are unsafe for workers or for the general public, to carry out valid orders given by the Procuring Entity or to perform any provisions of the contract, or due to adjustment of plans to suit field conditions as found necessary during construction. The Contractor shall immediately comply with such order to suspend the work wholly or partly.

45.2 The Contractor or its duly authorized representative shall have the right to suspend work operation on any or all projects/activities along the critical path of activities after fifteen (15) calendar days from date of receipt of written notice from the Contractor to the district engineer/regional director/consultant or equivalent official, as the case may be, due to the following: (a) There exist right-of-way problems which prohibit the Contractor from performing work

in accordance with the approved construction schedule.

Page 152: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 24 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(b) Requisite construction plans which must be owner-furnished are not issued to the contractor precluding any work called for by such plans.

(c) Peace and order conditions make it extremely dangerous, if not possible, to work. However, this condition must be certified in writing by the Philippine National Police (PNP) station which has responsibility over the affected area and confirmed by the Department of Interior and Local Government (DILG) Regional Director.

(d) There is failure on the part of the Procuring Entity to deliver government-furnished materials and equipment as stipulated in the contract.

(e) Delay in the payment of Contractor’s claim for progress billing beyond forty-five (45) calendar days from the time the Contractor’s claim has been certified to by the Procuring Entity’s authorized representative that the documents are complete unless there are justifiable reasons thereof which shall be communicated in writing to the Contractor.

45.3 In case of total suspension, or suspension of activities along the critical path, which is not due

to any fault of the Contractor, the elapsed time between the effective order of suspending operation and the order to resume work shall be allowed the Contractor by adjusting the contract time accordingly.

46.0 PAYMENT ON TERMINATION 46.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor,

the Procuring Entity’s Representative shall issue a certificate for the value of the work done and Materials ordered less advance payments received up to the date of the issue of the certificate and less the percentage to apply to the value of the work not completed, as indicated in the SCC. Additional Liquidated Damages shall not apply. If the total amount due to the Procuring Entity exceeds any payment due to the Contractor, the difference shall be a debt payable to the Procuring Entity.

46.2 If the Contract is terminated for the Procuring Entity’s convenience or because of a fundamental breach of Contract by the Procuring Entity, the Procuring Entity’s Representative shall issue a certificate for the value of the work done, Materials ordered, the reasonable cost of removal of Equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works, and less advance payments received up to the date of the certificate.

46.3 The net balance due shall be paid or repaid within twenty eight (28) days from the notice of

termination. 46.4 If the Contractor has terminated the Contract under GCC Clauses 17 or 18 the Procuring Entity

shall promptly return the Performance Security to the Contractor. 47.0 EXTENSION OF CONTRACT TIME 47.1 Should the amount of additional work of any kind or other special circumstances of any kind

whatsoever occur such as to fairly entitle the Contractor to an extension of contract time, the Procuring Entity shall determine the amount of such extension; provided that the Procuring Entity is not bound to take into account any claim for an extension of time unless the Contractor has, prior to the expiration of the contract time and within thirty (30) calendar days after such

Page 153: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 25 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

work has been commenced or after the circumstances leading to such claim have arisen, delivered to the Procuring Entity notices in order that it could have investigated them at that time. Failure to provide such notice shall constitute a waiver by the Contractor of any claim. Upon receipt of full and detailed particulars, the Procuring Entity shall examine the facts and extent of the delay and shall extend the contract time completing the contract work when, in the Procuring Entity’s opinion, the findings of facts justify an extension.

47.2 No extension of contract time shall be granted the Contractor due to (a) ordinary unfavorable weather conditions and (b) inexcusable failure or negligence of Contractor to provide the required equipment, supplies or materials.

47.3 Extension of contract time may be granted only when the affected activities fall within the

critical path of the PERT/CPM network. 47.4 No extension of contract time shall be granted when the reason given to support the request for

extension was already considered in the determination of the original contract time during the conduct of detailed engineering and in the preparation of the contract documents as agreed upon by the parties before contract perfection.

47.5 Extension of contract time shall be granted for rainy/unworkable days considered unfavorable

for the prosecution of the works at the site, based on the actual conditions obtained at the site, in excess of the number of rainy/unworkable days pre-determined by the Procuring Entity in relation to the original contract time during the conduct of detailed engineering and in the preparation of the contract documents as agreed upon by the parties before contract perfection, and/or for equivalent period of delay due to major calamities such as exceptionally destructive typhoons, floods and earthquakes, and epidemics, and for causes such as non-delivery on time of materials, working drawings, or written information to be furnished by the Procuring Entity, non-acquisition of permit to enter private properties within the right-of-way resulting in complete paralyzation of construction activities, and other meritorious causes as determined by the Procuring Entity’s Representative and approved by the Head of the Procuring Entity. Shortage of construction materials, general labor strikes, and peace and order problems that disrupt construction operations through no fault of the Contractor may be considered as additional grounds for extension of contract time provided they are publicly felt and certified by appropriate government agencies such as DTI, DOLE, DILG, and DND, among others. The written consent of bondsmen must be attached to any request of the Contractor for extension of contract time and submitted to the Procuring Entity for consideration and the validity of the Performance Security shall be correspondingly extended.

48.0 PRICE ADJUSTMENT

Except for extraordinary circumstances as determined by NEDA and approved by the GPPB, no price adjustment shall be allowed unless otherwise specified in the SCC.

49.0 COMPLETION

The Contractor shall request the Procuring Entity’s Representative to issue a certificate of Completion of the Works, and the Procuring Entity’s Representative will do so upon deciding that the work is completed.

Page 154: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00700 GEN CON CONTRACT 03/12/2014 Page 00700 - 26 of 26

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

50.0 TAKING OVER

The Procuring Entity shall take over the Site and the Works within seven (7) days from the date the Procuring Entity’s Representative issues a certificate of Completion.

51.0 OPERATING AND MAINTENANCE MANUALS 51.1 As built” Drawings and/or operating and maintenance manuals are required, the Contractor

shall supply them by the dates stated in the SCC.

51.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the SCC, or they do not receive the Procuring Entity’s Representative’s approval, the Procuring Entity’s Representative shall withhold the amount stated in the SCC from payments due to the Contractor.

END OF SECTION 00700

Page 155: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00800 SPECIAL CON CONTRACT 03/12/2014 Page 00800 - 1 of 6

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

SECTION 00800 SPECIAL CONDITIONS OF CONTRACT

GCC Clause 1.16 The Intended Completion Date is ________ ___, 2016,

which is Nine Hundred Ten (910) plus seven (7) calendar days from the day the Contractor is expected to receive the Notice to Proceed.

1.21 The Procuring Entity is the University of the Philippines Manila.

1.22 The Procuring Entity’s Representative is:

Elsie San Diego Secretariat of the UP Manila Special Bids and Awards Committee 8/F Central Block Building UP-PGH Compound, Taft Avenue, Manila Telephone: (02) 526-6118 Email: [email protected]

1.23 The Site is located in the University of the Philippines, Manila Campus along 635

Pedro Gil Street, Ermita, Manila and is defined in Project Manual Volume 2 TOR Annex 1.

1.27 The Start Date is seven (7) calendar days upon receipt by the Contractor of Notice To Proceed.

1.30 The Works consists of:

Part I. Design Phase

1) Geodetic Survey 2) Soil Foundation Investigation 3) Architecture & Engineering (A&E) Design Development Plans, Elevations

and Sections 4) Detailed Architectural Designs and Plans (e.g. exterior glass curtain wall

details for energy savings, thermal and moisture protection) 5) Detailed Architectural Interior Designs and Plans 6) Detailed Laboratory Planning, Furnishing and Equipment Plans for BSL-2,

BSL3, ABSL-2 and ABSL-3 spaces indicated in Schematic Design Plans prepared by the End User: - Sheet series showing: (i) Locations of special laboratories and animal research rooms which

shall be tested for room integrity and relative pressurization to meet the standards of work in biosafety level 3 (BSL-3), animal biosafety level 2 and 3 (ABSL-2 and ABSL-3) containment.

Page 156: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00800 SPECIAL CON CONTRACT 03/12/2014 Page 00800 - 2 of 6

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(ii) large laboratory equipment which require depressed slabs, dedicated building utilities, and special design details

(iii) Details for penetrations in walls, ceilings and floors by lighting, plumbing, exhaust and decontamination devices.

(iv) Sections through the laboratories to show coordination with the work of other trades

(v) Kit of parts and schedules of laboratory equipment and casework 7) Detailed Furnishing Plans

- As allowed by the budget which indicate casework and base building equipment that shall be Contractor Furnished / Contractor Installed (CFCI)

8) Detailed Site/Civil Landscape Architectural Designs and Plans 9) Detailed Site and Building Engineering Designs and Plans

(i) Structural (ii) Sanitary/Plumbing (iii) Electrical (iv) Electrical Auxiliaries (v) Mechanical Ventilation, BMS/ BAS Systems (vi) Public Address Systems (vii) Conveying System: Elevators

10) Detailed Estimates, Bill of Quantities 11) Scope of Works and Technical Specifications 12) Proposed Design and Construction Schedule 13) Health and Safety Program for the Construction Phase

Part II. Construction Phase

1) General Requirements (i) Permit to Construct (ii) Permits (Building Permit, Electrical Permit, Sanitary Permit,

Mechanical Permit, Zoning Permit, Fire Safety Permit, etc.) (iii) Project Billboard

2) Temporary Facilities and Facilities for the Engineer 3) Earth Works 4) Structural Works 5) Architectural and Laboratory Furnishing Works 6) Site and Landscape Architectural Works 7) Sanitary/Plumbing Works 8) Electrical Works 9) Electrical Auxiliaries Works 10) Architectural Interior Design Works 11) Engineered Mechanical Building Utilities and Ventilation Systems 12) Wayfinding, Laboratory Hazard and Room Signage Systems 13) Quality Assurance: Mock-ups that represent the completely finished and

furnished rooms or building components shall be constructed by the Contractor and approved by the End User (NIH) prior to starting all other work. Room areas to be presented shall be no larger than 6.00 square meters unless otherwise noted. Once the mock-up is accepted, the work can be considered part of the construction work.

Page 157: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00800 SPECIAL CON CONTRACT 03/12/2014 Page 00800 - 3 of 6

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

(i) Typical Lobby waiting area and entry (ii) Typical Institute Director’s Office (iii) Typical Open Laboratory (20 square meters) (iv) Typical BSL-2 Room (20 square meters) (v) Typical mechanical penthouse room (vi) Typical toilet room

2.2 Completion of the works is within Nine Hundred Ten (910) calendar days,

beginning seven (7) calendar days from the issuance of the Notice to Proceed.

5.1 The Procuring Entity shall give possession of all parts of the Site to the Contractor upon issuance of NTP.

6.5 The Contractor shall commission/employ the following Key Personnel for Detail Design Development/Construction Contract Documents and Construction:

1. (1) Architect, 2. (1) Interior Designer 3. (1) Laboratory / Healthcare Planner 4. (1) Structural Engineer, 5. (1) Sanitary Engineer, 6. (1) Electrical Engineer, 7. (1) Mechanical Engineer, 8. (1) Mechanical Controls Engineer 9. (1) Fire Protection and Safety Engineer, 10. (1) Landscape Architect 11. (1) Project Manager 12. (1) Project Engineer 13. (1) Resident Engineer 14. (1) Materials Engineer, 15. (1) General Foreman 16. (1) Quantity Surveyor / Quantity Cost Estimator

* Note: Each key position shall be played by a different person. Unless the professional personnel are licensed and certified to serve in the dual capacity – subject to approval.

7.1 No further instructions. 7.4(c) No further instructions.

8.1 The Contractor may subcontract Specialty Works only, such as, but not limited to, the following:

1. Plumbing works 2. Electrical works 3. Mechanical works 4. Fire Protection 5. Laboratory Fixtures and Fit-outs (benches, cabinets, sinks, emergency

showers, etc.)

Page 158: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00800 SPECIAL CON CONTRACT 03/12/2014 Page 00800 - 4 of 6

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

Provided, that the Contractor does not subcontract the whole Works, including architectural and structural works. Provided further, that the Contractor does not subcontract more than 40% of the Works.

9.1 The applicable liquidated damages is at least one tenth (1/10) of one percent of the cost of the unperformed portion for every day of delay. The maximum deduction shall be ten percent (10%) of the amount of the contract, the Procuring Entity shall rescind the contract, without prejudice to other courses of action and remedies open to it.

10.0 The Site Investigation Reports are:

1. Geodetic Survey 2. Soil Foundation Investigation Report 3. Location and Invert Elevations of Existing Utilities.

12.5 Fifteen (15) years. 13.0 “All partners to the joint venture shall be jointly and severally liable to the

Procuring Entity.”

21.2 The Arbiter is:

Construction Industry Authority of the Philippines 2/F & 5/F, Executive Center Bldg. 369 Gil Puyat Ave., cor. Makati Ave., Makati City Tel. Nos.: (+632) 895.4424 / 895.6826 Fax No.: (+632) 897.9336 E-mail: [email protected]

21.3 No further instructions. 26.1 The following shall be Compensation Events:

(a) The Procuring Entity does not give access to a part of the Site by the Site

Possession Date stated in SCC Clause 5.1. (b) The Procuring Entity modifies the Schedule of Other Contractors in a way that

affects the work of the Contractor under the Contract. (c) The Procuring Entity’s Representative orders a delay or does not issue

Drawings, Specifications, or instructions required for execution of the Works on time.

(d) The Procuring Entity’s Representative instructs the Contractor to uncover or to carry out additional tests upon work, which is then found to have no Defects.

(e) The Procuring Entity’s Representative unreasonably does not approve a subcontract to be let.

(f) Ground conditions are substantially more adverse than could reasonably have been assumed before issuance of the Letter of Acceptance from the information issued to Bidders (including the Site Investigation Reports), from

Page 159: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00800 SPECIAL CON CONTRACT 03/12/2014 Page 00800 - 5 of 6

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

information available publicly and from a visual inspection of the Site. (g) The Procuring Entity’s Representative gives an instruction for dealing with an

unforeseen condition, caused by the Procuring Entity or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities, or the Procuring Entity does not work within the dates and other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed. (j) The effects on the Contractor of any of the Procuring Entity’s Risks. (k) The Procuring Entity’s Representative unreasonably delays issuing a

Certificate of Completion. (l) Other Compensation Events described in the Contract or determined by the

Procuring Entity’s Representative shall apply.

