Tor Daed Clark 1

You might also like

Download as pdf
Download as pdf
You are on page 1of 16
‘TERMS OF REFERENCE FOR THE PREPARATION OF DETAILED ARCHITECTURAL 'AND ENGINEERING DESIGN (DAED) FOR THE SITE DEVELOPMENT AND THE FOOD AND CULTURAL HALL AT CLARK TIEZA TOURISM ENTERPRISE ZONE 1. BACKGROUND ‘On 11 September 2009, TIEZA (then PTA) signed a lease agreement with the Clark Development Corporation (CDC) covering a twenty (20) hectare property inside the Clark Special Economic Zone for 25 years or until September 2034. n 28 june 2018, CDC sent a leter inquiry anent TIEZA’s latest economic viability study forthe project vis- 2evis the recent change in the needs and demands of visitors in the area. CDC made emphasis that TIEZA’s project shall be responsive to the growing needs of Clark as an emerging investment haven and tourist hub outside Metro Manila, (On 06 May 2019, the TIEZA fnvestments Committee (ICC) was created to handle the investment related activities of the agency, The ICC, pursuant to the direction of the management, has prioritized TIEZA entities for investments which included the TIEZA leased Clark property, It was decided further that an ‘updated master plan should be prepared to determine the property's highest and best use that will address the demand for tourism related developments inside Clark. As per the Department of Tourism (DOT) Reglonal Office Il, the area demands for shopping, leisure and entertainment complex. On 14 December 2020, the TIEZA Board of Directors approved the Comprehensive Tourism Master Plan (CTMP) for the subject property and subsequently approved its designation as a Tourism Enterprise Zone (TEZ) under Republic Act No. 9593, otherwise known as the "Tourism Act of 2009". This project is envisioned to be a TIEZA-operated TEZ which will be sustainably developed into an integrated premier shopping tourism destination that will contribute to the socio-economic growth in the area. Considering the strategic location of the property, it will target the high spending cruise passenger market and tourists as a result of emergence of Subic Freeport Zone as a new cruise hub in Luzon and expansion of Clark International Airport. AAs per the approved CTMP, the CTEZ 20-hectare property is envisioned to include a Premier Shopping Complex, Convention Centre, 5-star Hotel, Businessman’s Hotel, Theme Park, Villas, Food and Cultural Hall, Fitness Club, Green Open Space, and Intermodal Transport Terminal. A Site Development Area was also included for the development of a Main and Secondary Access Road, a Walkway and Jogging Trail, Park/Outdoor Activity Area, and Utilities such as Water Supply System, Power Supply System, Communication System, Storm Water Drainage System and Sewer Drainage System. ‘TIEZA, desirous to kick off the development of the whole CTMP Master Plan, deemed it necessary to invite Service Providers to pre-qualify and submit bid proposals for the Detailed Architectural and Engineering Design (DAED) of the Site Development Area and the Food and Cultural Hall at the 20-Hectare TIEZA leased property at the Clark Special Economic Zone thru a competitive bidding process in accordance with all applicable provisions of the Philippine Procurement Law or Republic Act (RA) 9184, 2. OBIECTIVE ‘The main objective of this TOR is to provide technical guidance and instructions to interested Service Providers (Consulting Firms) so that they can fulfil the preparation of a Detailed Architectural and Engineering Design (DAED) for Site Development Area and the Food and Cultural Hall, as Identified by the CTMP, under the Design Services Procurement Scheme of the Government. 3. METHODOLOGY ‘The preparation of the final output, DAED, shall be borne out of the review of the provisions of the CTMP and other existing materials, data rescarch, technical surveys, coordination with government Page 1 of 16 and private agencies, site verification and other methods in gathering additional data and information necessary in the preparation of the conceptual plans and DAED. Operations and maintenance considerations must also be studied. 4. APPROVED BUDGET OF CONTRACT. ‘The Approved Budget for the Contract (ABC) shall be a total of TWENTY THREE MILLION FOUR HUNDRED EIGHT THOUSAND PESOS ONLY (P23,408,000.00) inclusive of all other applicable government permits and taxes. Said ABC shall cover the cost of all expenses incurred for the Preparation of the DAED of the Site Development and the Food Cultural Hall Building. 