Issue Date: October 21, 2020 Questions Due: October 30 ...

80
1 FHI Clinical Inc. Confidential & Proprietary REQUEST FOR PROPOSAL – LICENSED CONTRACTOR RENOVATION OF THE MICROBIOLOGY LABORATORY, PHARMACY AND STORAGE FACILITIES AT THE JOHN F. KENNEDY MEDICAL CENTER Issue Date: October 21, 2020 Questions Due: October 30, 2020 Closing Date: November 6, 2020 at 5PM Local Time (Monrovia, Liberia)

Transcript of Issue Date: October 21, 2020 Questions Due: October 30 ...

1

FHI Clinical Inc. Confidential & Proprietary

REQUEST FOR PROPOSAL – LICENSED CONTRACTOR

RENOVATION OF THE MICROBIOLOGY LABORATORY,

PHARMACY AND STORAGE FACILITIES AT THE JOHN F.

KENNEDY MEDICAL CENTER

Issue Date: October 21, 2020

Questions Due: October 30, 2020

Closing Date: November 6, 2020 at 5PM Local Time (Monrovia, Liberia)

2

FHI Clinical Inc. Confidential & Proprietary

Contents 1. BACKGROUND ........................................................................................................................................................ 4

2. SCOPE OF WORK .................................................................................................................................................... 4

2.1. Work Trades ................................................................................................................................................... 4

2.2. Summary of Tasks .......................................................................................................................................... 5

3. PROPOSAL INSTRUCTIONS ..................................................................................................................................... 7

General............................................................................................................................................................................... 7

Delivery .............................................................................................................................................................................. 7

Volumes and Submission ................................................................................................................................................... 7

Proposal Content ............................................................................................................................................................... 7

4. VOLUME I- TECHNICAL PROPOSAL ......................................................................................................................... 7

5. VOLUME II- BUSINESS PROPOSAL .......................................................................................................................... 9

6. EVALUATION FACTORS FOR AWARD .................................................................................................................... 11

7. LIST OF APPENDICES ............................................................................................................................................ 14

Appendix A – BOQ Microbiology Lab and Pharmacy and Former IDC............................................................................. 14

Appendix B – BOQ Warehouse Interior ........................................................................................................................... 14

Appendix C – Proposed Electrical Plan ............................................................................................................................ 14

Appendix D – Proposed Panel Board Connection Diagram ............................................................................................. 14

Appendix E – Proposed Warehouse Electrical Plan ......................................................................................................... 14

Appendix F – Proposed Wiring Diagram for Air Cooled AC Unit ..................................................................................... 14

Appendix G – Proposed Air Conditioning Plan ................................................................................................................ 14

Appendix H – Proposed Air Conditioning Details ............................................................................................................ 14

Appendix I – Proposed Plumbing Plan ............................................................................................................................ 14

Appendix J- Proposed Septic Plan .................................................................................................................................... 14

Appendix K- Proposed Plumbing Installation .................................................................................................................. 14

Appendix L- Attached Foundation Plan ........................................................................................................................... 14

Appendix M- Existing Floor Plan ...................................................................................................................................... 14

Appendix N- Proposed Warehouse Floor Plan……………………………………………………………………………………………………………14

Appendix O- Proposed Reflected Ceiling Plan ................................................................................................................. 14

Appendix P- Technical Specifications ............................................................................................................................... 14

Appendix Q- Draft Subcontract Agreement..................................................................................................................... 14

Appendix R- Past Performance Questionnaire ................................................................................................................ 14

8. SUBMISSION INFORMATION................................................................................................................................ 14

3

FHI Clinical Inc. Confidential & Proprietary

9. QUESTION & ANSWER PERIOD ............................................................................................................................ 14

10. SITE VISIT .............................................................................................................................................................. 14

11. AWARD PERIOD ................................................................................................................................................... 14

12. LOCATION ............................................................................................................................................................ 14

13. FHI CLINICAL DISCLAIMERS .................................................................................................................................. 14

4

FHI Clinical Inc. Confidential & Proprietary

1. BACKGROUND FHI Clinical is seeking a licensed contractor to renovate a microbiology laboratory, pharmacy, Infectious Disease

Clinic, and interior warehouse at the John F Kennedy Medical Center in Monrovia, Liberia. The purpose of the

renovation is to upgrade the laboratory to enhance patient care, improve the storage facility to ensure medical

supplies are supplied at required temperatures, reconfigure the pharmacy to improve the efficiency of its

operations, and replace outdated materials throughout the facilities. The Microbiology Laboratory, Pharmacy and

Proposed Storage Facilities are located on the ground floor in the left wing of the building.