As soon as information demonstrating the effect of each Compensation Event upon the Contractor’s forecast cost has been provided by the Contractor, it shall be assessed by the Procuring Entity’s Representative, and the Contract Price shall be adjusted accordingly. If the Contractor’s forecast is deemed unreasonable, the Procuring Entity’s Representative shall adjust the Contract Price based on the Procuring Entity’s Representative’s own forecast. The Procuring Entity’s Representative will assume that the Contractor will react competently and promptly to the event. The Contractor shall not be entitled to compensation to the extent that the Procuring Entity’s interests are adversely affected by the Contractor’s not having given early warning or not having cooperated with the Procuring Entity’s Representative.

29.1 No dayworks are applicable to the contract.

31.1 The Contractor shall submit the Program of Work to the Procuring Entity’s Representative within ten (10) days of delivery of the Letter of Acceptance.

31.3 The period between Program of Work updates is Thirty (30)days. The amount to be withheld for late submission of an updated Program of Work is 1/50 of 1% of contract value.

34.3 The Funding Source is the Fiscal Year 2013 (FY 2013) General Appropriations Act (GAA) of the Republic of the Philippines, Department of Budget and Management.

37.1 No further instructions. 39.1 The amount of the advance payment is Fifteen percent (15%) of the Contract

Value and can be availed of upon the submission and receipt of a request for the release of the advance payment after the issuance of the Notice to Proceed (NTP) and posting of an irrevocable letter of credit in favor of the procuring entity.

Page 160: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH CONTRACT REQUIREMENTS 00800 SPECIAL CON CONTRACT 03/12/2014 Page 00800 - 6 of 6

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

40.1 No further instructions. 40.3 No further instructions. 42.2 No further instructions. 48.0 No further instructions. 51.1 The date by which “as built” drawings are required is ten (10) calendar days after

issuance of final acceptance. Electronic versions of the As Built documents shall be in PDF and original design software formats.

51.2 The amount to be withheld for failing to produce “as built” drawings and/or operating and maintenance manuals by the date required is 1/50 of 1% of contract value.

END OF SECTION 00800

Page 161: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX FORM 1 03/12/2014 Form 1 Page - 1 of 1

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

ANNEX 1 FORM 1 PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES The Special Bids and Awards Committee (SBAC) UNIVERSITY OF THE PHILIPPINES Subject: PREQUALIFICATION OF PROPONENTS FOR THE BIDDING FOR THE

DESIGN AND CONSTRUCTION OF A NEW BUILDING FOR THE NATIONAL INSTITUTES OF HEALTH

Gentlemen: In accordance with your invitation to prequalify for the above subject property, and pursuant to all conditions thereof, and of your Terms of Reference and related documents which so far as they are related to this application are made parts thereof, we make this application with full knowledge of the requirements. If said application is accepted, we, after receiving notice of being shortlisted, shall commit to submit the proposal to become a qualified bidder of the University of the Philippines. We understand that the University reserves the right to reject any or all applications or to waive any required condition, term or formality thereon and to shortlist proponents whose proposals as evaluated, are deemed most advantageous to the University. We hereby certify that we have prepared, checked and reviewed the documents before we submit this proposal. Submitted by: (Name and Signature) _________________________________________ Address: ________________________________________________________________ Authorized representative, if any (Name and Signature, please enclose letter of authority) _____________________________________________________________________________ Title/Position:________________________________________________________________ Date: ______________________

END OF ANNEX 1

Page 162: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX FORM 2 03/12/2014 Form 2 Page - 1 of 1

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

ANNEX 2 FORM 2 PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES

F I R M / AF F I L I A T E (S) NAME YEAR ESTABLISHED COUNTRY TYPE FIRM’S NET WORTH

AS OF DECEMBER 31, 2012

FIRM AFFILIATE FIRM (S) CONTACT PERSON/BUSINESS ADDRESS TEL./FAX NOS./E-MAIL/INTERNET ADDRESS OF FIRM AND AFFILIATE

NARRATIVE DESCRIPTION OF FIRM AND AFFILIATE (Please describe nature of activities of firm and affiliates. Use other sheets if necessary.)

END OF ANNEX 2

Page 163: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX FORM 3 03/12/2014 Form 3 Page - 1 of 1

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

ANNEX 3 FORM 3 PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES

FIRM’S INVOLVEMENT IN PREVIOUS/ONGOING PROJECTS OF SIMILAR UNDERTAKING

(Year 2000 to 2013) Project Name & Location/

Description

Services Provided/

Contractor’s Role

Client’s Name/

Address/ Tel. No./ Contact

Person

Project Size Contract Value Contract Duration Status To Date Area

in SQM.

No. of Storeys

Upon Award

Upon Completion

Original Contract Duration

Start Date

Completion Date

(Use additional sheets if necessary)

END OF ANNEX 3

Page 164: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX FORM 4 CHECKLISTDOCS 03/12/2014 Form 4 Page - 1 of 5

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

ANNEX 4 CHECKLIST OF ELIGIBILITY, TECHNICAL AND FINANCIAL DOCUMENTS PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES A. ENVELOPE NO. 1: ELIGIBILITY AND TECHNICAL COMPONENTS

ELIGIBILITY DOCUMENTS Name of Contractor

Class “A” Documents Legal Eligibility Documents

1 Registration certificate from the Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives.

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, as finally reviewed and approved by the BIR

Technical Eligibility Documents 3 Form 3: Relevant Experience (PBD Annex 3)

Statement of all ongoing and completed government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature or complexity to the contract to be bid, from 2000 to 2013. - The statement shall include, for each contract, the following:

a. Name and location of the contract; b. Date of the contract; c. Contract duration; d. Owner’s name and address; e. Nature of work; f. Project size (area in sq.m.) and number of stories; g. Contractor’s role (whether sole contractor, subcontractor, or partner

in a JV) and percentage of participation; h. Total contract value at award; i. Date of completion or estimated completion time; j. Total contract value at completion, if applicable; k. Percentages of planned and actual accomplishments, if applicable; l. Value of outstanding works, if applicable;

- The statement shall be supported by the notices of award and/or notices to proceed issued by the owners.

- The statement shall be supported by the Contract of Agreement of each project.

Page 165: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX FORM 4 CHECKLISTDOCS 03/12/2014 Form 4 Page - 2 of 5

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

- The statement shall be supported by the Constructors Performance Evaluation System (CPES) rating sheets, and/or certificates of completion and owner’s acceptance, if applicable.

- The prospective bidder should have successfully undertaken and completed similar design and construction projects/contracts costing at least 50% of the ABC from 2000 to 2013.

4 Valid Philippine Contractors Accreditation Board (PCAB) license and registration for the type and cost of the contract for this Project. - PCAB License Category AAA required.

Financial Eligibility Documents 5 Audited financial statements, showing, among others, the 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.

6 NFCC computation or a Commitment from a Universal or Commercial Bank to extend a credit line in its favor if awarded the contract for this project (CLC), which must be at least equal to ten percent (10%) of the ABC.

Class “B” Documents 7 Valid joint venture agreement (JVA), in case the joint venture is already in

existence. In the absence of a JVA, duly notarized statements from all the potential join venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful shall be included in the bid. Failure to enter into a joint venture in the event of a contract award shall be ground for the forfeiture of the bid security. Each partner of the joint venture shall submit the legal eligibility documents. The submission of technical and financial eligibility documents by any of the joint venture partners constitutes compliance.

Additional Documents Required by U.P. 8 Affidavit of Site Inspection (see Project Manual Volume 1 Section 00250) or

Certificate as issued by the UP Manila CPDMO

9 UP Questionnaire 10 Form 1: Letter of Application/ Letter of Intent (PBD Annex 1)

a. Name, address and signature of proponent b. Name, title/position and signature of authorized representative

11 Form 2: Information on Bidding Form (PBD Annex 2) a. Name, business address, contact person(s), email address and

telephone/fax numbers of the firm b. Year established, country, type c. Firm’s net worth as of December 31, 2012, or as of the end of the

company’s last fiscal year d. Narrative description of the firm e. Append: Information on the key officials of the firm (i.e. President, Vice-

President, CEO, Members of the Board of Directors) f. Append: Copies of Business Papers – BIR-issued Tax Clearance

TECHNICAL DOCUMENTS Name of Contractor

1 Bid Security (Cash, Manager’s Check or Cashier’s Check issued by a reputable commercial or universal bank OR bank draft/guarantee or an irrevocable letter of credit issued by a foreign bank, accompanied by a confirmation from a Universal or Commercial Bank)

Page 166: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX FORM 4 CHECKLISTDOCS 03/12/2014 Form 4 Page - 3 of 5

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

2 Duly signed Contract Organizational Chart for the contract to be bid (One for Design and one for Construction).

3 Duly signed List of Contractor’s Key Personnel: For Design (viz, Architects and/or Interior Designers, All Design Engineers and Associates); For Construction (viz, Project Manager, Project Engineers, Materials Engineers, and Foremen), to be assigned to the contract to be bid, with their complete qualification and experience data.

4 Duly signed List of Contractor’s Equipment Pledged to the Contract (owned, leased and/or under purchase agreement) supported by certification of availability of equipment from the equipment lessor/vendor for the duration of the project.

5 Sworn Statement by the Bidder or its duly authorized representatives in the form prescribed by the GPPB (see Project Manual Volume 1 Section 00420. Omnibus Sworn Statement) in accordance with Section 25.2(b)(iv) of the IRR of RA 9184.

6 Design Proposal Requirements: i Project Brief, comprehensively describing the architecture and engineering

concepts of the proposed facility, including the following: a. Sustainable building and development concepts as recommended in

the rating system of the US Green Building Council for Leadership in Environmental Excellence (Bidders will not be evaluated based on the US LEED requirement rating system);

b. Safe building and resilient design concepts in response to climate change;

c. Energy savings concepts through day lighting, electric lighting, and monitoring of power consumption;

d. Ventilation and thermal comfort concepts; e. Occupational hazards and environmental health concepts; f. Site development and building design & technology concepts that

can accommodate changes in staff organization and composition; g. Laboratory engineering concepts:

- Separate ventilation systems for non-laboratory areas, BSL-2 laboratories and BSL-3 laboratory areas as recommended by the BMBL 5th edition

- Separate plumbing systems for animal care and containment areas

- Addressing increased risks in laboratories when staff are working in BSL-3, ABSL-2 and ABSL-3 environments

h. Strategies to protect the existing historical Dita tree; i. Other applicable concepts.

ii Design Developed Architectural Plans: a. Complete Architectural Floor Plans b. Four (4) Elevations (indicate facade finishes) c. Two (2) Sections (add as deemed necessary) d. Historical and cultural context of building

iii Design Developed Structural Plans: a. Over all structural concept of building b. Foundation system c. Floor framing plans d. Seismic design concepts e. Anti-vibration system to separate the LRT vibration and electro-

mechanical machine vibration from laboratory works

Page 167: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX FORM 4 CHECKLISTDOCS 03/12/2014 Form 4 Page - 4 of 5

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

iv Site Development Plan and Landscape Architectural Plans showing landscape elements and details

v Architectural Interiors Occupancy Plans and Details vi Typical Laboratory Module Plan and Details:

a. Plans showing complete details of the laboratory module b. Material Specifications

vii Auditorium Section showing construction of rake and sight lines viii Design Developed Engineering Utility Plans:

a. Plans identifying the Utility Tapping Points - Power, Sewer, Water, Drainage, Telecommunications, Internet

with Wi-Fi, Campus ISP, Cable TV/MATV/CCTV, etc. b. Schematic diagrams of all utility systems

- Ventilation and Air Conditioning - Electrical Power Distribution and Control Circuits - Lighting - Water Supply and Sewerage - Fire Protection

c. Schematic diagrams for flooding and water penetration in building envelope - Flood mitigation at areas below base flood elevation - Basement floor/wall water penetration - Building cladding water penetration - Roof deck/roof water penetration - Other areas

ix Rendered Exterior and Interior Perspectives: a. Exterior perspectives

- Aerial view - Man‘s view - Other views

b. Interior perspectives - Main lobby - Typical Animal Laboratories/Laboratories - Auditorium - Typical Executive/Institute Director’s Office - Typical Staff Office - Typical Conference Room - Typical Lobby and Corridor - Other views

x Summary of Materials, Finishes and Equipment a. Summary of Specifications Sections 1-16 b. Materials Supplier/Manufacturer Listing (indicate brand names),

especially of the following items: - Exterior glazing - Building cladding - Laboratory counter - Air conditioning system - Generator set - Pumps

c. Subcontractor Listing for the following Works: - Laboratory Fixtures and Fit-Outs - Plumbing Works - Electrical Works - Mechanical Works

Page 168: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX FORM 4 CHECKLISTDOCS 03/12/2014 Form 4 Page - 5 of 5

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

- Fire Protection xi Phasing Plan describing or showing areas of termination xii Schedule of Design and Construction Works in PERT/CPM xiii Summary Code Review for Architecture, Engineering and Fire Codes xiv CD/DVD containing

a. PDF copy of all Design Proposal Requirements b. All files and materials used during Oral Presentation

B. ENVELOPE NO. 2: FINANCIAL COMPONENT

FINANCIAL DOCUMENTS Name of Contractor

1 Duly signed Financial Bid Form in accordance with the form prescribed in

Section 00400. Bid Proposal Form. 2 Duly accomplished Bill of Quantities 3 Detailed Estimates showing the derivation of unit prices used in the Bill of

Quantities. 4 Summary sheet indicating the unit costs of construction materials, labor rates

and equipment rentals.

IMPORTANT INSTRUCTIONS TO THE BIDDERS/SUPPLIERS UPON SUBMISSION OF BID DOCUMENTS · The prospective bidders shall submit their bids through their duly authorized representative/s using

the prescribed forms specified in the bidding documents in two (2) separate sealed bid envelopes (three (3) copies of Eligibility and Technical Documents and three (3) copies of Financial Documents), which shall be submitted simultaneously on or before the bidding date, place and time. Late submission of bid documents will not be accepted or marked late by the Secretariat of the UP Manila Special Bids and Awards Committee.

· The UP Special Bids and Awards Committee will adopt the PASS or FAIL Policy as stated in the Implementing Rules and Regulations of RA 9184.

· All photocopied documents should be marked “certified photocopy/certified true copy of the original/certified Xerox copy” with corresponding signature of authorized representative or official of the suppliers/prospective bidders.

· In order to facilitate efficiency in evaluating all the documents submitted by the prospective bidder/suppliers, we encourage all prospective bidder/s to put tabs in all documents to be submitted with the same number as indicated in this Eligibility, Technical and Financial Documents Checklist.