5. Al PRI ‘The Total Aggregate Budget for the Site Development and Food and Cultural Hall, is FOUR HUNDRED EIGHTY FOUR MILLION TWO HUNDRED THIRTY THOUSAND PESOS ONLY (Php 484,230,000.00): Bre (in PHP) | Site Development FE 279,230,000.00 «Walkway and Jogging Trail Development 24,000,000.00 «Parks/Outdoor Activity Area iz 15,000,000.00 = Road and Open Spaces 187,700,000.00 + Utilities 17,000,000.00 + __ Storm Management Drainage System __|_8.000,000.00/ + Sewer Management Drainage System i 8,000,000.00 + Water Supply System 7,000,000.00 ‘+ Power Supply System i 10,000,000.00 + Communication System 2,530,000.00 | Food and Cultural Hall 205,000,000.00 TOTAL AGRREGATE BUDGET 484,230,000.00 1m preparing the DAED, the consultant shall take into consideration the above-indicated budget for the Site Development and the Food and Cultural Hall 6. PROJECT DURATION ‘The Duration of the Contract shall be One Hundred Fifty (150) Calendar Days reckoned from the acceptance of the Notice to Proceed. 7. THE PROJECT. ‘The Project shall be as proposed in the CTMP in terms of designation, location, areas, lay-outs, widths, lengths and concept designs and shall include the following: 7.1 Site Development The proposed Site Development shall be at the designated Non-Leasable Area, as per CTMP, and shall not encroach in development any of the Leasable Locator Areas, The following components shall compose the Site Development. a. Jogging Trail area - to be Developed as a Walkway Page 2 of 16 b. Parks/Outdoor Activity Area © Road and Open Spaces - 20M and 15M Road Right of Ways 6. Utilities Area i. Storm Management Drainage System ii, Sewer Management Drainage System Water Supply System iv. Power Supply System ¥. Communication System 7.2 Food and Cultural Hall This project scope shall be called the Food and Cultural Hall to be designed on the following parameters, among others: Designated location would be the same as per the CTM! Designated Lot Area shall be the same as per CTMP 15,086 square meters; ©. A'5,086 sq. meter area shall be allocated as open space inside the Designated Lot Area wherein a future DOT/TIEZA/Duty Free and Pasalubong Area office edifice shall be separately built to include its own Parking space; . The location of the open space shall be as indicated in the attached Site Development Plan ‘wherein the consultant shall survey and establish the demarcation line based on the given areas; ¢. The Total Lot Area (15,086 sq. mtrs) less the Allocated Area for the offices (5,086 sq mrs) shall be the new Net Area of Development (10,000 sq, mtrs) for the Food and Cultural Hall to include parking, access roads, set-backs and open space; The Allocated Area for the offices shall not be included in the scopes of work for this TOR and shall be labelled as open space in the presentations; & This “Addendum” shall include an approved ‘Site Development Plan" (See Attached) for the Total Lot Area which shall be followed for the lay-out and sitting of the Food and Cultural Hall development: 1. General Building Design Concept but not limited to: © New Gross Floor Area (GRA) for the Food and Cultural Hall would not follow CTMP but would be pegged at 4,000 sq. meters © U-Shaped Block Lay-out building fronting the main access road and with required setbacks on all sides; (© Use of Passive Cooling where natural ventilation and day lighting and shading is ‘maximized to reduce the use of air-conditioning to a minimum; (© Barrier-free Tourism Design of Facilities in encouraged; (© Use of green products for facade and interior fit-outs is encouraged; © Filipino Christmas Parole theme and other {cons and trademarks of the Province of Pampanga shall be incorporated in the aesthetic design; © Building shall be 2-storey taking into consideration the CAAP standards on building heights due to proximity of the Site Location on the Diosdado Macapagal International Airport (DMIA); © Ample Parking Space to include cars, bus, motorbikes and bicycle's should be considered but shall not be less than the required space and slots as per the National Building Code; Page 3 of 16 © Access roads of designed width within the Net Area of Development for convenience of movement of vehicles to any point inside the area. © Loading and Docking bay(s) and area(s) for utility operation, operational activities as well as ease of movement of people between floors should be considered in the design; ‘© Conveniences for ease of mobility, movement from floor to floor and convenience for Persons with Dis-abilities (PWD) shall likewise be considered including other amenities and facilities; ‘© All drop-offs shall be sheltered and on-street drop-offs are discouraged: First Floor Concept nat limited to: ‘© The Ground Floor shail house the ideal number of Food Stalls not more than $0sq ‘meters in space area with ample space for cooking and food preparation, properly Uluminated, ventilated against smoke emissions, conveniently equipped with proper grease traps and drainage system among others; ‘© Common dining area so designed for uniformity and equality in opportunities