FHI Clinical intends to award a firm fixed price contract with milestone payments. The Contractor shall propose

milestones based on scope of work completed. The amounts for each milestone will be paid upon the completion

and acceptance by FHI Clinical of each milestone deliverable. Work will begin in November 2020 and is to be

completed by April 30, 2021. Contractors shall be required to provide documentation of licensure prior to contract

award. The Offeror shall submit its proposal in accordance with all terms and conditions of the: Statement of Work,

the attached appendices, and the instructions found in this RFP when developing its proposal.

2. SCOPE OF WORK

2.1. Work Trades The work trades for this renovation are listed below. For details, please refer to the Bill of Quantities (BOQ) included as Attachments A and B in this RFP and the Technical Specifications in Appendix P.

1. Demolishing, dismantling and preparation of work site

2. Masonry, Concrete, Blocks, and Plastering

3. Partitioning Works

4. Painting and Coating Works

5. Doors, Windows, and Metal Works

6. Plumbing and Sanitary Works

Project Area: Left Wing Ground floor (Microbiology Laboratory, Pharmacy and Storage Facilities)

5

FHI Clinical Inc. Confidential & Proprietary

7. Ceiling Works

8. Electrical Works

9. Air-Conditioning Works

2.2. Summary of Tasks Below is a summary of tasks needed for this renovation. For detailed information, please reference the layouts, plans and dimensions of the Imaging Suite and biorepository space, the Lab, Pharmacy, and Warehouse Space in Appendices C-O. Detailed Technical Specifications can be found in Appendix P. All work on the Lab, Pharmacy and the Infectious Disease Clinic shall commence in November 2020 and must be completed by April 30, 2021.

Microbiology Lab:

• Remove and replace all existing wall tiles and install wall tiles in new areas from the floor level to 5 feet high in

the Microbiology Lab for aesthetics and easy maintenance

• Cover terrazzo flooring with epoxy

• Replace all existing damaged wood doors with aluminum door complete with hardware

• Replace all existing damaged metal door frames and reinstall galvanized door frames

• Properly seal around all existing aluminum window awnings to avoid water seepage

• Replace all damaged plumbing fixtures and fittings

• Replace all existing galvanized /cast iron water and sewer distribution lines with PVC lines

• Remove and replace all cast iron pipe network on the east wing connecting to the ground floor (microbiology,

pharmacy, and former IDC)

• Disconnect and seal off all central cooling ducts leading to the microbiology, pharmacy, and former IDC unit

• Install additional outlet above workbench/countertop for equipment in the laboratory

• Install dual inverter air conditioner units in laboratory and warehouse

• Execute additional electrical connection for the provision of new power outlets

• Ensure that all power breakers are functional and replace any damaged ones

• Install transformer to allow for the provision for both 110 volts and 220 volts circuits.

• Disconnect and seal off all central cooling ducts leading to the microbiology, pharmacy, and former IDC unit

• Prepare all surfaces required for painting by cleaning, scraping, brushing and removing all unsuitable material.

• Smooth new masonry wall surfaces with grinding stones, prime surfaces and apply two coats of paint

• Apply spray paint to metal work before applying finish paint

• Fabricate and install aluminum base and wall cabinets for laboratory equipment and storage

• Install new aluminum shelves

• Install smoke detectors and a fire alarm system

Pharmacy Renovation:

• Install frames and PVC Water- and Fire-Resistant Ceiling

• Remove and replace all existing wall tiles and install wall tiles in new areas

• Cover terrazzo flooring with epoxy

• Replace all existing damaged wood doors with aluminum door complete with hardware

• Replace all existing damaged metal door frames and reinstall galvanized door frames

6

FHI Clinical Inc. Confidential & Proprietary

• Properly seal around all existing aluminum window awnings to avoid water seepage

• Replace all damaged plumbing fixtures and fittings

• Replace all existing galvanized /cast iron water and sewer distribution lines with PVC lines

• Install CPVC hot water lines and heater where necessary

• Ensure that all plumbing drain lines are clear of clogged material and are functional

• Remove and replace all cast iron pipe network on the east wing connecting to the ground floor (microbiology,

pharmacy and former IDC)

• Redo all rough electrical works for proper wiring system

• Install dual inverter air conditioner units in laboratory and warehouse

• Install grounding system for protection against lightning

• Execute additional electrical connection for the provision of new power outlets

• Ensure that all power breakers are functional and replace any damaged ones

• Remove and abandon all metallic electrical rough - ins and replace with plastic – type

• Install transformer to allow for the provision for both 110 volts and 220 volts circuits.