· The payee for the Cashier’s Check or Manager’s Checks, or Irrevocable Letter of Credit is University of the Philippines Manila;

· The UP Manila Special Bids and Awards Committee reserve the right to accept or reject any bid and to annul the bidding process and reject bids any time prior to contract award, without thereby incurring any liabilities to the affected bidders and to waive any required formalities therein and to award the contract to the bidder whose proposal is evaluated is most dangerous to the University.

END OF ANNEX 5

Page 169: 2014 NIH Philippine Bidding Documents.pdf

University of the Philippines Manila NATIONAL INSTITUTES OF HEALTH 1 Pre-Contract Questionnaire

University of the Philippines Manila The Health Sciences Center

QUESTIONNAIRE FOR PROSPECTIVE BIDDERS (additional requirement for eligibility)

1. Have you ever participated in any bidding in the University of the

Philippines System?

If YES, fill up the table below. Use additional pages if necessary. Constituent

University / UP Campus

Name of Project Amount of Project

Duration Start / End (DATES)

Status (On-going / Completed)

2. Has your company ever been suspended or blacklisted by the

University of the Philippines System?

If YES, fill up the table below. Use additional pages if necessary.

Constituent University / UP

Campus

Name of Project Reason for suspension / blacklisting Status (On-going / Lifted)

Page 170: 2014 NIH Philippine Bidding Documents.pdf

University of the Philippines Manila NATIONAL INSTITUTES OF HEALTH 2 Pre-Contract Questionnaire

3. Has your company ever been suspended or blacklisted by any

government agency or private company?

If YES, fill up the table below. Use additional pages if necessary.

Name of Government Agency

/ Company

Name of Project Reason for suspension/blacklisting Status (On going / lifted)

4. Has there ever been any project of your company in the University of

the Philippines that was terminated by Administration?

If YES, fill up the table below. Use additional pages if necessary.

Constituent University / UP

Campus

Name of Project Reason for Termination Date of Termination

5. Do you certify that all the documents submitted by your company and

personnel are authentic?

Page 171: 2014 NIH Philippine Bidding Documents.pdf

University of the Philippines Manila NATIONAL INSTITUTES OF HEALTH 3 Pre-Contract Questionnaire

6. Is there any pending investigation and/or case filed against your company or your personnel in any court or any similar institutions in relation to any government contracts awarded to your company? In relation to practice of profession of any of your personnel?

If YES, fill up the table below. Use additional pages if necessary.

For Company

Case Filed Where Filed Date Filed Status (On-going / Resolved)

Remarks

For Personnel

Name of Personnel & Designation

Case Filed Where Filed Date Filed Status (On-going / Resolved)

Remarks

Page 172: 2014 NIH Philippine Bidding Documents.pdf

University of the Philippines Manila NATIONAL INSTITUTES OF HEALTH 4 Pre-Contract Questionnaire

7. CONSTRUCTION EXPERIENCE

Identify three technical, administrative, weather-related or political challenges that your company or project team may have encountered as the Contractor for the SLC or any of the projects listed as ongoing or past experience. How was the challenge or problem resolved? Your narrative should describe the contract responsibility, the problem and how the past experience will benefit the NIH Building project. Please use additional pages as needed.

Project Challenge 1: ___________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ Project Challenge 2: ___________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ Project Challenge 3: ___________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________

I hereby certify that all statements and information provided herein are complete, true and correct. Name and signature of Bidder : ___________________________________________

Authorized Representative : ___________________________________________

Official Designation : ___________________________________________

Company : ___________________________________________

Date : ___________________________________________

Page 173: 2014 NIH Philippine Bidding Documents.pdf
Page 174: 2014 NIH Philippine Bidding Documents.pdf
Page 175: 2014 NIH Philippine Bidding Documents.pdf
Page 176: 2014 NIH Philippine Bidding Documents.pdf
Page 177: 2014 NIH Philippine Bidding Documents.pdf
Page 178: 2014 NIH Philippine Bidding Documents.pdf
Page 179: 2014 NIH Philippine Bidding Documents.pdf
Page 180: 2014 NIH Philippine Bidding Documents.pdf
Page 181: 2014 NIH Philippine Bidding Documents.pdf
Page 182: 2014 NIH Philippine Bidding Documents.pdf
Page 183: 2014 NIH Philippine Bidding Documents.pdf
Page 184: 2014 NIH Philippine Bidding Documents.pdf
Page 185: 2014 NIH Philippine Bidding Documents.pdf
Page 186: 2014 NIH Philippine Bidding Documents.pdf
Page 187: 2014 NIH Philippine Bidding Documents.pdf
Page 188: 2014 NIH Philippine Bidding Documents.pdf
Page 189: 2014 NIH Philippine Bidding Documents.pdf
Page 190: 2014 NIH Philippine Bidding Documents.pdf
Page 191: 2014 NIH Philippine Bidding Documents.pdf
Page 192: 2014 NIH Philippine Bidding Documents.pdf
Page 193: 2014 NIH Philippine Bidding Documents.pdf
Page 194: 2014 NIH Philippine Bidding Documents.pdf

Laboratory Planning

NATIONAL INSTITUTES OF HEALTH Utility Legend Specialty Gases Legend

Institute of Molecular Biology and Biotechnology SP = Special Plug Type PW = Purified Water HE = Helium G1 = CO2

EP = Emergency Power CA = Compressed Air N2 = Nitrogen G2 = Natural Gas

UPS = Uninterruptible Power VAC = Vacuum ChW = Chilled Water G3 = O2

ALR = Alarm EXH = Local Exhaust CS = Clean Steam G4 = Suction (Patient Care)

width: left to right CW = Cold Water HV = High Vacuum STM = Steam G5 =

depth: front to back HW = Hot Water

Laboratory Equipment Do not include clearances; Describe required clearances in remarks.

ExtgEq No. Description Qty Fut Loc W D H Volts Amps Watts Phase SP EP UPS ALR CW HW PW CA VAC EXH HV HE N2 ChW CS STM G1 G2 G3 G4 G5

11 PCR cabinet 2 FMolecular research lab 1 (F)1379.22 793 1568 220 6 x2 Real time PCR 2 FMolecular research lab 2 (B)330 460 200 250 8 x x3 Real time PCR 1 FMolecular research lab 2(B)397 420 288 250 8 x x4 Real time PCR 1Molecular research lab 2 (B)340 450 490 250 8 x x5 PCR machine 2 FMolecular research lab 2 (B)330 460 200 230 8 x x6 PCR machine 1 FMolecular research lab 2 (B)330 262 220 230 8 x x7 DNA electrophoresis set up 2 FMolecular research lab 2 (B)300 300 50 230 8 x x8 PFGE 1 FMolecular research lab 2 (B)200 200 50 220 4 x x9 Gel documentation apparatus 1 FMolecular research lab 2 (B)750 750 1000 230 6

10 PCR cabinet 2 FMolecular research lab 3 (B)1379.22 793 1568 220 6 x11 Computer server 1 FServer room (B)440 712 173 220 10 x x x x12 Computer cluster (10 dekstop computers 10 FServer room (B)750 750 100 220 10 x x x x13 ultralow freezers 3 FCold storage room (F)643 584 1310 220 12 x x x x14 Freezers (-20oC) 3 FCold storage room (F)750 750 1200 220 10 x x x x15 Pharmaceutical refirgerator 3 FCold storage room (F)750 750 1200 220 10 x x x x16 Benchtop Sequencer 1 FMolecular research lab 3 (B)686 563 523 220 10 x x x x17 Mass Spectrometer 1 FMass spec room x x x x18 High pressure liquid chromatograph 2 FMolecular research lab 4 (B)750 600 1000 220 10 x x x x19 Fumehood 1 F Molecular research lab 4 (B)1830 843 1500 220 5 x x20 Biosafety cabinet 2 FMicrobiology lab BSL2 (F)2006 812 2717 220 8 x x21 Upright autoclave 1 FMicrobiology lab BSL2 (F)750 750 1400 220 12 x x x22 Lyophilizer for bacterial cultures 1 FMicrobiology lab BSL2 (F) x x23 Lyophilizer for PCR mix 1 FMolecular research lab 1 (B)1500 600 1300 220 12 x x x24 Biosafety cabinet level 2 1 FMicrobiology lab BSL2 (F)1972 835 1530 x x25 Passthrough autoclave 1 FMicrobiology lab BSL3 (F)700 700 400 220 12 x x26 Incubator 4 FMicrobiology lab BSL2 (B)470 260 415 x x27 ultralow freezer 1 FMicrobiology lab BSL3 (F)643 584 1310 220 12 x x x x28 Freezers (-20oC) 1 FMicrobiology lab BSL3 (F)750 750 1200 220 10 x x x x29 Pharmaceutical refrigerator 1 FMicrobiology lab BSL3 (F)750 750 1200 220 10 x x x x30 Biosafety cabinet level 3 1 FMicrobiology lab BSL3 (F)1972 835 1530 220 10 x x

Dimensions (mm) Electrical Utilities and Gases

National Institutes of HealthUniversity of the Philippines Manila 11/8/2013 Page 1 of 2

Page 195: 2014 NIH Philippine Bidding Documents.pdf

Laboratory Planning

NATIONAL INSTITUTES OF HEALTH Utility Legend Specialty Gases Legend

Institute of Molecular Biology and Biotechnology SP = Special Plug Type PW = Purified Water HE = Helium G1 = CO2

EP = Emergency Power CA = Compressed Air N2 = Nitrogen G2 = Natural Gas

UPS = Uninterruptible Power VAC = Vacuum ChW = Chilled Water G3 = O2

ALR = Alarm EXH = Local Exhaust CS = Clean Steam G4 = Suction (Patient Care)

width: left to right CW = Cold Water HV = High Vacuum STM = Steam G5 =

depth: front to back HW = Hot Water

Laboratory Equipment Do not include clearances; Describe required clearances in remarks.

ExtgEq No. Description Qty Fut Loc W D H Volts Amps Watts Phase SP EP UPS ALR CW HW PW CA VAC EXH HV HE N2 ChW CS STM G1 G2 G3 G4 G5

Dimensions (mm) Electrical Utilities and Gases

31 Inverted microscope 1 FTissue Culture lab x x32 Multimode plate reader 1 FTissue Culture lab x x33 digital circulating water bath 1 FMicrobiology lab BSL2 (B)510 1140 300 220 8 x x34 digital circulating water bath 1 FMicrobiology lab BSL3 (B)510 1140 300 220 8 x x35 digital circulating water bath 1 FTissue culture lab510 1140 300 220 8 x x36 CO2 incubator 1 FTissue Culture lab470 260 415 220 8 x x x37 Biosafety cabinet level 2 1 FTissue Culture lab1972 835 1530 220 8 x x38 Biosafety cabinet level 2 1 FExtraction section1972 835 1530 220 8 x x39 digital circulating water bath 1 FExtraction section510 1140 300 220 8 x x40 Liquid handling machine 1 FMolecular research lab 1 (B)1340 876 345 220 5

National Institutes of HealthUniversity of the Philippines Manila 11/8/2013 Page 2 of 2

Page 196: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH - UP MANILA Location Utility Legend Specialty Gases Legend

Institute of Herbal Medicine B Benchtop SP = Special Plug Type PW = Purified Water HE = Helium G1 = CO2

Laboratory Equipment F Floor standing: incl self-mounted on cart EP = Emergency Power CA = Compressed Air N2 = Nitrogen G2 = Natural Gas

W Wall Mounted UPS = Uninterruptible Power VAC = Vacuum ChW = Chilled Water G3 = O2

ALR = Alarm EXH = Local Exhaust CS = Clean Steam G4 = Suction (Patient Care)

width: left to right CW = Cold Water HV = High Vacuum STM = Steam G5 =

depth: front to back HW = Hot WaterDo not include clearances; Describe required clearances in remarks.

ExistingEq No. Description Qty Future Loc W D H Volts Amps Watts Phase SP EP UPS ALR CW HW PW CA VAC EXH HV HE N2 ChW CS STM G1 G2 G3 G4

1 1 Chest Freezer 1 E F 940 640 900 220 x x x x x x x x x x x x x x x x x x x1 2 Upright Freezer 1 E F 530 610 1250 230 12 3 Mill 1 E F 640 600 1140 220 7 1000 x x x x x x x Y Y x x x x x x x x x x3 4 Freeze-Dryer 1 F F 740 600 965 220 1500 single x x x x x x x x x x x x x x x x x x4 5 Tabletting Machine 1 F F5 6 Filling Machine 1 F B6 7 Vegetable Drying Machine 2 F F7 8a Rotary Evaporator 1 F B 385 335 610 220 50 x x x x x x x x x x x x x x x x x x x8 8b Digital Water Bath 1 F B 260 260 240 230 1000 x x x x x x x x x x x x x x x x x x x9 8c Vacuum Pump 1 F B 172 352 223 230 150 x x x x x x x x x x x x x x x x x x x10 8d Recirculating Cooler 1 F B 206 401 540 230 x x x x x x x x x x x x x x x x x x11 Drying Oven 1 E F 970 1010 1800 230 x x x x x x x x Y x x x x x x x x x x12 Polygraph 1 E 585 788 1680 220

Dimensions (mm) Electrical Utilities and Gases

National Institutes of HealthUniversity of the Philippines Manila 11/8/2013 Page 1 of 2

Page 197: 2014 NIH Philippine Bidding Documents.pdf

Suction (Patient Care)

G5

x

xx

xxxxx

Utilities and Gases

National Institutes of HealthUniversity of the Philippines Manila 11/8/2013 Page 2 of 2

Page 198: 2014 NIH Philippine Bidding Documents.pdf

Laboratory Planning

Institute of Human Genetics Location Utility Legend

Administrative Unit B Benchtop SP = Special Plug Type

F Floor standing: incl self-mounted on cart EP = Emergency Power

W Wall Mounted UPS = Uninterruptible Power

ALR = Alarm

width: left to right CW = Cold Water

depth: front to back HW = Hot Water

Laboratory Equipment Do not include clearances; Describe required clearances in remarks.