for the Food stalls as to access, space and spacing, viewing and conspicuousness wherever the clients maybe in the hall; (© Dining and activity areas and shall have an outdoor “al fresco"; ‘© Utility Area(s) shall be included for the common dishwashing of dinning utilities outside the scope and area of the individual stalls: Second Floor Concept not Limited to: © The restaurants should be so designed to include private areas for food preparation, dishwashing, operational utilities. It should be adequately illuminated for all occasions, noise proofed, well ventilated, and with individual drainage and solid waste system; 8. DESIGN CODEAND STANDARDS The de: provisions of the following standard: ign and specifications shall conform to and be compliant with the applicable laws and ‘The design of The Project shall be compliant for all required construction and environmental permits and certificates. a » Be orte ranean Department of Public Works and Highways DPWH Design Guidelines Criteria and Standards; National Building Code ofthe Philippines (PD 1096) and its latest amended IRR and its referral Codes and Standards; Plumbing and Sanitary Code ofthe Philippines; Sanitation Code of the Philippines; Water Code of the Philippines; National Structural Code of the Philippines (NSCP) 2010 edition; Phillppine Electrical Code (RA184}; Fire Code ofthe Philippines Philippine Blectronics Code; Clean Water Act (RA 9275 of 2004); Accessibility Law (BP 344) Green Building Code |. DENR/EMB ECC standards Applicable Local Regulations and Ordinances Page 4 of 16 il Aviation Authority of the Philippines (CAAP) on Building and Surveying standards near airports. 9%. D. ERIN SER The Service Provider shall render full and complete DAED services generally described below: 9. Architectural Design Services shall include but not limited to: Architectural design Road and Pavement Layout Space planning Interior design Exterior design Landscape Design mpeoee 9.2 Engineering Design Services shall include but not limited to: Geotechnical Investigation ‘Topographic Survey Hydrologic Study Road and Pavement Design, Water Supply Design Power and Lighting Sanitary/Plumbing Design Storm Drainage Design Sewer Drainage Design Sewage treatment plant (STP) Structural Design Civil Design |. Mechanical Design Fire Protection System Air-conditioning & Ventilation System Elevator System (if applicable) Electrical Design Telephone System Fire Detection and Alarm System Structured cabling/Information & Communication Technology Central Paging System with pipe-in music Building Management System (BMS) i. Security System CCTV System Soil protection/termite control Spe meaoge SMEese re nevoRg rR 9.3. Environmental Certificate Requirements (Site Development and Food Hall Building) a. Environmental Impact Assessment (EIA) b. ‘Traffic Impact Assessment (TIA) ‘c. Engineering Geological and Geo-Hazard Assessment Report (EGGAR) 9.4 Civil Aviation Authority of the Philippines (CAAP) Requirements a. Building Height Clearance Permit and Height Limitation Clearance for the Final Plan; 10. SCOPE OF WORK ‘The Service Provider shall perform the following Scopes of Work: Page 5 of 16 10.1 Review and Verification of Existing Information Review all readily available basic data and information regarding The Project from the approved CTMP and other readily available materials/source. The Service Provider shall ensure that it has, first-hand information and understanding of the site, site development and designated areas, terrain and soil condition, maps and suggested design concept and other data that are readily available from the TIEZA and other concerned Entities. 10.2 Gathering of Additional Data and Information Conduct due diligence works to gather supplemental pertinent data and information should any of baste data and information be unavailable as needed in the design. The Service Provider should also verify all data relevant to the task at hand, These suggested works in the gathering of data shall be considered but not limited to the following: a Research and Analysis ~ conduct first and second-hand gathering processes for additional pertinent data necessary for the design not confined to research, surveys, site visits and coordination with all agencies . Relocation and Topographic Survey ~ research data to establish the boundary corners of the 20-hectare property, the assigned lot areas and lay-out of the project footprint of The Project, issues of encroachment, ownerships, accretions, improvements, accurate depiction of the land, and all other surveys required, © Geotechnical and Hydrologic Investigations ~ conduct survey and sol boring investigations for the geologic mapping of the Lot areas concerned to gather data and information on soil conditions, strength of soil, presence