• Disconnect and seal off all central cooling ducts leading to the microbiology, pharmacy, and former IDC unit

• Prepare all surfaces required for painting by cleaning, scraping, brushing, and removing all unsuitable

material.

• Smooth new masonry wall surfaces with grinding stones, prime surfaces and apply two coats of paint

• Apply spray paint to metal work before applying finish paint

• Fabricate and install aluminum base and wall cabinets for laboratory equipment and storage

• Install new aluminum shelves

• Install smoke detectors and a fire alarm system

Warehouse Renovation:

A new warehouse is being built under another contract not affiliated with this solicitation. Per the current schedule,

the interior warehouse space will be made available to the Contractor on or before February 28, 2021 and must be

completed by April 30, 2021. The vendor will complete the interior finishing of the warehouse including the

installation of floor with sand and cement mortar, electrical wiring, plumbing, installation of dual inverter air

conditioning units, and other interior finishings. Please reference Appendix N for the dimensions and layout of the

storage space.

Infectious Disease Clinic (IDC):

• Cover terrazzo flooring with epoxy

• Replace all existing damaged wood doors with aluminum door complete with hardware

• Replace all existing damaged metal door frames and reinstall galvanized door frames

• Properly seal around all existing aluminum window awnings to avoid water seepage

• Replace all damaged plumbing fixtures and fittings

• Replace all existing galvanized /cast iron water and sewer distribution lines with PVC lines

• Install CPVC hot water lines and heater where necessary

• Ensure that all plumbing drain lines are clear of clogged material and are functional

7

FHI Clinical Inc. Confidential & Proprietary

• Remove and replace all cast iron pipe network on the east wing connecting to the ground floor (microbiology,

pharmacy and former IDC)

• Execute additional electrical connection for the provision of new power outlets

• Ensure that all power breakers are functional and replace any damaged ones

• Remove and abandon all metallic electrical rough - ins and replace with plastic – type

• Install transformer to allow for the provision for both 110 volts and 220 volts circuits.

• Disconnect and seal off all central cooling ducts leading to the microbiology, pharmacy and former IDC unit

• Prepare all surfaces required for painting by cleaning, scraping, brushing and removing all unsuitable

material.

• Smooth new masonry wall surfaces with grinding stones, prime surfaces and apply two coats of paint

• Apply spray paint to metal work before applying finish paint

• Install smoke detectors and a fire alarm system

• Removal of existing galvanized pipes to PVC pipes on the ground floor, first floor, second and third floors of

the left wing of the JFK main building

3. PROPOSAL INSTRUCTIONS

General The proposal must be signed by an official authorized to bind your organization and must stipulate that it is predicated upon all the terms and conditions of this solicitation and draft subcontract agreement. The Proposal must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the FHI Clinical.

Delivery Proposals shall be delivered only via email to [email protected] by the closing date & time listed in the solicitation. Proposals shall be addressed to Gwen Silver, Contracts & Procurement Manager.

Volumes and Submission Your proposal shall have two separate volumes and should be submitted in MS Office or Adobe PDF format:

1. Technical proposal 2. Business proposal

Proposal Content

4. VOLUME I- TECHNICAL PROPOSAL The technical proposal shall consist of a cover page, a table of contents, an executive summary, the Offeror’s technical approach to meet the requirements in the Statement of Work (by task), a detailed integrated project schedule, information about proposed subcontractors/vendors, and any other information required to address the solicitation requirements. All appendices shall be noted in the Table of Contents. The technical proposal will consist of two sections: (1) Work Plan and (2) Appendices. Work Plan: The technical proposal must include information regarding the general background, experience and qualifications of the organization and provide adequate detail documenting how the project will be organized, managed and staffed. The technical proposal shall fully describe the technical and administrative aspects of

8

FHI Clinical Inc. Confidential & Proprietary

accomplishing each task and adequate documentation demonstrating the Offeror’s understanding and approach to managing important events or tasks. The Offeror shall discuss in detail how each task identified in the Statement of Work is to be accomplished. The technical proposal shall include information identifying the key Offeror staff, any subcontractors or key vendors, and the breakdown of work scope by Offeror or Subcontractor/Vendor staff.