Existing ExtgEq No. Room No. Description Qty Fut Loc W D H Volts Amps Watts Phase SP EP UPS ALR

1 Refrigerator 1 E 900 930 1800 115 14 x x x

1IT Room Server Rack with 2x 3KVA UPS 2 E F 610 1100 2060 27.2

2Admin 3rd Xerox Machine 1 E F 1000 800 1100 1470

Dimensions (mm) Electrical

National Institutes of HealthUniversity of the Philippines Manila 11/8/2013 Page 1 of 9

Page 199: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH - UP MANILA Location Utility Legend

Institute of Human Genetics B Benchtop SP = Special Plug Type

Molecular Genetics/Microarray Core Laboratoy F Floor standing: incl self-mounted on cart EP = Emergency Power

W Wall Mounted UPS = Uninterruptible Power

ALR = Alarm

width: left to right CW = Cold Water

depth: front to back HW = Hot Water

Laboratory Equipment Do not include clearances; Describe required clearances in remarks.

Extg

Eq No.Description Qty Fut Loc W D H Volts Amps Watts Phase SP EP UPS ALR

1 Refrigerator 1 E 900 930 1800 115 14 x x x1 Biosafety Cabinet BSLIIA2 1 Extg F 1379 792 2443 230 6 X X X X2 Biosafety Cabinet BSLIIB2 1 Fut F 1379 792 2720 230 6 X X X X3 Fume Hood 1 Fut F 1220 800 2720 220 5 X X X X4 chemical storage cabinet (4 gallons) 2 Fut F 445 458 5725 Automated DNA Extraction machine 1 Extg B 620 650 320 240 3000 X X X X6 Refrigerated Centrifuge 3 Fut B 370 480 670 230 3000 X X X X7 Refrigerated Microcentrifuge 3 Fut B 243 352 225 230 3000 X X X X8 Ventilated Microcentrifuge 3 Fut B 180 200 180 220 2000 X X X X9 minicentrifuge 8 Fut B 20 20 20 220 0.5 X X X X

10 Heat block 6 Fut B 200 265 83 220 3000 X X X X11 Chill block 4 Fut B 200 265 83 220 3000 X X X X12 Thermomixer 3 Fut B 220 120 250 240 3000 X X X X13 Vortex mixer 6 Fut B 140 160 130 230 1 X X X X14 Plate vortex mixer 3 Extg B 100 100 80 230 1 X X X X15 Analytical balance 1 Fut B 190 320 100 230 1 X X16 Mechanical balance 2 Fut B 360 155 24017 Top loading balance 1 Fut B 190 320 90 230 1 X X18 pH meter 1 Fut B 130 200 80 230 1 X X19 Spectrophotometer 2000c 1 Fut B 300 200 150 230 1000 X X X X20 Spectrophotometer 8000 1 Fut B 300 200 150 230 1000 X X X X21 Automated DNA/RNA/protien analyzer 2200 1 Fut B 400 310 310 240 2000 X X X X22 biomedical freezer 2 Fut F 740 945 2010 230 5.6 X X X X23 biomedical refrigerator 2 Fut F 800 600 1805 230 160 X X X X24 undercounter ref-freezer 6 Fut B 212 270 340 230 2000 X X X X25 plate sealer 1 Extg B 50 50 50 230 2 X X X X26 Gradient PCR 3 Fut B 400 485 245 220 2000 X X X X27 real time PCR 2 Fut B 550 450 490 230 3000 X X X X

Dimensions (mm) Electrical

Page 200: 2014 NIH Philippine Bidding Documents.pdf

28 Fume Hood 1 Fut F 1220 800 2720 220 5 X X X X29 chemical storage cabinet (4 gallons) 2 Fut F 445 458 572 200030 electrophoresis system 6 Fut B 150 310 290 240 2 X X X31 chemiluminescence imager 1 Fut B 600 360 960 230 3000 X X X32 Refrigerated Centrifuge 4 Fut B 370 480 670 230 3000 X X X X33 Refrigerated Microcentrifuge 4 Fut B 243 352 225 230 3000 X X X X34 Ventilated Microcentrifuge 4 Fut B 180 200 180 220 2 X X X X35 minicentrifuge 8 Fut B 20 20 20 220 0.5 X X X X36 Heat block 8 Fut B 200 265 83 220 2000 X X X X37 Chill block 8 Fut B 200 265 83 220 2000 X X X X38 Thermomixer 6 Fut B 220 120 250 240 2000 X X X X39 Vortex mixer 6 Fut B 140 160 130 230 0.5 X X X X40 Plate vortex mixer 3 Extg B 100 100 80 230 1 X X X X41 Analytical balance 1 Fut B 190 320 100 230 1 X X42 Mechanical balance 2 Fut B 360 155 24043 Top loading balance 1 Fut B 190 320 90 230 1 X X44 pH meter 1 Fut B 130 200 80 230 1 X X45 Spectrophotometer 2000c 1 Fut B 300 200 150 230 30 X X X X46 Spectrophotometer 8000 1 Fut B 300 200 150 230 30 X X X X47 Automated DNA/RNA/protien analyzer 2200 1 Fut B 400 310 310 240 2000 X X X X48 biomedical freezer 2 Fut F 740 945 2010 230 5.6 X X X X49 biomedical refrigerator 2 Fut F 800 600 1805 230 160 X X X X50 undercounter ref-freezer 6 Fut B 212 270 340 230 2000 X X X X51 plate sealer 1 Extg B 50 50 50 230 2 X X X X52 orbital shaker 2 Fut B 450 300 110 230 1.5 X X X X53 rocking shaker 2 Extg B 432 279 102 240 2 X X X54 plate shaker 2 Fut F 180 180 40 230 2 X X X55 hot plate-stirrers 3 Fut B 210 331 100 230 1.5 X X56 water bath 2 Fut B 200 150 150 230 3000 X X X57 HPLC 1 Fut B 1200 500 400 240 5000 X X X X58 lyophilizer 1 Fut B 370 480 670 230 5000 X X X X59 vacuum concentrator 1 Fut B 363 551 422 230 1.5 X X X X60 electrophoresis system 6 Fut B 150 310 290 240 2 X X X X61 chemiluminescence imager 1 Fut B 600 360 960 230 3000 X X X X62 plate thermomixer 2 Fut B 150 150 150 230 263 biomedical freezer 3 Fut F 740 945 2010 230 5.6 X X X X64 biomedical refrigerator 3 Fut F 800 600 1805 230 3000 X X X X65 undercounter ref-freezer 6 Fut B 212 270 340 230 2000 X X X X66 ultralow freezer 1 Fut F 1108 955 1981 230 5000 X X X X67 micro array accessories 1 Extg B 80 80 50 230 5 X X X X

Page 201: 2014 NIH Philippine Bidding Documents.pdf

68 micro array machine 1 Extg B 717 698 745 100-240 650 X X X X69 Computer wokstation 1 Extg B 216 554 570 230 2 X X X X70 Genetic Analyzer 1 Extg B 740 548 810 230-240 30 X X X X71 Computer wokstation for Genetic Analyzer 1 Extg B 216 554 570 230 2 X X X X72 FACS machine 1 Fut B 700 500 800 230 20 X X X X73 Computer workstation for FACS 1 Extg B 216 554 570 230 2 X X X X74 Mass spectrophotometer 1 Fut B 750 550 850 230 20 X X X X75 Computer workstation for mass spectrophotometer 1 Extg B 216 554 570 230 2 X X X X76 Fluorescence microscope 1 Fut B 750 550 600 230 10 X X X X77 Confocal microscope 1 Fut B 1200 580 600 230 15 X X X X78 Computer workstation for microscopes 2 Extg B 216 554 570 230 2 X X X X79 Film processor/imager 1 Fut B 580 680 470 240 6.5 X X X X80 Walk-in Ref 1 Fut F 230 1000081 Refrigerated microcentrifuge 2 Fut B 243 352 225 230 5 X X X X82 Vortex 2 Fut B 140 160 130 230 5 X X X X83 Minicentrifuge 2 Fut B 150 150 117 230 0.5 X84 Mechanical balance 1 Fut B 360 155 24085 Top loading balance 1 Fut B 190 320 90 230 1 X X86 Analytical balance 2 Fut B 190 320 100 230 1 X X87 biobanking freezer 3 Fut F 1500 955 1981 230 5000 X X X X88 ultralow freezer 3 Fut F 1500 955 1981 230 5000 X X X X89 biomedical freezer 4 Fut F 740 945 2010 230 5.6 5000 X X X X

Page 202: 2014 NIH Philippine Bidding Documents.pdf

Laboratory Planning

NATIONAL INSTITUTES OF HEALTH - UP MANILALocation Utility Legend Specialty Gases Legend

Institute of Human Genetics B Benchtop SP = Special Plug Type PW = Purified Water HE = Helium G1 = CO2

Biochemical Genetics Laboratory F Floor standing: incl self-mounted on cart EP = Emergency Power CA = Compressed Air N2 = Nitrogen G2 = Natural Gas

W Wall Mounted UPS = Uninterruptible Power VAC = Vacuum ChW = Chilled Water G3 = O2

ALR = Alarm EXH = Local Exhaust CS = Clean Steam G4 = Suction (Patient Care)

width: left to right CW = Cold Water HV = High Vacuum STM = Steam G5 =

depth: front to back HW = Hot Water

Laboratory Equipment Do not include clearances; Describe required clearances in remarks.

Extg Remarks

Eq No. Description Qty Fut Loc W D H Volts Amps Watts Phase SP EP UPS ALR CW HW PW CA VAC EXH HV HE N2 ChW CS STM G1 G2 G3 G4 G5

1 Refrigerator 1 E 900 930 1800 115 14 x x x

1[High Voltage Electrophoresis] 1 E B 483 610 1042 5 kVA

2[Thermostatic Control] 1 E B 216 457 469.9 100-120 1.2kVA

3Perchloric Acid Fumehood 1 E F 1905 965 2438 3.5kVA

4GCMS 2 E B 1250 540 950 3 kVA x w/ computer; w/ vacuum

5UPLC 1 E B 610 1524 812.8 3 kVA w/ computer

6Oven 2 E B 710 550 760 3 kVA

7Refrigerator 1 E F 914 660 1740 220

10Clinical Analyzer 1 E B 800 559 457.2 0.4 w/ computer

12UPS 3 E F 223 410 350 3KVA 2 units below ovens

13UPS 1 E F 340 640 965 10kVA

15LCMSMS 1 F B 650 3700 1020 5kVA x

w/ vacuum; estimate only; w/ computer

16Centrifuge 1 F B 800 700 600 230V estimate only

17Microcentrifuge 1 F B 400 600 400 0.5 estimate only

18Ultralow Freezer 1 F F 1016 1016 2000 230V 16A estimate only

19Biosafety Cabinet 1 F F 1143 1400 1700 230V estimate only

Dimensions (mm) Electrical Utilities and Gases

National Institutes of HealthUniversity of the Philippines Manila 11/8/2013 Page 5 of 9

Page 203: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH - UP MANILALocation Utility Legend Specialty Gases Legend

Institute of Human Genetics B Benchtop SP = Special Plug Type PW = Purified Water HE = Helium G1 = CO2

Cytogenetics Laboratory Movable Equipment ListF Floor standing: incl self-mounted on cart EP = Emergency Power CA = Compressed Air N2 = Nitrogen G2 = Natural Gas

W Wall Mounted UPS = Uninterruptible Power VAC = Vacuum ChW = Chilled Water G3 = O2

ALR = Alarm EXH = Local Exhaust CS = Clean Steam G4 = Suction (Patient Care)

width: left to right CW = Cold Water HV = High Vacuum STM = Steam G5 =

depth: front to back HW = Hot Water

Laboratory Equipment Do not include clearances; Describe required clearances in remarks.

Extg Remarks

Eq No. Description Qty Fut Loc W D H Volts Amps Watts Phase SP EP UPS ALR CW HW PW CA VAC EXH HV HE N2 ChW CS STM G1 G2 G3 G4 G5

1Autoclave 1 ExtgF 700 580 950 220 16 X X

2Centrifuge 2 ExtgB 490 530 370 220-240 X Height with cover open is 840 mm

3Class II Biological Safety Cabinet 1 ExtgF 1505 765 1500 220 X

4CO2 Incubator 1 ExtgF 668 635 1003 230 4.4 X X X

5CO2 Incubator 1 ExtgF 635 269 864 230 3 X X X

6CO2 Incubator 1 ExtgF 615 677 855 230 2.6 600 X X X

7Cytogenetic Drying Chamber 1 ExtgF 710 460 480 115 16 X

With Stepdown Voltage Transformer 220v to 110v / 100v

8Fumehood 1 ExtgF 320 320 960 220 X X

9Gravity Convection Incubator 1 ExtgF 559 559 1016 120 200

10Purifier Biological Safety Cabinet 1 ExtgF 115 12 X

With Stepdown Voltage Transformer 220v to 110v / 100v

11Refrigerator 1 ExtgF 440 450 720 220 114 X X

12Side by Side Refrigerator-Freezer 1 ExtgF 917 864 1783 220 X X

13Side by Side Refrigerator-Freezer 1 ExtgF 912 734 1789 220 X X

14Upright Freezer 2 ExtgF 635 694 1415 220 X X

15Upright Freezer 1 Fut F 920 850 1790 220 X X

Dimensions (mm) Electrical Utilities and Gases

11/8/2013 Page 6 of 9

Page 204: 2014 NIH Philippine Bidding Documents.pdf

Laboratory Planning NATIONAL INSTITUTES OF HEALTH - UP MANILA Location Utility Legend Specialty Gases Legend

Institute of Human Genetics B Benchtop SP = Special Plug Type PW = Purified Water HE = Helium G1 = CO2

Newborn Screening Center F Floor standing: incl self-mounted on cart EP = Emergency Power CA = Compressed Air N2 = Nitrogen G2 = Natural Gas

W Wall Mounted UPS = Uninterruptible Power VAC = Vacuum ChW = Chilled Water G3 = O2

ALR = Alarm EXH = Local Exhaust CS = Clean Steam G4 = Suction (Patient Care)

width: left to right CW = Cold Water HV = High Vacuum STM = Steam G5 =

depth: front to back HW = Hot Water

Laboratory Equipment Do not include clearances; Describe required clearances in remarks.