of underground cavities, surface and ground water ‘movements, flood risks and mitigation measures, slope stability analyses and other soil parameters for use in the design of all the foundations, excavations, trenching, pipe design and lay-outs and other concerns of The Project; 4. Ske Inspection and Data Verifletion - conduct on-site inspection for verification of gathered data and information and orientation with the following not limited to: 1. Location and nature of works 1. Climatic conditions; iii, Nature and condition of the terrain; iv. Geologic conditions at the site; ¥. Transportation and communication facies; vi. Availability of construction materials, Jabor, water services, electric and power supply: Vik Location and extent of aggregate sources; viii, Demographic information and consumer information to assess current and forecast foture water consumption and sewerage outputs and: ix, Termite Control and management % Other factors that may affect the cost, duration and execution of the work, 11. Situational Analysis ‘The Service Provider shall prepare and submit a Situational Analysis (Preliminary Report) considering that all the necessary information and data have been gathered. These should include but not limited to the Scope, Purpose, Manpower, Methodology, Situational analysis, current condition of the sites, land areas assigned to the project scopes, terrain and elevation, areas, length, width and route of the jogging trail, roads, sidewalks, landscape areas, water surface run- of, flooding problems, pipelines, location of manholes, tapping points, drainage discharge points, utilities, plant sites, building footprints and setbacks, minimum performance standards and specifications, and all other pertinent matters, deemed by the Service Provider, relevant to the Preparation of tite Conceptual Plans and DAED. Page 6 of 16 ‘The study shall include comments and recommendations as to the best circumstance and practice suited for The Project. TIEZA shall evaluate the Report and recommend course of action to be taken prior to the preparation of the Conceptual Plans. 12. Conceptual Plans and Design Aligning form the approved Situational Analysis, the Service Provider shall conceptualize design concept for each of the component of The Project that will be functional, safe, and durable and aesthetically preserve the natural land features of the environment. Inputs of the CTMP must also be considered in the Design. A Conceptual Plan and Design for each of the components of The Project shall be prepared to include but should not be limited to: |. Rationale of the Concept Floor Plans with dimensions and area tabulation , Site Development Plan Elevations Building and Site Sections Perspectives Estimated Construction Cost which shall not exceed the corresponding Budget Cost for each component. TTIEZA shall evaluate, review and approve one concept for each component of The Project which will be designed, finalized and prepared a Preliminary and Final DAED. 13, Preliminary Detailed Architectural and Engineering Design (DAED) From the approved Conceptual Plans for each of the component of The Project, @ Preliminary DAED, translated into plans and documents, shall then be prepared. ‘The DAED shall comply with all the applicable requirements of the General Codes and Standards as well the TIEZA Bids and Awards Committee (BAC) for the Implementation Stage. ‘The DAED documents to be submitted shall compose of the following but not limited Executive Summary Relocation and Topographic Survey Plans Hydrological Survey Report Geotechnical Test Report Preliminary Study Report Road and Pavement Design Structural Design and Computation Blectrical Design Computation Sanitary Design Computation Mechanical Design Computation Electronic Design Computation Detailed Ancillary Construction Plans for all project Scopes: ~ Architectural Plan > Structural and Civil Plan = Electrical Plan + Sanitary Plan ~ Plumbing Plan ~ Mechanical Plan ~ Blectronics Plan 1m, Construction Schedule and Timeline erro Page 7 of 16 nh, Material Technical Specifications 6, Detailed Bill of Quantities, Cost Estimates including detailed unit price analysis p. ECC requirements ~ BIA, TIAand EGGAR ‘TIEZA shall review, evaluate and approve this deliverable prior to the final preparation of the DAED. 14. Final Detailed Architectural and Engineering Design (DAED) ‘The approved Preliminary DAED for each of the component of The Project shall be finalized and submitted with corresponding signature and seal of the designers. The final DAED must be compliant with all the General Codes and Standards for construction and environment permitting, and shall pass the all the requirements of the TIEZA BAC for bidding purposes. TIEZA shall cause the approval ofthe Final