By task area, the proposal should include the following sections: A. Objectives, Organizational Experience and Technical Approach: State the overall objectives you intend to

achieve for the entirety of the project. Provide a detailed statement of objectives by task along with the technical approach you propose to implement along with your rationale for that approach. Proposals which merely restate the requirements of the scope of work will not be eligible for award.

B. Schedule: Provide a comprehensive project schedule documenting the Offeror’s proposed plan for

completion of the scope of work by the project end date. The project schedule should contain sufficient detail for FHI Clinical to assess the Offeror’s understanding of the technical requirements and reasonableness of proposed task durations. At a minimum, schedules shall be shown in terms of calendar months from the date of award (est. 15-November-2020) through the contract end date (30-April-2021). Unless expressly authorized by FHI Clinical, schedules shall not assume overtime or any other labor premiums.

C. Personnel: Describe the experience and qualifications of personnel who will be assigned to work on this

program. At a minimum, Offeror will provide information about the following roles which are considered Key Personnel.

Key Personnel 1. Project Director: The name of the Offeror’s lead point of contact responsible for overall completion of the

requirements identified in the Statement of Work. This individual will have technical and organizational management and oversight responsibility for the entirety of the project. Discuss the qualifications, experience and accomplishments of the Project Director, the amount of time the Project Director will devote to this project, and his/her proposed duties.

2. Technical Leads: The name of the Offeror’s technical expert responsible for executing contract scope for one

or more of the Work Trades listed in the Statement of Work. If the Offeror proposes use of subcontractors do deliver the requirements associated with a particular work trade, the subcontractor point of contact should be documented here. Discuss the qualifications, experience and accomplishments of the Technical Lead, the amount of time they will devote to this project, and his/her proposed duties.

Additional Personnel: Offeror is encouraged to provide the names, titles, proposed duties and percentage of time allocated to this project of any additional personnel who would be considered necessary to meet the requirements of the statement of work. D. Subcontractors/Consultants/Vendors: For all subcontractors or vendors proposed by the Offeror to meet the

requirements of the statement of work, the Offeror shall provide detailed information including but not limited to:

• Organization name and Point-of-Contact authorized to obligate the organization for all proposed subcontractors

9

FHI Clinical Inc. Confidential & Proprietary

• The statement of work task area(s) the subcontractor will support

• A summary of the proposed subcontractor’s capabilities, capacity, expertise and past performance. Any subcontractor key personnel must be noted in the Personnel section of the technical proposal.

Appendices: The Offeror shall provide any additional information necessary to support the Work Plan, including, without limitation, information such as construction/architectural drawings, equipment lists or bills of materials, resumes of key personnel, business registration documents, the current Ministry of Public Works Certificate, Current Association of Liberian Construction Contractor Certificate, current Tax Clearance, any other information necessary to demonstrate contractor capability.

5. VOLUME II- BUSINESS PROPOSAL The business proposal shall consist of a cover page, a table of contents, an executive summary, a cost or pricing

summary by task (as identified in the Statement of Work) and relevant pricing assumptions, Offeror and subcontractor

past performance information, documentation of the Offeror’s financial capability to execute the project, and a

proposed contractor milestone payment schedule which ties to completion of key schedule deliverables as outlined in

the project schedule.

1. Cost/Price Information

The cost or pricing information will contain (but is not limited to):

• Cost information in sufficient detail to permit FHI Clinical to evaluate the level to which the Offeror’s proposal meets

the requirements of the solicitation.

o As part of the cost information provided, the Offeror shall provide detail on the following elements at a

minimum (all costs in US Dollars):

▪ Contractor Labor

▪ Materials and Supplies (in USD)

▪ Subcontractors / Vendors

• A listing of all proposed subcontractors

• The SOW task area the subcontractor/vendor will support

• The subcontractor’s proposed price

o For each element of cost (Labor, Materials, Subcontractors, etc.) Offeror shall provide a written narrative basis

of proposed price providing support and justification for the cost proposed. This narrative should include key

assumptions made by the Offeror which affect Offeror’s price.

o Offerors must submit any information reasonably required to explain the estimating process. Offerors must

submit cost-element breakdowns for each line item, and for the contract in total.

o Offerors must submit completed pricing tables as found in Appendix A and Appendix B as part of their

proposal response.