ExtgEq No. Description Qty Fut Loc W D H Volts Amps Watts Phase SP EP UPS ALR CW HW PW CA VAC EXH HV HE N2 ChW CS STM G1 G2 G3 G4 G5

1 Plate Processor System 1 Extg F 1200 770 1690 100-240 V 550 VA /

1a Printer 1 Extg B 220-240 AC 3.0 A

1b UPS Online Double Conversion 1 Extg F 250 V 10 A, 2 KVA 1400 W

1c Desktop Optiplex XE 1 Extg B 100-240 V 5.0 A

1d Monitor 17" Flat Panel 1 Extg B 100-240 V 1.0 A

1e Keyboard 1 Extg B 5 V 100 mA

2 Plate Processor System 1 Extg F 1200 770 1690 100-240 V 550 VA /

2a Desktop Computer CPU 1 Extg B

2b Monitor 17" Flat Panel 1 Extg B 100-240 V 1.6 A

2c UPS Online Double Conversion 1 Extg F 208-240 V, 3 KV 16 A 2100 W

2d Keyboard 1 Extg B 5 V 100 mA

2e Printer 1 Extg B 220-240 V 3.0 A

3 Plate Processor System 1 Extg F 1200 770 1690 550 VA /

3a Desktop Computer CPU 1 Extg B

3b Keyboard 1 Extg B 5 V 100 mA

3c Monitor 1 Extg B 100-240 V 1.6 A

3d UPS Online Double Conversion 1 Extg F 250 V 16 A

3e Printer 1 Extg B 220-240 V 3.0 A

4 Plate Processor System 1 Extg F 1200 770 1690 /

4a Desktop Computer CPU 1 Extg B 100-240 V 550 VA

4b Monitor 17" Flat Panel 1 Extg B 100-240 V 1.6 A

4c UPS Online Double Conversion 1 Extg F 250 V 16 A

4d Keyboard 1 Extg B 5 V 100 mA

4e Printer 1 Extg B 220-240 V 3.0 A

5 Fluorometer System 1 Extg B 500 600 400 220-240 V 250 VA

5a CPU 1 Extg F 100-240 V 1.6 A

5b Desktop Computer CPU 1 Extg B - -

5c Keyboard 1 Extg B 5 V 60 mA

5d Printer 1 Extg B 120-240 V 1.0 A

6 Fluorometer System 1 Extg B 500 600 400 220-240 V 250 VA

6a Desktop Computer 1 Extg B 12 V 3.0 A

Dimensions (mm) Electrical Utilities and Gases

National Institutes of HealthUniversity of the Philippines Manila 11/8/2013 Page 7 of 9

Page 205: 2014 NIH Philippine Bidding Documents.pdf

Laboratory Planning NATIONAL INSTITUTES OF HEALTH - UP MANILA Location Utility Legend Specialty Gases Legend

Institute of Human Genetics B Benchtop SP = Special Plug Type PW = Purified Water HE = Helium G1 = CO2

Newborn Screening Center F Floor standing: incl self-mounted on cart EP = Emergency Power CA = Compressed Air N2 = Nitrogen G2 = Natural Gas

W Wall Mounted UPS = Uninterruptible Power VAC = Vacuum ChW = Chilled Water G3 = O2

ALR = Alarm EXH = Local Exhaust CS = Clean Steam G4 = Suction (Patient Care)

width: left to right CW = Cold Water HV = High Vacuum STM = Steam G5 =

depth: front to back HW = Hot Water

Laboratory Equipment Do not include clearances; Describe required clearances in remarks.

ExtgEq No. Description Qty Fut Loc W D H Volts Amps Watts Phase SP EP UPS ALR CW HW PW CA VAC EXH HV HE N2 ChW CS STM G1 G2 G3 G4 G5

Dimensions (mm) Electrical Utilities and Gases

6b Desktop Computer CPU 1 Extg B 115-220 V 2.5 A

6c Keyboard 1 Extg B

6d Printer 1 Extg B 220-240 V 2.9 A

7 Multipuncher 1 Extg B 1000 530 500

7a AVR 3KVA Capacity 1 Extg B

7b Computer Dual Core CPU 1 Extg B 220 V

7c 17" LCD Monitor 1 Extg B 100-240 V 1.6 A

7d Keyboard 1 Extg B 5 V 50 mA

8 Multipuncher Extg B 1000 530 500 100-240 V 200 VA

8a AVR 3KVA Capacity w/ Surge Protector Extg B 220 V

8b Desktop Extg B -

8c 17" LCD Monitor Extg B 100-240 V 1.5 A

8d Keyboard Extg B 5 V 50 mA

9 Multipuncher 1 Extg B 1000 530 500 100-240 V 200 VA

9a AVR 3KVA Capacity 1 Extg B 220 V

9b Computer Dual Core CPU 1 Extg B -

9c 17" LCD Monitor 1 Extg B 100-240 V 1.5 A

9d Keyboard 1 Extg B 5 V 50 mA

10 Multipuncher 1 Extg B 1000 530 500 100-240 V 200 VA

10a AVR 3KVA Capacity 1 Extg B 220 V

10b Computer Dual Core CPU 1 Extg B

10c 17" LCD Monitor 1 Extg B 100-240 V 1.5 A

10d Keyboard 1 Extg B 5 V 50 mA

11a Water Purifier Extg B 350 451 501100-240 V, 50-60Hz, 130 VA

11b Water Purifie Extg B 350 451 501100-240 V, 50-60Hz, 130 VA

11c Water Purifier Tank Extg F 166 437 808

12 Washer-Diskremover 1 Extg B 340 410 200100-240 V, 250 VAC

12a w/ Vacuum Source 1 Extg B 210 480 360 220-240 VAC

13 Freezer MK Kitchen 1 Extg F 750 820 1900

14 20 PTV CuFt Refrigerator Stainless Steel 1 Extg F 780 690 1780 220 V 180 W

15 Oven 1 Extg B 710 620 760 230 V 2.6 A 600 W

National Institutes of HealthUniversity of the Philippines Manila 11/8/2013 Page 8 of 9

Page 206: 2014 NIH Philippine Bidding Documents.pdf

Laboratory Planning

NATIONAL INSTITUTES OF HEALTH - UP MANILA Location Utility Legend Specialty Gases Legend

Institute of Human Genetics B Benchtop SP = Special Plug Type PW = Purified Water HE = Helium G1 = CO2

Newborn Screening Center F Floor standing: incl self-mounted on cart EP = Emergency Power CA = Compressed Air N2 = Nitrogen G2 = Natural Gas

W Wall Mounted UPS = Uninterruptible Power VAC = Vacuum ChW = Chilled Water G3 = O2

ALR = Alarm EXH = Local Exhaust CS = Clean Steam G4 = Suction (Patient Care)

width: left to right CW = Cold Water HV = High Vacuum STM = Steam G5 =

depth: front to back HW = Hot Water

Laboratory Equipment Do not include clearances; Describe required clearances in remarks.

ExtgEq No. Description Qty Fut Loc W D H Volts Amps Watts Phase SP EP UPS ALR CW HW PW CA VAC EXH HV HE N2 ChW CS STM G1 G2 G3 G4 G5

Dimensions (mm) Electrical Utilities and Gases

16 Oven 1 Extg B 770 330 520 230 V 3.9 A 900 W

17 Oven 1 Extg F 1190 700 1090 230 V 7.9 A 1800 W

18 MSUD PC 1 Extg B

18a Printer 1 Extg B 220-240 V 0.4 A

18b Monitor 1 Extg B 100-240 V 1.5 A

18c CPU 1 Extg B 19 V 3.42 A

18d Analyzer Machine 1 Extg B 1420 820 620 230 V 1200 VA

18e UPS UMART 1 Extg F 220 V IPH 2 W

18f Waste Pump 1 Extg F 230 V 25 W

19 Microplate Reader 1 Extg B 350 370 160 100-240 V 100 VA

19a LCD Monitor 1 Extg B 100-240 V 1.5 A

19b CPU 1 Extg B - -

19c Keyboard 1 Extg B 5 V 5 mA

20 Microplate Reader 1 Extg B 340 330 150 100-240 V 1.0 A

20a Monitor 1 Extg B 100-240 V 1.5 A

20b Ovation CPU 1 Extg B 230 VAC 3.0 A

21 HPLC machine 2 Extg B 800 450 530110-120 V/200-240 V/ 50/60 Hz

21a Printer 2 Extg B 100-120V/200-240V/110-127 VAC50/60 Hz</=180 VA

21b UPS 2 Extg F 220-240V 50/60Hz 1200W/2000VA

21c PC Desktop 2 Extg B

21d Monitor 2 Extg B 60Hz

21e Keyboard 2 Extg B 5V 50mA

22 Fume hood 1 Extg F 1550 770 2400

23 2-door Ref/Freezer 1 Extg F 900 780 1750 220 V/60 H

National Institutes of HealthUniversity of the Philippines Manila 11/8/2013 Page 9 of 9

Page 207: 2014 NIH Philippine Bidding Documents.pdf

Laboratory Planning

NATIONAL INSTITUTES OF HEALTH Location Utility Legend Specialty Gases Legend

UP Manila B Benchtop SP = Special Plug Type PW = Purified Water HE = Helium G1 = CO2

Institute of Opthalmology F Floor standing: incl self-mounted on cart EP = Emergency Power CA = Compressed Air N2 = Nitrogen G2 = Natural Gas

W Wall Mounted UPS = Uninterruptible Power VAC = Vacuum ChW = Chilled Water G3 = O2

ALR = Alarm EXH = Local Exhaust CS = Clean Steam G4 = Suction (Patient Care)

width: left to right CW = Cold Water HV = High Vacuum STM = Steam G5 =

depth: front to back HW = Hot Water

Laboratory Equipment Do not include clearances; Describe required clearances in remarks.

ExtgEq No. Description Qty Fut Loc W D H Volts Amps Watts Phase SP EP UPS ALR CW HW PW CA VAC EXH HV HE N2 ChW CS STM G1 G2 G3 G4 G5

1 Bacterial incubator 3 Fut B 640 565 820 230 4.8 1100 X2 Shaking incubator 2 Fut B 574 544 635 230 X3 Laminar flow hood 2 Fut F 1355 1440 770 220 7604 Agarose gel electrophoresis 2 Fut B5 Polyacrylamide gel electrophoresis 1 Fut B 120 160 1806 Gel transilluminator and computer 1 Fut B 600 360 960 2307 Vortex 1 Fut B 122 165 165 1208 PCR Machine 2 Fut B 260 470 230 150 6709 qRT-PCR machine 1 Fut B 330 460 36010 Ultra low freezer 3 Fut F 670 867 1860 400 X11 Centrifuge 1 Fut B 565 670 360 120 1400

Microcentrifuge 1 Fut B 226 266 176 240 9512 Refrigerated microcentrifuge 1 Fut B 245 238 142 12013 Water bath 1 Fut B 360 280 320 12014 Dry bath 1 Fut B 22.1 36 9 240 0.63 20015 Autoclave 2 Fut F 478 632 965 X X16 CO2 incubators 2 Fut B 607 585 669 230 1200 X X17 Cell counter 1 Fut B18 Inverted microscope 1 Fut B 24019 pH meter 1 Fut B 11020 Flow cytometer 1 Fut B

21 Orbital shaker 1 Fut B 500 590 120

22 Magnetic stirrer 1 Fut B 160 200 55 120232 Biosafety cabinet type 2 220 kg1355 mm1400 mm770 mm 760

4 Autoclave 70 kg 478 mm965 mm632 mm 2308 Automated System for Identification &

Susceptability of micro organism

10 Microscope 14 261mm 375mm172mm110-22013 Incubator 1224mm1247mm784mm

15 Laboratory Washer 43 kg 450 mm875 mm490 mm100 150 200

16 Stirring Hot Plates 12.7 kg31.75 cm11.43 cm43.18 cm

17 Colony counter 5.2 kg 313 mm360 mm346 mm220

Dimensions (mm) Electrical Utilities and Gases

Page 1 of 2

Page 208: 2014 NIH Philippine Bidding Documents.pdf

Laboratory Planning

NATIONAL INSTITUTES OF HEALTH Location Utility Legend Specialty Gases Legend

UP Manila B Benchtop SP = Special Plug Type PW = Purified Water HE = Helium G1 = CO2

Institute of Opthalmology F Floor standing: incl self-mounted on cart EP = Emergency Power CA = Compressed Air N2 = Nitrogen G2 = Natural Gas

W Wall Mounted UPS = Uninterruptible Power VAC = Vacuum ChW = Chilled Water G3 = O2

ALR = Alarm EXH = Local Exhaust CS = Clean Steam G4 = Suction (Patient Care)

width: left to right CW = Cold Water HV = High Vacuum STM = Steam G5 =

depth: front to back HW = Hot Water

Laboratory Equipment Do not include clearances; Describe required clearances in remarks.

ExtgEq No. Description Qty Fut Loc W D H Volts Amps Watts Phase SP EP UPS ALR CW HW PW CA VAC EXH HV HE N2 ChW CS STM G1 G2 G3 G4 G5

Dimensions (mm) Electrical Utilities and Gases

18 Electric sterilizer 220 180

19 Bacteria incinerator

20 brand new drying oven 1 580 595 820 X

21 BRAND NEW CENTRIFUGE 1 231 292 216208-240 V 1

22 BRAND NEW TISSUE PROCESSOR 1 85-264 V

23 ROTARY MICROTOME 1 40 cm 47 cm 29.5 cm

24 Automated Glass Coverslipper 1 75 cm 62 cm 75 cm

25 Automated Slide Stainer 1 1250 710 630

26 Floatation Bath 1 50 mm230 V

27Automated Tissue Processor

1

Page 2 of 2

Page 209: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH Institute of Pharmaceutical Sciences (IPS) Equipment

Space utilization Space area

(sq.m.)

Space design criteria/ special instructions

Drying Oven room* 12 Designed to house drying ovens Garbling and drying room* 25 Space for garbling and drying plant materials Extraction room 8 Area for extraction and lyophilization of extracts Granulation room* 15 Area for granulation of powders in preparation for tabletting or

encapsulation; contain granulator and mill Capsulation room* 15 Area for making capsule dosage forms Tabletting room* 15 Area for making tablets Tablet coating room* 15 Area for coating of tablets Equipment store room 16 Idle equipment and equipment parts store Equipment wash room 15 Equipment parts washing and cleaning, contain Drying Oven

- Require Sink Water preparation room 15 Designed to contain De-ionizer and distilling apparatus

- Supply of Potable Water - Floor Drain

Liquid and Semi-Solid compounding room

16 Designed to contain equipment for production of liquid and semi-solid preparations like solutions, suspensions and ointment, i.e. liquid mixers, liquid filling machine - Floor Drain

Primary packaging room 20 Space for packaging the finished products Store 15 Storage area for finished products Dispensing room* 6 Area for weighing and dispensing of raw materials needed for

production of products Air locks 1 6 Double doors to maintain room/ corridor pressure Materials store 40 Space for storing raw materials (and packaging materials) needed for

production of products Office 40 Testing laboratory 50 Equipped with laboratory bench tops, fume hoods and at least 2 sinks;

will house equipment like disintegration and dissolution testers, analytical balance, spectrophotometer etc.