DAED. 15. TENDER. ‘The Service Provider shall offer assistance to the TIEZA Bids and Awards Committee (BAC) in the following: a. Provide the necessary tender documents for the bidding of the project; and », Attend Pre-bid Conference and other meetings to clarify matters pertaining to the drawings, design and other documents of the bidding; 16. DELIVERABLES AND TIMELINES ‘The Service Provider shall submit to TIEZA the following Deliverables Signed and Sealed by the various Technical Professionals: DELIVERABLES FINAL COPIES ‘TIMELINE 1. | Preliminary Inception/ For Plans: 4sets-24"x36" | _25-CalendarDays |] Situational Analysis Report | paper from receipt of Notice (Unclude the following :) For Documents: 4 sets - Ad to Proceed bound copies For Plans: 4 sets 24" x36" paper For Documents: 4 sets ~ A4 bound copies | @ Geotechnical and Hydrolagic Test Reports b. Allrequired relocation and | For Plans: 4 sets ~ 24” x 36" Topographic Survey Plans) paper and Report For Documents: 4 sets - Ad bound copies Final Inception/Situational For Plans: 4 sets - 24 x 36" 10- Calendar Days Analysis Report paper from approval of For Documents: 4 sets ~ A4 Preliminary bound copies Inception/Situational Page 8 of 16 ] Analysis Report | |2, | Preliminary Conceptual Plans | ForPlans:4sets-20' x36" | _40-Calendar Days and Design Two (2) Conceptual | paper from approval of Final Plans for each Project Scope ForDocuments:4sets-A4 __Inception/Situational bound copies Analysis Report (SAR) Final Conceptual Plansand | ForPlans:4sets-24°x3@" ‘10 Calendar Days Design Two (2) Conceptual Plans | paper fromapproval of {foreach Project Scope ForDocuments:4sets~ Ad | Preliminary Conceptual ‘bound copies | Report 3. | Preliminary Detailed For Plansi4seis~ 24x56" | 50- Calendar Days Architectural and Engineering | paper from approval of the Design (DAED) For Documents: 4sets-A¢ | Final Conceptual Plans (Complete Plans and otter bound copies «and Design Documents including Design Computations, whichever i applicable, for the following: ' ~ Structural, electrical Sanitary, Plumbing. Mechanical and Electronics) Final Detailed Architectural | ForPlans:Ssets-24"x36" | _15- Calendar Days and Engineering Design paper from approval of the (AED) For Documents: § sets At Preliminary DABD (Complete Plans and other bound copies Documents including Design _| Note: Final DABD documents Computations, whichever is ‘must bear the signature and applicable, for the fllowi ‘seal ofthe Designers. ~ Structural, electrical Sanitary, Plumbing. Mechanical and Blectronics) | All deliverables are subject to a Ten (10) Working Day evaluation and approval of TIEZA which would issue notices for the next course of action. Two (2) USB drives shall be submitted containing the contents of the deliverables. All drawing plans ‘must be in AutoCAD Format, Documents to be in Word or Excel format, while pictures to be JPEG format. All deliverables should be submitted to TIEZA in original form and are considered properties of TIEZA and may not be used for other purposes. 17. ELIGIBILITY REQUIREMENTS ‘The eligibility requirements for the Service Provider shall comply with the applicable provisions of the R.A, 9184 and all its applicable annexes and latest IRR guidelines; 474. Firm The Service Provider, in case of joint venture (JV), the JV partner should be a reputable firm and must have at least ten (10) years of business operation in Detailed Architectural and Engineering Design experience. Page 9 0f 16 472 b._ The Service Provider should have undertaken/completed at least one similar project of the same scale and magnitude in the amount of 50% of the approved budget of this undertaking in the last five (5) years; The Service Provider must not have a negative record from the Government Procurement Policy Board (GPPB), Philippine Government Electronic Procurement System (PhiIGEPS), previous clients, or other government bodies; 4 Documents shall be presented in writing forthe following: (© _ List of Previous Engagements and Quality of Performance in similar projects; (© List of Previous Engagements in other projects; © List of current/on-going engagements in similar and other projects; © Overall work commitments, geographical distribution of current/pending projects and ‘the distribution of resources, equipment, and key personnel Key Technical Personnel In order to provide for the top-level performance of the assigned task, the Consultant shall ‘mobilize the qualified staff (key personnel as well as the support staf?) KEY TECHNICAL PERSONNEL ‘MINIMUM REQUIREMENTS Position Number Qualifications Project Manager Must be a licensed Civil Engineer or Architect. Must have at least ten (10) years of experience as a Project Manager of an architectural and engineering-design related projects. Principal