2. Past Performance

• Information on Offeror’s Past Performance which includes (but is not limited to):

o List of the Offeror’s last three (3) contracts completed of similar size & scope in the last three (3) years

o Contact information for each of the three contracts to include:

▪ Organization Name

▪ Name of organization point of contact with knowledge of Offeror’s performance

10

FHI Clinical Inc. Confidential & Proprietary

▪ Email and phone number of organizations point of contact

o Offeror’s shall submit Attachment 1 – Past Performance Questionnaire to the organizations listed herein and

request the POC to forward the completed questionnaire to [email protected] by 06-November-2020.

• Information on Subcontractor’s Past Performance which includes (but is not limited to):

o Information about at least one (1) project of a similar scope Subcontractor completed within the last two years

o Contact information for Subcontractor’s contract to include:

▪ Organization Name

▪ Name of organization point of contact with knowledge of Subcontractor’s performance

▪ Email and phone number of organizations point of contact

3. Financial Capacity

The Offeror must demonstrate that it has the necessary financial capacity, working capital, and other resources

to perform the contract. In addition to the submission of financial statements, this includes submission of

information regarding available line of credit, bonding capability/information, and available labor force (# of

employees) which may be required for contract performance.

4. Milestone Payment Schedule

The Offeror shall propose a risk-based milestone payment schedule for each Task identified in the Statement of

Work which ties invoicing and payment to completion of key technical/construction milestones as identified in the

project schedule. While FHI Clinical will not consider proposals containing milestone payment plans with initial

payments upon award favorably, it will consider them if the rationale is properly documented. Any payments upon

award are limited to no more than ten (10%) percent of the total contract price.

5. Appendices

The Offeror shall provide any additional information necessary to support the Business proposal, including,

without limitation, information such as vendor price lists, priced equipment lists or bills of materials containing

pricing information, or any other pricing-related information required to demonstrate the Offeror’s pricing is

fair and reasonable.

11

FHI Clinical Inc. Confidential & Proprietary

6. EVALUATION FACTORS FOR AWARD (1) Basis of Award Selection of the successful Offeror for contract award will be based on an evaluation of proposals against the Factors in this section. Contractors are advised that in the evaluation process, all evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Technical activities must connect directly to costs in the business proposal which is required. FHI Clinical reserves the right to make an award(s) to that Contractor whose proposal provides the best overall value. The evaluation will be based on the demonstrated capabilities of the prospective Contractor in relation to the needs of the project as set forth in the RFP. The merits and confidence ratings of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the RFP. Each Contractor must submit a proposal that separately and sufficiently addresses evaluation criteria specified below as they relate to the Statement of Work and deliverables. FHI Clinical intends to evaluate proposals and make an award without discussions. However, FHI Clinical reserves the right to conduct discussions if it is determined to be in the best interest of program. Therefore, Contractors are encouraged to ensure that initial proposals contain the Contractor’s most favorable terms and reflect its best possible performance potential.

(2) Technical Evaluation The Offeror shall discuss in detail a Contractor Work Plan that indicates how each aspect of the Statement of Work

is to be accomplished. The Offeror shall demonstrate their full understanding of the key elements essential to

complete the requirement, including how the project will be organized, staffed and managed. The completeness

and quality of the Offeror’s proposal and supporting data will be evaluated in terms of relative risk and the

likelihood of successful completion of the project.

Number Evaluation Factors

I Technical Methodology and Approach

II Organizational Experience

III Project Schedule

IV Personnel

V Subcontractors / Vendors

VI Other

General Evaluators will assign a merit and confidence rating to the Evaluation Factors I to VI. Evaluation Factor I will be considered higher than all other evaluation factors combined. Evaluation Factors II and III are considered of equal importance and will be consider at a higher level of importance than IV, V, and VI. Evaluation Factors IV, V, and VI are considered of equal importance.

12

FHI Clinical Inc. Confidential & Proprietary

Merit & Confidence Ratings: Merit Ratings for Evaluation Factors I-VI:

The following color-code/adjectival ratings will be used in rating the merit portion of all evaluation factors:

Outstanding: Greatly exceeds the minimum technical or schedule requirements in a beneficial way to FHIC.

There are no weaknesses or deficiencies.