Instrument room 20 Will house the equipment HPLC, FTIR and AAS Reagent store 15 Space for storing chemicals and other reagents

- Explosion proof lighting - Exhaust

Oven room 15 Designed to house ovens for stability testing, incubators, furnace - Exhaust - Supply of potable water (for stability ovens) - Floor drain

Locker room 10 Equipped with a step bench; area for clothing/ wearing proper attire for production equipped with lockers for storage of gowns (necessary attire for production)

Undressing room 6 The area leading to the Sterile Area; un-dressing room for the sterile preparation area. - Step bench and sink is required.

Gowning room 6 Gowning room for the sterile preparation area. Sec packaging 16 Area for secondary packaging; separates the Primary packaging where

the environment needs to be cleaner because the products are still

Page 210: 2014 NIH Philippine Bidding Documents.pdf

Space utilization Space area

(sq.m.)

Space design criteria/ special instructions

exposed Air locks 2 6 Double doors to maintain room/ corridor pressure Sterile Area 6 Designed to contain laminar flow hood equipped with HEPA; this would

be a shared room for the production of sterile products and for microbial testing

Microbiological laboratory 30 Contain the sterilizer, refrigerator and freezer; equipped with a sink; designed with a “pass box” of about 1 x 1 (sq.m.) going to the sterile room/ area

Service area Service area for utilities, exhaust and gases Specified areas do not include the 2 corridors. Total area: 13 m (width) x 45 m (length) or a total of 585 to 600 square meters to include the service area and corridors.

Page 211: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH Institute on Aging- National Institutes of Health

DETAILS OF EQUIPMENT (Common Institute Equipment)

Standard Filing Cabinets – Three (3)

Air Conditioner 1hp – Two (2)

4 Drawer Steel Filing Cabinets – Two (2)

LCD/Multimedia Projector & Screen – One (1)

Printer/Scanner – One (1)

Facsimile Machine – One (1)

Wi-Fi Router – One (1)

LAN

Page 212: 2014 NIH Philippine Bidding Documents.pdf

Laboratory Planning

NATIONAL INSTITUTES OF HEALTH - UP MANILALocation Utility Legend

Philippine National Ear Institute B Benchtop SP = Special Plug Type

F Floor standing: incl self-mounted on cart EP = Emergency Power

W Wall Mounted UPS = Uninterruptible Power

ALR = Alarm

width: left to right CW = Cold Water

depth: front to back HW = Hot Water

Laboratory Equipment Do not include clearances; Describe required clearances in remarks.

Extg Remarks

Eq No.Description Qty Fut Loc W D H Volts Amps Watts Phase SP EP UPS ALR

1Clinical Audiometer 2 F B 470 500 200 220-240 x

For Pediatric set with speakers for free-field testing and 2 reinforcers

2 ABRIS, OAE, Impedance Machine 2 F B 60 60 280 x 1 unit each for adult and pediatric testing

2a Laptop/PC 2 F B x 1 unit each for adult and pediatric testing

2b Printer 2 F B 1 unit each for adult and pediatric testing

3 Hearing Aid Fitting Machine 2 F B 420 380 150 100-240 x 1 unit each for adult and pediatric testing

3a PC 2 F B x 1 unit each for adult and pediatric testing

4 Video Otoscope 1 F B 300 200 100 220V x With C-HUB and Monitor

5 40 inch LED TV 1000 800 500 220V

6Auditory Evoked Potentials Machine 1 F B 400 300 100 110-240 x

1 unit for adult should include electroneuronography

7a Laptop/PC 1 F B 110-240 x

8Auditory Evoked Potentials Machine 1 F B 400 300 100 110-240 x

1 unit for pediatric with screening ABR and OAE, Diagnostic DPOAE, TEOAE, ASSR

8a Laptop/PC 1 F B 110-240 x9 Single door Refrigerator 1 F F 1290 615 525 220V

10Vestibular and Oculomotor Analysis Machine 1 F B 216 302 131 x

10a Laptop/PC 1 F B10b Printer 1 F B10c Rotary Chair 1 F F 700 900 1600 110-230 x10d Caloric Air Irrigator 1 F B 350 320 220 220-240 x11 Frenzel Glasees 2 F 150 100 65 1 blue and 1 red

11a Frenzel Glassses strap 2 F12 40 inch LED TV 1000 800 500 22oV

13 Laboratory microscope 10 F W 1450 400 300 110-220 x 10 ceiling mounted units with LED illumination

14Laboratory microscope 1 F F 1770 1700 650 110-220 x

1 floor-standing unit with LED illumination, with HD video solution, HD flat screen panel

15Laboratory Drill 12 F B 200 100 100 220V

with complete accessories including foot control and handpiece

Dimensions (mm) Electrical

National Institutes of HealthUniversity of the Philippines Manila 11/8/2013 Page 1 of 2

Page 213: 2014 NIH Philippine Bidding Documents.pdf

Laboratory Planning

NATIONAL INSTITUTES OF HEALTH - UP MANILALocation Utility Legend

Philippine National Ear Institute B Benchtop SP = Special Plug Type

F Floor standing: incl self-mounted on cart EP = Emergency Power

W Wall Mounted UPS = Uninterruptible Power

ALR = Alarm

width: left to right CW = Cold Water

depth: front to back HW = Hot Water

Laboratory Equipment Do not include clearances; Describe required clearances in remarks.

Extg Remarks

Eq No.Description Qty Fut Loc W D H Volts Amps Watts Phase SP EP UPS ALRDimensions (mm) Electrical

16 Surgical suction machines 12 F F 800 500 400 220V with 2 reusable polycarbonate bottles

17Temporal Bone Dissection Sets 12 F B 203 216 320

Temporal bone holder, surgical angled nosecone for 70, burrs, Jansen elevator length 19.5 cm 9 mm wide, LEMPERT Elevator, 7-1/4" (18.4 cm), 18 Multifunctional Medical Surgical Drill 1 F B 400 200 100 220V x

19 OR stainless steel stools 24 F F 350 350 90020 Ultrasonic cleaner 1 F F 500 300 350 110-220V21 LCD Projector 2 F B 401 318 111 220V x 4000 lumens22 Computer table 1 F F 1290 580 70023 Computer Unit 1 F F 1000 700 600 220V x24 Freezer upright 1 F F 1800 650 600 220V25 Steel Storage cabinet with lock 3 F F 1850 950 45026 Steel locker 6 openings 3 F F 1850 950 45027 Computer table 2 F F 1290 580 700

27Computer Unit 2 F F 1000 700 600 220V x

29Router 1 F B 207 149 35.5 110-220V

Dual-Band Wireless-N900 Gigabit Router 2.4 GHz and 5 GHz Concurrent

30 Steel filing cabinters 3 F F 1350 550 45031 Secretarial chair 4 F F 440 480 89032 Printer (all in one) 1 F B 450 300 20033 Printer (wireless) 1 F B 450 300 200

National Institutes of HealthUniversity of the Philippines Manila 11/8/2013 Page 2 of 2

Page 214: 2014 NIH Philippine Bidding Documents.pdf

Rev. 6 (04/2011)

Complying with ADA Guidelines for Communicationin Areas of Rescue Assistance

A complimentary technical white paper from

Over a decade after the Americans with Disabilities Act (ADA)1 went into effect, clearunderstanding of what is the best way to comply with one of the more important aspects ofbuilding egress and safety for the disabled continues to be an open issue in the minds ofmany building designers, contractors and facility managers. The subject of this confusion iscommunication with people in areas of rescue assistance. Before taking a look at thespecifics of this crucial topic, it is helpful to review the overall details of the Americans withDisabilities Act Accessibility Guidelines (ADAAG) for Area of Rescue Assistance.

Overview

1 The American with Disabilities Act Accessibilities Guidelines ( ADAAG) was published as the standards for AccessibleDesign in Appendix A in the Department of Justices Final Rule, 28 CFR Part 36/Nondiscrimination by PublicAccommodation and in Commercial Facilities

Page 215: 2014 NIH Philippine Bidding Documents.pdf

In multi-story buildings, elevators cease operation during emergencies making stairways theonly available way to leave most buildings. Stairways are designed to provide a safe meansof isolating exiting occupants from smoke and heat during a fire. However, picture the inherentproblem facing both the disabled and non-disabled evacuating from a building together, duringsuch an emergency that is more than even one story high.

1People who have difficulty using stairs or who use wheelchairs or scooters do not have the sameaccess to safe means of exiting a building as people who climb stairs. Exit stairways seldom have theadditional floor space where people can stand or park a wheel chair on a landing while they awaitassistance. If people using wheelchairs attempt to remain on the small landings that are typically provided,they restrict the path down the stairs for other people as well as jeopardize their own safety.

The solution as embodied by the ADAAG requires that a safe waiting area1 be provided at ornear exits for people who cannot climb stairs, that is designated fire protected. Areas ofrescue assistance must be large enough for a minimum of two wheelchair users to positionthemselves out of the path of travel. They must be equipped with a two-way communicationsystem and have adequate signage that directs occupants to the area. Although the ADAguidelines apply to new building and alteration (remodel) construction for publicaccommodations and commercial facilities, common sense tells us that many “grand fathered”existing structures would benefit by integrating some other aspects of assistance for thedisabled, even without complying with the space requirements of an enlarged area for refuge,most notably a means of communicating with safety personnel from below, to critical locationswithin the building.

SPECIAL NOTE: The 2009 International Building Code (IBC) has changed to require2-way communication equipment for Area of Rescue/Area of Refuge in ALL newconstruction whether the building is sprinklered or not. This was voted on inSeptember 2008. The NFPA (National Fire Protection Association) has alreadychanged their standard to eliminate the sprinkler exemption. If your State or Localjurisdiction adopts the 2009 IBC, the you must put in an Area of Rescue/Area ofRefuge system!

1 1994 Barrier Free Environments, Inc. NIDRR Grant #H133D101222 ADAAG 3.5 Defines the Area of Rescue Assistance as an area which has direct access to an exit, where people who areunable to use stairs may remain temporarily in safety to await further instructions or assistance during emergency evacuation

Page 216: 2014 NIH Philippine Bidding Documents.pdf

Rev. 6 (04/2011)

How to Communicate with People in Areas of RefugeADAAG 4.3.11.4

The ADA accessibility guideline for area of refuge communication states: A method of two-way communication with both visible and audible signals must be provided in eacharea of rescue assistance. The system must permit non-verbal use so someone with ahearing or speech impairment could notify the safety and rescue personnel of theirpresence, and very importantly be reassured that someone has acknowledged theircall.

Page 217: 2014 NIH Philippine Bidding Documents.pdf

The methods to accomplish this are varied and can range from a simple visual panel withlights indicating various messages have been received and what the response will be. Moresophisticated non-verbal solutions might provide LEDs or LCD screen displays which couldprovide on going communication during an emergency, instructing the disabled as to evacuationprocedures. In each case the communicator must be powered by the facilities emergencyelectrical service to ensure continuity of operation during emergencies. Guidelines stipulatethat receiving equipment should be installed at the point of entry. However, in special cases,the AHJ (Authority having Jurisdiction) may approve another location.

1 Audible signals can include voice output or recorded messages. A button that lightsto indicate that help is on its way is an acceptable visual signal.

Clear and easily seen instructions on the use of each area of refuge provided with a two-waycommunication system are an important consideration as well. Specifically, the guidelinesrequire information on how to summons assistance and directions for use of thecommunication system be posted adjacent to the system.

The ADAAG also stipulates that buttons, and operating mechanisms to signal for help orreply as well as the location of the unit itself must be within the reach range of a seatedperson. 2The requirement is that the panel must be located no higher than 48 inches abovethe floor for forward reach and 54 inches for side reach and must be operable without tightgrasping or twisting. Two-way communication equipment installed in elevators must also complywith ADA guidelines3.

The System Is the Solution…

Alpha Communications® has been at the forefront of providing effective, easy- to-install,reliable and fully ADA-compliant area of refuge / area of rescue assistance turnkey systemsfor all types of facility situations since the early stages of ADA implementation. The followhighlights the features and flexibility of our three (3) most popular series.

1 Advisory 410.6 Part II Architectural and Transportation Barriers Compliance Board 36 CFR Parts 1190 and 1191(November 16, 1999)2 Communicators must comply with ADAAG 4.27 Controls and Operating Mechanisms, 4.2.5 Forward Reach, and 4.2.6Side Reach3 ADA section 4.10.14 and ADA section 4.27.4

Page 218: 2014 NIH Philippine Bidding Documents.pdf

Rev. 6 (04/2011)

The NC150R Series Area of Refuge system is designed to provide audio communicationbetween the NC150R master intercom/annunciator station, and up to eight (8) (or more) areaof refuge (area of rescue) remote call-in stations (in Aluminum, Plastic or Stainless Steel).

It is our least expensive and most popular system for Areas of Rescue Assistance applications.

Calls are indicated at the master by visual and audible signals. The master station also hassensitive two-way audio communications and tone call functions. Remote call-in stations havesensitive two-way communications, call-placed and call-answered L.E.D. indicators. A maxi-mum of eight (8) remote call-in stations may be connected to the standard NC150R masterstation. Larger capacity masters, or masters with desk or surface mounting, or privacy hand-sets are available on a special-order basis.

You can even add pocket-paging capability as well, to signal building staff that are away fromthe master station(s), that assistance is required.

Options also include battery back-up, multiple master capabilities, and a wide variety of ADAsignage.

Page 219: 2014 NIH Philippine Bidding Documents.pdf

The 4200 Series Area of Rescue is an AUDIO-VISUAL TYPE (with voice communica-tions) system.

The 4200 series systems are designed to provide an emergency signal between 1 to 44 (ormore) area of refuge (area of rescue assistance) remote call-in stations and the master sta-tion.

The 4200 series answers with an ‘Acknowledge’ LED, and the ability to speak with the callingremote(s) using the built-in intercom feature.

Calls are indicated at the master by visual and audible signals. Remote call-in stations havecall-placed and call-answered L.E.D. indicators. A maximum of 44 remote call-in stations maybe connected to any of the master stations. Larger capacity masters are available on a spe-cial-order basis.

The 4200 series systems have ‘supervised’ circuitry to indicate when a wiring fault has occurred.Both systems are available with standard and/or vandal-resistant remote call-in stations, andwith standard power supply or battery back-up.