Architect ‘Must be a licensed Architect, Must have at least seven (7) years of experience in the architectural design / planning and have worked with both architectural and engineering design teams: Must have experience as Principal Architect in the architectural and engineering design/planning of two (2) building/horizontal projects of similar or greater magnitude and complexity, scope and nature as the proposed project; Design Architects Must be a licensed Architect Must have at least five (5) years of experience in the architectural design / planning and have worked with both architectural and engineering design teams. Must have experience as a senior design architect in one (1) bullding/horizontal projects of similar or greater magnitude and complexity, scope and nature as the proposed project. Page 10 of 16 Structural Engineers ‘Must be a licensed civil engineer with master’s degree in structural engineering. “Must have at least five (5) years of experience im the design | of structural steel and reinforced concrete structures for | commercial, institutional, residential, office buildings, | roads of similar or greater magnitude and complexity; ‘Must have experience as senior structural design engineer in two (2) bullding/hortzontal projects of similar or greater magnitude and complexity, scope and nature as the proposed project. Civil Engineer Must be a licensed Civil Engineer with extensive Knowledge in highway and traffic management. Must have at least five (5) years of experience in highway engineering and preparation of | Traffic Impact Assessments, Professional Mechanical Engineer Must be a licensed professional mechanical engineer; ‘Must have at least five (5) years of experience in the design of heating, ventilation and air-conditioning system and fire protection system requirements for bullding projects of similar or greater magnitude and complexity as the proposed project, Professional Electrical Engineer Must bea licensed professional electrical engineer. Must have atleast five (5) years of experience in the design of electrical, security & fire detection alarm system, telephone system and building management system requirements for building projects of similar or greater ‘magnitude and complexity as the proposed project. Must bea licensed sanitary engineer. Must have at least five (5) years of extensive experience in Electronics and Communication | Engineer Sanitary Engineers the design of sewer, drainage and water distribution systems including sewage treatment plant for building projects of similar or greater magnitude and complexity as the proposed project. L Must be a licensed Professional electronics and Professional communications engineer. Must have at least five (5) years of experience in the design of electronics and communication / ICT system for building projects of similar or greater magnitude and complexity as the proposed project. Page 11 of 16 Geodetic Engineer Must be a licensed geodetic engineer. Must have at least five (5) years of experience in the conduct of land survey and or lay-out of vertical and horizontal projects. The task of the Geodetic engineer is to determine boundaries and lay-out structures for construction and five inputs related to the project. Geotechnical / Soils Engineers Geotechnical/Soils Engineer should have a Bachelor Degree in Civil Engineering and or Hydrology, and relevant minimum five (5) years’ experience in geotechnical/soils Investigation, enter DERE tebe te Cote -ee teen eene eee The task of Geotechnical/Soil Engineer is to map, plan and implement all activities covering soil investigation including seismic events in buildings and horizontal structures and give input to other experts related to this design services, Geologist, Graduate in Geology or a Civil Engineer with training or post graduate in Geological Engineering with a five (5) year minimum experience in preparing impact. geological hazards and impact assessments Environmental Specialist Environmental Specialist should have a Bachelor Degree or higher level of education in Environment or a licensed Environment Planner with at least a minimum Five (5) years’ of relevant experience in preparing environmental | impact assessments for infrastructure projects. | The task of Environmentalist is to plan and implement all activities covering the study of environmental impact assessment and give input to other experts related to this design services. Landscape Architect Must be a licensed landscape architect. Must have at least five (5) years of experience in ape landscape design for projects of similar or greater magnitude and complexity as the proposed project. Document Specialist / Specifications Writer Must be a Licensed Civil Engineer or other appropriate Bachelor's Degree. Must have at