Excellent: Exceeds the minimum technical or schedule requirements in a beneficial way to FHIC. There are

no significant weaknesses.

Acceptable: Meets the minimum technical or schedule requirements. There may be minor but correctable

weaknesses.

Marginal: May meet the technical or schedule requirements. There are apparent or moderate weaknesses

that are correctable.

Unacceptable: Fails to meet the technical or schedule requirements. There are unacceptable weaknesses.

Confidence Ratings for Evaluation Factors I-VI:

The following color-code/adjectival ratings will be used in rating the confidence portion of all of the remaining factors: High Confidence: Evaluated that no doubt exists that the Offeror will successfully perform the proposed effort.

Significant Confidence: Evaluated with a certainty that the Offeror will successfully perform the proposed approach with minor potential cause for disruption of schedule, increased cost or degradation of performance. Confidence: Offeror can successfully perform the proposed approach with little potential cause for disruption of schedule, increased cost or degradation of performance.

Little Confidence: Substantial doubt exists that the Offeror can successfully perform the proposed approach with little potential cause for disruption of schedule, increased cost or degradation of performance. No Confidence: Extreme doubt exists that the Offeror can successfully perform the proposed approach with little potential cause for disruption of schedule, increased cost or degradation of performance.

(4) PAST PERFORMANCE EVALUATION. Past performance will be evaluated. FHI Clinical’s evaluation will include an analysis of the contracts disclosed in Offeror’s proposal. This evaluation will include analysis of the Offeror’s detailed discussion of corporate experience solving challenging problems similar to those anticipated on this effort; and Offeror’s past performance ratings as provided by the references listed in the

13

FHI Clinical Inc. Confidential & Proprietary

e)

f)

g)

i)

h)

past performance section of Offeror’s business proposal. The following rating method shall be used in the evaluation of past performance information:

Outstanding: Based on the Offeror's performance record, no doubt exists that the Offeror will successfully perform the required effort. Sources of information are consistently firm in stating that the Offeror's performance was superior and that they would unhesitatingly do business with the Offeror again.

Excellent: Based on the Offeror's performance record, little doubt exists that the Offeror will successfully perform the required effort. Sources of information state that the Offeror's performance was good, better than average, etc., and that they would do business with the Offeror again. Acceptable: Based on the Offeror’s performance record, some doubt exists that the Offeror will successfully perform the required effort. Sources of information indicate that the Offeror’s performance is average or that favorable reports are offset by unfavorable reports.

Marginal: Based on the Offeror's performance record, some doubt exists that the Offeror will successfully perform the required effort. Sources of information make unfavorable reports about the Offeror's performance and express concern about doing business with the Offeror again. Unacceptable: Based on the Offeror's performance record, serious doubt exists that the Offeror will successfully perform the required effort. Sources of information consistently stated that the Offeror's performance was entirely unsatisfactory and that they would not do business with the Offeror again.

(5) COST/PRICE EVALUATION CRITERIA The Contractor’s business proposal and proposed cost/pricing shall be evaluated separately and then the overall analysis of the business proposal will be evaluated to reach the best overall value to FHIC. The proposed cost/prices will be evaluated to determine cost realism and reasonableness. The basis of evaluation may include the use of various cost/price realism analysis techniques to ensure a fair and reasonable price such as, but not limited to:

1. Comparison of proposed prices received in response to the solicitation. 2. Comparison of proposed prices with resources proposed. 3. Obtaining information/reports from other sources of information, including FHI Clinical’s independent cost estimate, if any.

14

1313

FHI Clinical Inc. Confidential & Proprietary

7. LIST OF APPENDICES Appendix A – BOQ Microbiology Lab and Pharmacy and Former IDC Appendix B – BOQ Warehouse Interior Appendix C – Proposed Electrical Plan Appendix D – Proposed Panel Board Connection Diagram Appendix E – Proposed Warehouse Electrical Plan Appendix F – Proposed Wiring Diagram for Air Cooled AC Unit Appendix G – Proposed Air Conditioning Plan Appendix H – Proposed Air Conditioning Details Appendix I – Proposed Plumbing Plan Appendix J- Proposed Septic Plan Appendix K- Proposed Plumbing Installation Appendix L- Attached Foundation Plan Appendix M- Existing Floor Plan Appendix N- Proposed Warehouse Floor Plan Appendix O- Proposed Reflected Ceiling Plan Appendix P- Technical Specifications Appendix Q- Draft Subcontract Agreement Appendix R- Past Performance Questionnaire

8. SUBMISSION INFORMATION All responses to this RFP must be submitted electronically and received no later than 5:00 PM GMT.