Page 220: 2014 NIH Philippine Bidding Documents.pdf

Rev. 6 (04/2011)

A full line of ADA signage is also available for either system. Quick and easy configuration ofall components of either of these area of rescue systems is available by accessing our productcatalog and AlphaQuote™ system configurator over the Internet at our website:

www.AlphaCommunications.com

For more information please contact Alpha Communications®, 42 Central Drive,Farmingdale NY 11735-1202. Phone 631-777-5500 / Fax 631-777-5599.

Email: [email protected] or call TOLL-FREE 1-800-666-4800.

Page 221: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX ADDITIONAL INFO 03/12/2014 Page - 1 of 11

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

ANNEX 8 ADDITIONAL INFORMATION PROJECT : DESIGN AND BUILD OF THE NATIONAL INSTITUTES OF HEALTH BUILDING

LOCATION : UP Manila Campus, Manila 625 Pedro Gil St., Ermita, Manila OWNER : UNIVERSITY OF THE PHILIPPINES A. SINGLE LARGEST CONTRACT (SLC)

1. Per the revised IRR of R.A. 9184 for the procurement of infrastructure projects, Section 23.5.2.5 – “The prospective bidder must have an experience of having completed at least one (1) contract that is similar to the contract to be bid, and whose value, adjusted to current prices using the NSO consumer price indices, must be at least fifty percent (50%) of the ABC to be bid: Provided, however, That contractors under Small A and Small B categories without similar experience on the contract to be bid may be allowed to bid if the cost of such contract is not more than fifty percent (50%) of the Allowable Range of Contract Cost (ARCC) of their registration based on the guidelines as prescribed by the PCAB.“

Query #1: What is the project's definition of the Single Largest Contract and "similar project"? Answer: The single largest contract shall be valued at equal or greater than 50% of the ABC (PhP 490

million). SLC and similar projects shall mean at least a medium-rise* multi-level building costing at least 50% of the ABC. The building shall have the following: office spaces, function rooms, and mechanical systems composed of ducted air conditioning, ventilation and elevator system.

*As per the National Building Code of the Philippines (PD 1096), medium-rise multi-level buildings shall be from six (6) up to twelve (12) storeys in height. The contractor and subcontractors shall be registered with the Philippine Contractors Accreditation Board. The General Contractor shall have a minimum rating of AAA (300 million pesos or more). Prospective bidders shall be allowed to include similar projects from 2000-2013 when listing past experience. Note that per the bid document requirements, contract price and owner with contact details should be included in the eligibility docs.

Query #2: Can we use two consolidated contacts to comply with minimum project size of at least 50% of

the ABC? Answer: Per IRR of RA 9184, only in the procurement of goods could the procuring entity allow the

combination of two similar projects.

Page 222: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX ADDITIONAL INFO 03/12/2014 Page - 2 of 11

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

B. DOCUMENT SUBMISSION REQUIREMENTS

1. Disclosure of Relations: Bidders are required to submit a document certifying that they or any officer of their corporation are not related by consanguinity or affinity up to third civil degree, to the winning bidder of the Construction Management Services for the Construction of the National Institutes of Health Building.

2. All drawings required in the Design Proposal Requirements shall be in 20 x 30 sheets, with the original drawings in tracing paper (1 copy) and all copies of the drawings (2 copies) in blue or white prints. Bidders are required to submit PDF copies of all Design Proposal Requirements (text documents and drawings) in CD/DVD format.

3. All documents issued to the bidders, including all drawings and specification sections, shall be signed

by the bidders and submitted along with all the required documents during bidding.

4. Items in the Cost Estimate Form which will no longer be included in the Scope of Works due to the identified full fit, shell, and shell and core spaces shall be labeled as “Not Applicable” or “NA”. Should there be items that are required but are not found in the form, such items shall be included under “Others”. Bidders shall make sure that no item on the Cost Estimate Form is left blank or unfilled.

Query #3: What do you mean by Phasing Plan and description of the areas of termination? Answer: The Terms of Reference and this Annex defines the concept for construction from full fit-up to

core and shell construction with selected areas to be fit-up excluding movable items such as furniture. Project bidders should provide mechanical, electrical and plumbing systems sized for design loads at full occupancy. Ductwork, piping and electrical panels shall be provided at minimum to the cores and shafts for all floors. Terminal points at or near the building cores should be provided for future fit-up of shell spaces. When fit-up of spaces is required in future, the engineered services shall be extended from the building core to the laboratory or non-laboratory shell spaces.

Phase 1 will provide for the building core, fire rated shafts, stairways, and fit-up of selected spaces listed in this Bid Bulletin. Program spaces to become shell space are also listed. Phase 2 (not in contract) will be the fit-up of shell space and connection to the main building systems.

Bid submission should indicate where/how proposed engineered systems will be terminated at the building cores.

Query #4: In the organizational chart, we are going to submit one for design, one for construction then

one overall organizational chart (combining Design and Construction), would that be acceptable?

Answer: Yes

Query #5: In case of a JVA, should all parties complete the UP Questionnaire, Form 1, 2, and 3 or just

the General Contractor? Answer: Yes

Query #6: What is the sustainable design standard (level of LEED certification) for the project? Answer: The project should be designed to meet the minimum level sustainable design or LEED

certified. The University may decide to not enrol the project for certification but needs the

Page 223: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX ADDITIONAL INFO 03/12/2014 Page - 3 of 11

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

project to benefit from energy savings and lower facility operation cost that sustainable design would provide. Please review the PBD and TOR requirements which underscore the importance of highlighting all the sustainable design features in submitted bids. Bidders will not be evaluated and rated based on the US LEED requirements. However, concepts for sustainable structures shall be included in the Design Proposal.

Query #7: Does the facility have to meet ISO standards? Answer: The University may eventually seek ISO accreditation but it is not the Contractor’s direct

responsibility. Due to cost concerns the scope of work is core and shell with selected fit-out only. Bidders must propose a building engineered in a way that labs can be fit-out to meet ISO facility requirements in the future.

C. SPECIFICATION CHANGES

1. PROVISO: Setting the standards and technical specifications:

a. Standards and technical specifications quoted in bidding documents should promote the broadest possible competition, while assuring the critical performance or other requirements for the goods and/or works under procurement.

b. As far as possible, the Procuring Entity should specify internationally accepted standards such as those issued by the International Standards Organization with which the equipment or materials or workmanship should comply, except where such international standards are unavailable or are inappropriate, national standards may be specified.

c. In all cases, the bidding documents should state that equipment, material or workmanship meeting other standards, which promise at least substantial equivalent should also be accepted.

2. Modify the paragraph Section 01000 – Explanation for the Specifications (page 2) in Division 1-General

Requirements as follows (new text is in italicized and underscored font): 2.00 Clarifications All reference to any particular brand, material, equipment, or systems in the specification, drawings, and bid documents is indicative of the type and quality of what is required. However, any equal material or equipment or system of similar quality and performance shall be used if approved by the University to allow fair competition per Section 18 of Republic Act 9184 (R.A. 9184) and its Implementing Rules and Regulations Part A (IRR-A). Products and manufacturers shall be identified in the PBD Annex 4 Bid Document form to allow review of quality assurance, performance requirements and warranties that are beneficial to the University.

3. All specification sections with proprietary products and named manufacturers are hereby modified.

Where specification sections have "Part 2- Products" that identify manufacturers and name proprietary or brand-name products, those brand-names and manufacturer names are to be crossed out. New text to be inserted shall read: All manufacturers and any equal material or equipment or system can be used if approved by the University, subject to review for conformance with design quality assurance, performance requirements and warranties that are beneficial to the University and safety of building occupants per Section 01000- Explanation for the Specifications.

4. Division 1 – General Requirements specification Section 01230- ALTERNATES is deleted.

Page 224: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX ADDITIONAL INFO 03/12/2014 Page - 4 of 11

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

5. Specification sections in Divisions 2 through 16 were issued with the tender documents for use in bid preparation. All the sections shall be edited appropriately to coordinate their content and instructions with the construction drawings. Specifications shall be reviewed and signed by the appropriate design-build Architect/ Engineer of Record prior to construction.

6. Correction of structural code requirements and other related documents: Follow strictly the requirements

of the newest National Structural Code of the Philippines (NSCP). D. SITE REQUIREMENTS

1. CPDMO has provided additional information regarding site utilities and temporary site facilities that are relevant to Division 2 costs: a. The staging area for the contractors will be between the old NIH and new NIH building (the

proposed road). The road in between Paz Mendoza and the proposed building can be closed for work area of contractor.

b. Recommendation for the fiber optic trench layout will be from by the IMS office and shall connect the new NIH building to the campus network in the Main Library. Not in Contract

c. The contractor can use UP Manila’s existing electrical line but must provide sub meter. CPDMO recommends that the contractor apply for a temporary power line from Meralco and use the Meralco-supplied meter.

d. UP Manila CPDMO will apply for a new electrical service connection from Meralco. The cost of new transformers and other equipment will be by the Implementing Agency/ NIH/ University. The final location of the main electrical equipment room for transformers and switchgears will be based on the recommendation of Meralco in coordination with CPDMO engineers. The main electrical room is currently located on the ground floor plan. The contractor, CPDMO, construction management team and Meralco representatives should have a coordination meeting and visual inspection after the electrical permit from city hall is available.

e. The existing NIH building has an existing sewer line connected to the campus service provider. Permit to connect with the service provider ‘s pipes and the tapping (diameter of pipes) or tapping points, will be decided as soon as the sanitary permit from city hall is obtained. The CPDMO have the sizes of internal sewer line diameter, but the service provider may or may not allow the new building to use the existing internal sewer lines as tapping point.

f. The existing NIH building has an existing drainage line connected the MMDA drainage going to Manila Bay, along Pedro Gil Street (to the west). The campus also has lines connected to the Taft Avenue drainage lines going towards Paco (to the east) and connected to the Pasig River. CPDMO notes the Pedro Gil side drainage is working as of August 2013 month but needs improvement and the Taft Avenue drainage line has not been properly working for the past 3 years.

g. The new building requires a new connection for potable water due to the anticipated volume and pressure requirements. There are available water lines around the proposed project site, and the contractor can connect to the existing water line for temporary use during construction provided a sub meter is installed.

E. SCOPE OF WORKS

1. Space Program Adjustments: Design proposals should maintain the gross floor area identified in the bid documents, but may adjust space program sizes to provide for additional mechanical, electrical, plumbing (MEP) program components. These components may be required after code requirements are reviewed and the main mechanical, electrical, and fire protection equipment are sized. Refer to sample MEP mark-ups in Section 00600.

2. The design-build project shall provide for “shell and core” and fit-up of selected occupant areas. The

following definitions apply to this project:

Page 225: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX ADDITIONAL INFO 03/12/2014 Page - 5 of 11

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

a. “Shell and Core” generally covers ONLY base building elements and are required. b. “Shell” refers to overall structure and foundations, exterior walls, floors and roof, completing with

common areas, staircases, lift shafts, service ducts and fire services systems to local statutory requirements.

c. “Core” refers to fully-fitted public areas (like lobbies, corridors and lavatories) and mechanical and electrical main plant and up-feed, with tenant or occupant areas unfurnished.

d. “Full fit” areas should be complete with all elements that allow the occupied to be ready for operation, including ALL finishes, fittings and mechanical and electrical distributions.

3. The following spaces shall be full-fit (finished, furnished and equipped), unless indicated otherwise:

a. All Laboratory BSL-2 and support spaces (only laboratory equipment not included), except as identified under Item No. 2

b. All offices and support spaces (furniture not included) c. All conference rooms, meeting rooms and training rooms (furniture not included) d. Auditorium and support spaces, including auditorium seats with writing desks and complete

acoustic treatment (audio-video equipment not included) e. All IT/Server rooms (furniture, telecommunications and data server equipment not included) f. All shared amenities (furniture not included) g. Clinical Trial Center (furniture and equipment not included) h. Fitness Center (furniture and equipment not included) i. All corridors, circulation spaces, stairs, ramps and elevators j. All toilets and locker rooms k. All storage rooms l. Mechanical Penthouse (14F) m. Generator room and electrical & switch gear room n. All mechanical/electrical rooms o. All waste collection rooms p. All utility shafts q. All parking areas and ramps r. All other spaces not enumerated under Item No. 2

4. All shell spaces shall have access to “Shell and Core” utilities and ready for occupant fit-up. The

following shall be shell spaces (with smooth off-the-form rubbed ceiling finish, plastered walls with base coat paint, floors ready to receive finish, and all equipment not included): a. Twelfth floor (Floor 12) – Animal Laboratory floor including Vivarium BSL-2, Vivarium BSL-3 and

Laboratory BSL-3 and all support spaces b. Tenth and eleventh floors (Floors 10 and 11) except for building core and shell. c. Laboratory spaces of the Institute of Human Genetics (IHG), Institute of Molecular Biology and

Biotechnology (IMBB) and Institute of Pharmaceutical Sciences (IPS). d. All Technology Business Incubator (TBI) spaces e. Speaker’s lounges

5. The “Shell and Core” construction shall provide products and systems included in specifications

Divisions 3-16. Systems not mentioned below but in the Tender Document specifications are included. a. Complete mechanical systems, including controls, ductwork and exhaust stacks b. Complete electrical systems, including transformer, panel boards, and generator sets c. Complete electrical auxiliary systems d. Complete plumbing systems to floors served e. Fire-rated partitions, slabs and shafts f. Fire protection systems g. Elevators h. Pumps i. Loading dock equipment, dock levelers, and bumpers j. Laboratory casework per Division 12 in full fit-up laboratories, where required.

Page 226: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX ADDITIONAL INFO 03/12/2014 Page - 6 of 11

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

k. Laboratory equipment such as steam sterilizers (autoclaves), fume hoods, thimble-connected biosafety cabinets per Division 11 and the section “Contractor Furnished Equipment”.