least five (5) years of relevant experience in technical writing and specifications for projects of similar ‘or greater magnitude and complexity as the proposed project Quantity / Cost Engineers Must be a licensed civil engineer or architect. Must have at least five (5) years of experience in the preparation of quantity survey and cost estimates for bullding/horizontal projects of similar or greater ‘magnitude and complexity. Page 12 of 16 Graduate in Architectural Drafting or Architecture. | Draftsmen 3 | Must be proficient in computer aided drafting. Must have at least five (5) years of relevant experience In drafting of { technical plans ‘The above listed personnel are required and shall work fulltime during the contract period, Prospective biddors shall attach each individual resume’s, PRC licenses of the professional staffs, certificates of training and all other pertinent documents proving the said personnel's expertise. Other support and administrative staffs not included but necessary for the completion of the project shall be provided by the Service Provider. 18. Short Listing of Prospective Bidders ‘The shortlisting shall be based on the following criteria and rating: CRITERIA ~ RATING Relevant experience ofthe CONSULTANT 50% Qualification of Key personnel tobe assigned tothe project 30% Current Workload Relative to Capacity 20% TOTAL | 100% The prospective bidders must pass the minimum score of seventy percent to be (70%) to be short listed. Failure to meet the specified requirements in the short listing would result o a zero (0) rating for the specified criterion 19, Evaluation Procedure In order to determine the CONSULTANT with the HIGHEST RATED BID, TIEZA shall conduct an evaluation of bids using the Quality-Cost Based Evaluation (QCBE) Procedure wherein the Technical and Financial proposal shall be given corresponding welght equivalent of 70% (echnical) and 30% (Financial) ‘The technical proposal shail be evaluated based on the following criteria; CRITERIA RATING Relevant experience of the CONSULTANT 30% Qualification of Key personnel to be assigned tothe project _ 30% Plan of Approach and Methodology —_ 40% snail a TOTAL 100% To be declared as HHRB, the bidder shall pass the minimum technical score of Seventy Percent (7096). Failure of the CONSULTANT to meet the specified requirements should result to a zero (0) rating for the specific eriterion, 20. DESIGN PARAMETERS a, Suggested information, concepts and design parameters of the CTMP must be given weight in the design of the project. All designs must conform with the New Clark City Design Standards and Guidelines. © Additional information/data should be collected apart from the information provided by the ‘TIRZA. Page 13 of 16 4. Check the validity of all information to be used in the Design. €, The Project must be designed on the basis of safety, functionality, feasibility and aesthetics taking into consideration the environment. f. Conduct a study on the current population, forecasted growth, tourist arrivals, land and right of way requirements, power requirements, water supply requirements, drainage system requirements, operations and maintenance requirements, most suitable technology to be adopted, as well as environmental and social impacts shall be 2 consideration on the proposed design concepts. g. A study among the most suited and appropriate technology shall be used for the Road Design of the components of The Project. hh. Facility development and provisions for aesthetics / architectural / landscape shall be based on green-building concepts. i, The geodetic survey shall establish the alignment corridor where the roads and its components, all supply and drainage pipes are to be located, including the designated location and areas for all the component of the Project. j. A geotechnical survey and geologic mapping of the site shall be conducted to gather data and information on the nature of the soil for use in the design process. The landscape component shall utilize easily propagating indigenous plants, grasses, trees or shrubs which will mask the “hard” face of a concrete or stone, retaining wall, whichever the case maybe. |. Drainage shall likewise be a consideration in this design concept as surface runoff as well as a small amount of subsurface water is still expected to flow from the project area. The expected amount of water shall be directed towards the drainage inlet of the existing road. 1m, All pipe sizes, dimensions and materials as well as provision for manholes, hand holes, discharge points, tapping points, access points and all other necessary components shall be so designed for ‘easy contro}, maintenance and operation of the system, 1. The Service Provider shall prepare all required documents not limited to Initial Environmental Examination (IEE), Environmental Impact Assessment, Traific Impact Assessment and Engineering Geotechnical and Geo-hazard Assessment of the project in accordance with prescribed DENR-EMB standards. This documents shall be submitted to the DENR/EMB for the acquisition of the requirement of Environmental Compliance Certificate (ECC), ©. Any design prepared by the Service Provider for the TIEZA under the Contract shall belong to and remain the property of the TIEZA. The Design Consultant may retain a copy of such document and software, but it shall not be used for other purposes without the expressed written consent of the TIEZA. 