6. Alternate design options may be offered to keep bids below the ABC as long as the net assignable

areas do not decrease in size and all code requirements are met. The net assignable area is approximately 17,000 sq.m. and the building gross area is about 34,400 sq.m. Design options with increased space efficiency may decrease building gross area by no more than 5%. The following are design changes which the bidders may consider: a. Parking area may be above ground and/or a separate multi-story structure. New car elevator

technologies can be included to decrease or eliminate ramps. Valet car parking is acceptable. Parking must comply with applicable building and life safety codes used by the permitting authorities.

b. Auditorium can be moved from Floors 5-6 to lower floors assuming program spaces retain adjacencies. Code requires exits from auditorium to the outdoors without passing through the building.

c. Excavation for new foundations and piles should not undermine the foundations of the adjacent buildings. Bidders are responsible for reviewing soil and geological conditions prior to bidding.

d. The size of area for vertical and horizontal circulation may decrease as long as code requirements and space adjacency requirements are met.

e. Fire Exit stairs that are completely enclosed in high-rises must be positively pressurized (air conditioned). Outdoor ventilation for fire exit stairs will eliminate the need for the separate air conditioning system.

f. Increase the size of mechanical, electrical, plumbing, fire protection (MEPF) and life safety program spaces as determined by code requirements

g. Additional mechanical, electrical, plumbing, and fire protection spaces are required but not shown in the bid documents. Engineered designs to show these in bid documents.

h. A service elevator and stairway must extend to the highest level where there is mechanical equipment for service, maintenance and future equipment replacement.

i. Exhaust stacks at the top of the building are required but not shown in the plan. Fixed aluminum louvers shall enclose the roof top equipment.

j. Building line must be held 5 meters away from the crown of the Dita tree shown in the plan. Assume the outline is representative of the existing tree crown. Contractor shall be responsible for replacing the Dita tree with a new one that can grow to the same size if roots are damaged during construction.

F. BUILDING AND SPACE REQUIREMENTS

1. The architectural design of the building shall consider the historical context of UP Manila Campus. An example of an elevation restudy uses arches at the building podium to compliment the architectural style of other surrounding buildings. Refer to Section 00600.

2. High-Rise Building Areas of Rescue/Areas of Refuge: Attached is a brochure from a manufacturer for the two-way radio required in high-rise building exit stairs. The graphics mention the Area of Rescue/Area of Refuge space requires reserving two wheel chair spaces to increase the size of landings on each floor of a high-rise. The point of the space is to allow people in wheelchairs or aged slower moving people to stand and wait in the fire exits without being trampled by others who are escaping. In addition, since wet pipe risers for fire protection are typically included in the stairways (and decrease the space), any plumbing located in the stair shaft should not decrease the required egress widths and spaces for Areas of Rescue/Areas of Refuge. Refer to PBD Annex 7.

3. Building Project Life Safety Features:

a. Fire sprinklers - including laboratories and computer server room b. Fire Extinguishers and Extinguisher Cabinets within 80 feet.

Page 227: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX ADDITIONAL INFO 03/12/2014 Page - 7 of 11

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

c. Wet Pipe System Fire Hose Valve all floors + outdoor siamese d. Smoke and Heat detectors all rooms e. Strobe light and bell alarm f. Public Notification System - overhead g. Emergency power for all life safety devices h. Stand-by power for continuous operation of exhaust (fume hoods; freezers with high-value

specimen and products, BSL-3 and vivarium) i. Emergency showers in all wet laboratories with chemicals j. Hand held eyewashes at all laboratory sinks (fit-up standard) - in specs already k. Fume hood exhaust /room in every laboratory floor with stand-by power (no power outages). l. Doors open in the direction of egress. No doors or equipment access less than 960 mm wide. m. Egress stairs (fire exits) shall comply with requirements for high-rise new construction and provide

Areas of Rescue / Areas of Refuge (2009 International Building Code) n. Special isolated areas like PNEI hearing test rooms shall be fit-up with room-within-room

emergency notification devices (combination vibration and strobe). o. Controlled Environment Rooms (cold rooms) shall have panic buttons to request assistance and

strobes for alarm notification. p. Two-way communication noted in specs for phones inside elevators. Add two-way communication

for Areas of Refuge as well. q. Phone communication provided to mechanical areas for safer working conditions. r. After move-in and laboratory risk assessments, oxygen depletion or toxic gas detection devices

may be added. Wall space should be reserved in all labs. s. Every laboratory floor with wet laboratories (BSL-2) shall have access to one steam sterilizer in

accordance with CDC recommendations. Each will have an electrical steam generator. t. Lightning protection is provided by electrical. u. Seismic restraints for equipment are to be provided per Mechanical Code. v. Electrical design to provide earth grounding bars in laboratories for equipment, and arc flash

studies for main electrical equipment. w. If underground, parking garage will have natural ventilation to outdoors using shafts to avoid carbon

monoxide poisoning. (National Building Code) x. Signage to notify building occupants of laboratory and building hazards are included in the

specifications.

4. NIH Building Project Security Features: a. Building Automation and Monitoring Systems are in the specifications for adjusting energy

consumption, receiving early notice of breakdowns and outages, and allowing shut-outs from spaces. The design can be finalized prior to contract award. Cost can be in a range based on how simple connections will be.

b. NIH can add more features to the Building Monitoring System with additional budget for BMS, IT/LAN, to centralize notification of the status of fans, freezers, doors, and other electrical in the building.

c. There is also data security. Lab Information Management System (LIMS) LIMS can have laboratory data input to share data across NIH with patients' permission or waivers of privacy.

d. Physical guards in lobby control access. e. Card key access control for lab and office doors, and in elevators for programmed access to lab

floors. f. In the event of a security event, fire emergency alarm pulls can be activated. g. In fit-up of BSL-3 and ABSL-3 areas, higher security such as retina-recognition and security

cameras may be added at the entry and inside the suite.

Page 228: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX ADDITIONAL INFO 03/12/2014 Page - 8 of 11

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

Query #8: What is the space program for the bare floors, specifically the tenth and eleventh floors? This information is important in the schematic engineering design of the Project.

Answer: The tenth and eleventh floors are reserved spaces for future expansion of the Institutes. The

projected spaces in these floors will include laboratories and support spaces, offices, and service/utility spaces. The layout of these floors will generally follow that of the floors below them and is shown in the diagram:

Query #9: Is the office furniture included in the proposal or is only the laboratory furniture included?

Answer: Office furniture systems shall not be included in the base bid. Furniture is shown in the plans for

coordination with desired building utilities. A Division 12 specification was provided to guide the design of office services. The Specifications indicate office furniture in plans shall have access to electrical power and DATA/LAN.

Laboratory casework/furniture is to be provided for laboratories to be fully fit-out. There will be about 1,400 sqm of biosafety level 2 (BSL-2) fully fit-out laboratories and support spaces - Clinical Trials, Central Laboratory, Institute of Ophthalmology, Institute of Herbal Medicine and PNEI. All other laboratories and the vivarium will be shell space. Note that the plans also show five cold rooms which are to be provided as defined in Section 13030 - Controlled Environment Rooms.

G. ENGINEERING REQUIREMENTS

1. MEP spatial requirements are noted on the current bid package drawings to clarify the spaces needed

per code. Bidders are to consider the noted spaces and provide for the MEP systems represented. Space and shaft sizes and locations shall depend on the design concept that will be submitted. Refer to Section 00600.

Query #10: Given the account stated in the Bid Data Sheet ITB Clause 7.0 under Technical Documents

number 1.7 about the utility systems, would it be acceptable if we are going to include the basic conceptual design of the utility systems only or we must include a more detailed program? In relation to the above-mentioned matter, we would like to ask a copy of the existing utility system lay out as our reference.

Answer: Site utility drawings are included in Section 00600 as issued by Campus Planning Development

and Maintenance Office (CPDMO). The bids should identify the spaces for the main engineered systems that are required by building codes and standards. The basic design concepts for supplying services to the program areas like the auditorium, offices, parking, laboratories, exit stair, and toilets should be noted. Utility systems to be shown are noted in the Division 15 and 16 specification section.

Page 229: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX ADDITIONAL INFO 03/12/2014 Page - 9 of 11

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

H. LABORATORY REQUIREMENTS

Query #11: For BSC Class 11, A2, B2? ‘NSF’ or not? Years of warranty of re certification/re calibration by certified NSF engineer. (suggested 3 years extended)

Answer: The project shall have biosafety cabinets that are Class II, Type A2 and shall comply with the

National Safety Foundation No. 49 (NSF 49) standards in construction and performance, proven through documented physical factory tests. Prior to acceptance, new biological safety cabinets shall be field tested. Electrical components shall have meet or exceed Underwriters’ Limited (UL) ratings in electrical safety and reliability. See additional information per Specifications Section 11535 – Biological Safety Cabinets.

Query #12: Part 9, clause F10 A. Typical laboratory casework, powder coated steel specifications should

be detailed e.g. thickness of metal, preparations like (anti-rust, anti-microbial), and oven drying finishing for Epoxy resin top (counter tops should have green guard, LEED & ISO certifications. (counter tops also should have chemical resistivity test certifications).

Answer: Several technical specifications answer this question. Refer to Section 12352 – Metal Laboratory

Casework, Section 12353 – Adaptable Laboratory Casework System, Section 12354 – Custom Stainless Steel Laboratory Casework, and Section 12356 – Countertops.

Query #13: Regarding the requirement for a green building, it has been observed that there are quite a

number modular fume hoods in the laboratories. These fume hoods will be a major cause of energy loss as they take out so much air and, consequently, the building will have to provide an equal amount of air as replacement. We’d like to recommend that the Implementing Agency consider the use of NSF-approved ductless hoods/systems to minimize the exit of cold air in the building.

Answer: Safety requirements shall take precedence over green building design considerations in

addressing the proper ducting and release of air from the chemical processes. Ductless fume hoods are not acceptable because of the cost of regularly changing the filters. When not changed regularly, the particles captured in the filters can become fire hazards. Instead of ductless fume hoods, the NIH facility would use energy-saving fume hoods that several manufacturers have developed that require mechanical systems to use variable air volume components. For design purposes, bidders are to assume that there will be one fume hood room on each laboratory floor and the maximum amount of chemicals stored shall be within the limits of the applicable fire code.

Query #14: Given that there will be a BSL-3 facility in the building, it is recommended that the team

involved in installing the biosafety cabinets, air flow systems, and the containments must be NSF-certified. We recommend that a NSF-certified Engineer, especially in the building structure, must be part of the engineering team.

Answer: The Design Build team does not need to have a NSF-certified engineer as the relevant NSF

certification standard is NSF/ANSI 49-2011 for Class II biosafety cabinets. NSF International has certified individuals and the products of several companies whose products are available in the Philippines. In addition, expertise in NSF International / ANSI standards is not sufficient. The Implementing Agency requires that building systems shall be designed by experienced professional engineers with comprehensive knowledge of mixed-use, high-rise, laboratory standards.

Query #15: On the query on BSC Class II A2B2, NSF or not, there was no requirement in the

organizational chart for the… [NSF-certified engineering team]. We request for improvement of

Page 230: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX ADDITIONAL INFO 03/12/2014 Page - 10 of 11

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

such requirement. The maximum capability on the Contractor’s side is necessary in order to ensure that the WHO requirements will be met.

Answer: The Implementing Agency does not require the prospective bidder to have a certified NSF

engineer in the organization. However, the Implementing Agency will require NSF certification per specification section 11535 Biological Safety Cabinets. The prospective bidder is given the prerogative to either include an NSF-certified engineer on their team or to purchase products that are pre-certified by manufacturers listed on the NSF International website such as ESCO, Thermo Fisher, Nuaire, Allentown – among others.

Query #16: How many BSC’s, Fumehood and Fume Extractors needed in the building?

Answer: The base bid should not contain the equipment, but the Design Build bid should include the

design of laboratory exhaust systems that follow guidelines for preventing cross-contamination between rooms.

For the purpose of designing mechanical systems, sizing air handling and ductwork, laboratory areas identified below should have the ducted exhaust to allow future installation of dedicated exhaust for at least one fume hood, one biosafety cabinet with thimble connection, and a canopy hood for extraction of steam and heat.

Lab / Floor Level Location

Fume Hoods-(Section 11531)

Biosafety Cabinet

Class II Type A2 w/ Thimble

Connection (Section 11535)

Canopy Hoods for Steam Sterilizers and Cage Rack

Washers (Section 11536)

Central Lab, Floor 3 4 foot hood 6 foot BSC Medium autoclave IO Lab, Floor 3 6 foot BSC Clinical Trial Center, Floor 4 4 foot hood 6 foot BSC Small autoclave Temporal Bone Laboratory, Floor 4 4 foot BSC Small autoclave IPS Lab, Floor 6 4 foot hood 4 foot BSC Small autoclave Tech Business Incubator 17, Floor 6 4 foot hood 4 foot BSC Small autoclave Tech Business Incubator 18, Floor 6 4 foot hood 4 foot BSC Small autoclave IHM Lab, Floor 6 4 foot hood (2)- 4 foot BSC Small autoclave IHG Newborn Screening Lab, Floor 7 4 foot hood 4 foot BSC Small autoclave Cytogenetics Lab, Floor 8 4 foot hood (2)- 4 foot BSC Small autoclave Biochemical Genetics Lab, Floor 8 4 foot hood 4 foot BSC Small autoclave IHG & IO Molecular Genetics Lab, Floor 8 4 foot hood (2)- 4 foot BSC Small autoclave Molecular Biology Research Facility, Floor 9 4 foot hood (2)- 4 foot BSC Small autoclave Biochemistry Laboratory, Floor 9 4 foot hood (2)- 4 foot BSC Small autoclave Microbiology Facility, Floor 9 4 foot hood (2)- 4 foot BSC Small autoclave Tissue Culture Facility, Floor 9 4 foot hood (2)- 4 foot BSC Small autoclave Tech Business Incubator 19, Floor 9 4 foot hood 4 foot BSC Small autoclave Shell Laboratory Space, Floor 10 (2) - 4 foot

hoods (2)- 4 foot BSC Medium autoclave

Shell Laboratory Space, Floor 11 (2)- 4 foot hoods

(2)- 4 foot BSC Medium autoclave

Vivarium, Barrier, ABSL-2, Floor 12 4 foot hood (2)- 4 foot BSC Medium autoclave, Cage &

Rack Washer Vivarium, Containment, ABSL-3, Floor 12 Medium

autoclave, Cage & Rack Washer

Containment Laboratory BSL-3, Floor 12 Medium autoclave

Page 231: 2014 NIH Philippine Bidding Documents.pdf

NATIONAL INSTITUTES OF HEALTH BIDDING REQUIREMENTS ANNEX ADDITIONAL INFO 03/12/2014 Page - 11 of 11

__________________________________________________________________________________________________ Read and accepted as part of the Contract: ____________________________________

Bidder/Contractor

Query #17: The location/room of the BSC, Fumehood and Fume Extractor?

Answer: The locations of future equipment that will mechanical system design for dedicated exhaust are noted in the table.

Query #18: Are steam sterilizers to be provided by the Contractor? Answer: No - steam sterilizers shall be Owner Furnished and Installed (by the University). Refer to

specification Section 11530 - Contractor Furnished and Installed Lab Equipment which identifies the equipment that should be included.

END OF ANNEX 8