24, PAYMENT SCHEDULE Payment shall be based on the approval of submitted deliverables as follows: DELIVERABLES PAYMENT SCHEDULE ‘Approval of Final Inception/Situational Analysis 15% of the Contract Cost Report 2. | Approval of Fina] Conceptual Plans and Design 15% of the Contract Cost 3. | Approval of Preliminary Detailed Architectural and 40% of the Contract Cost Engineering Design (DAED) Page 14 of 16 4. | Approval of complete set of Final Detailed 720% oF the Contract Cost ‘Architectural and Engineering Design (DAED) 5, | Tender Assistance alter award to a winning bidder 5% of the Contract Gost 6. Issuance of Certificate of Completion by TIEZA ‘506 of the Contract Cost TOTAL 100% of the Contract Cost 22. OTHER COVENANTS a. The Service Provider shail conform strcty to the terms and conditions ofthis Terms of Reference, including abiding by best practices and respecting standards and guidelines of international agencies, bodies, and organizations. b. The Service Provider shall solely be responsible for the accuracy and applicability ofall data that it will use in its Design services and shall also be responsible for the integrity of the detailed engineering design and the performance of the structure irrespective of the approval of the TIEZA The Service Provider shall deploy personnel having professional experience compatible with the undertaking, d._ The Service Provider shall report to TIEZA any conditions which may prevent the performance of the work according to requirements. ¢. The Service Provider warrants, represents and undertakes reliability of the service and that their manpower complements are hardworking, qualified/reliable and dedicated to do the service ‘required to the satisfaction of TIEZA. f. The Service Provider warrants to comply with the laws governing employees’ compensation and labor standards. g. The Service Provider shall not assign, transfer, pledge any part nor interest in this project. Subcontracting, however, may be allowed provided that the former shall retain responsibility for the full compliance ofall applicable provisions of this TOR, h, The Service provider (the winning bidder and any of its affiliates, and the key personnel involved in this project) are automatically disqualified to participate on the procurement of the construction of the project. 23. CAVEAT This Terms of Reference and its attachments shall be solely used by the prospective bidders in the preparation of their respective bids/proposals for the Detailed Architectural and Engineering Design Services for the SITE DEVELOPMENT AND FOOD AND CULTURAL HALL. the CLARK TEZ. Further, TIEZA does not guarantee that the data are sufficient and up-to-date to the project at hand. ‘TIEZA does not guarantee that the preliminary data provided are fully correct, up to date and applicable to the project. The winning Service Provider shall be responsible for the accuracy, completeness, and applicability of all data and information to be used in their work once chosen. The consultant shall be responsible for all the necessary studies, documents, information, and equipment pertinent to the production of the plans and reports. They shall likewise submit any other necessary and relevant research, study, data or report that may be reasonably requested by the TIEZA, ‘The work under this TOR shall be undertaken under the Detalled Design Service scheme following the applicable procurement guidelines. The bidding procedure shall follow the relevant provisions of the Government Procurement Reform Act (RA 9184) and its 2016 Revised Implementing Rules and Regulations (RIRR). Page 15 of 16 Other works not mentioned in this document but necessary to complete the works are considered included in the scope of works and bid submission. It is the bidders’ responsibility to anticipate and include other items missed-out in this terms of reference. Prepared By: Concurred By: aus hon Engg. JOH co ATTY. KAKEN MAE SARINAS - BAYDO Enterprise Service ie, TERD-TEZMS ‘ACOO,TEZManagement Sector ssocs BB ro ACOO-Architectural & Engineering Services Sector Gian MARKT. LAPID Chief Operating Officer Page 16 of 16

You might also like