November 6, 2020 to [email protected] in either Microsoft Word or PDF format.

9. QUESTION & ANSWER PERIOD Questions will be accepted until October 30, 2020.

10. SITE VISIT The site will be available for viewing on Monday, October 26th and Tuesday, October 27th from 14:00-16:00. Please go to the JFK Medical Center Main Entrance, first floor and ask for PREVAIL.

11. AWARD PERIOD The award period will run from November 2020 - April 30, 2021.

12. LOCATION Monrovia, Liberia

13. FHI CLINICAL DISCLAIMERS

• FHI Clinical reserves the right to cancel the solicitation and not make an award in response to proposals submitted to this RFP.

• FHI Clinical may reject any or all responses received

• Issuance of the solicitation does not constitute an award commitment by FHI Clinical

• FHI Clinical reserves the right to disqualify any Offeror based on failure of the offeror to follow

solicitation instructions

• FHI Clinical will not compensate any offeror for responding to this solicitation

15

1313

FHI Clinical Inc. Confidential & Proprietary

• FHI Clinical reserves the right to issue award based on initial evaluation of offers without further

discussion

• FHI Clinical may choose to award only part of the activities in the solicitation, or issue multiple

awards based on the solicitation activities

• FHI Clinical reserves the right to waive minor proposal deficiencies that can be corrected prior to

award determination to promote competition

• FHI Clinical will be contacting each offeror to confirm contact person, address and that bid was

submitted for this solicitation

APPENDIX A- BOQ MICROBIOLOGY LAB PHARMACY AND FORMER IDC

No. DESCRIPTION UNIT QTY UNIT RATE EXTENSION

1.00 Preliminary Work

1.01 Mobilization of materials and equipment to site L/S 1 -$

1.02 Demobilization of equipment from site L/S 1 -$

1.03 Provide for project signboad L/S 1 -$

1.04 Provide for site baracading to prevent trespassing L/S 1 -$

1.05 Provide temporary sanitary facility (toilet unit) on site L/S 1 -$

1.06 Provide on - site security service L/S 1 -$

1.07 Provide scaffolding and false work during renovation L/S 1 -$

1.08 Labor HR 1 -$

-$

2.00 Demolition and Dismantling Work

2.01 Demolish all existing plywood partition, hack off existing ceramic wall tile, remove metal door frames,

neat cutting through masonry walls and floor for electrical and plumbing rough ins and remove cabinet

and cart away unwanted materials. L/S 1 -$ -$

2.02 Labor HR 1 -$ -$

-$

3.00 Masonry & Concrete Works

3.01 Provide masonry patching on damaged existing walls and finish with 1/2" masonry plaster where

applicable or approved by the site supervisor sq.ft. 100 -$ -$

3.02 Provide for reinforcement where applicable or approved by the site supervisor L/S 1 -$ -$

3.03 Provide rich mortar for dressing off door openings after removal of corroded door frames L/S 1 -$ -$

3.04 Labor HR 1 -$ -$

-$

4.00 Curtain Wall Work

4.01 Provide for aluminium - framed wall with frosted glass in fills to replaced plywood partition in the

microbiology labs and phelobotomy room sq.ft. 500 -$ -$

4.02 Labor HR 1 -$ -$

-$

5.00 Door Work

5.01Supply 36" × 81"single leaf aluminium glass door with lock and hardware pcs 36 $0.00 -$

5.02 Supply 72" × 81"double leaf aluminium glass door with lock and hardware pcs 2 $0.00 -$

5.03 Supply 36" × 81" single leaf metal door complete with lock and hardware pcs 3 $0.00 -$

5.04 Supply materials to recondition 72" × 81" steel grill doors L/S 1 $0.00 -$

5.05 Labor HR 1 $0.00 -$

-$

6.00 Window Work

6.01 Carefully seal around existing awning windows complete with 1:2 mortar mix and silicon sealent to

make water tight L/S 1 $0.00 -$

-$

7.00 Plumbing Work

7.01 Supply water closet complete with all necessary fittings and heavy duty pvc seat pcs 4 $0.00 $ -

7.02 Supply face basin (table mounted ceramic type complete with all fitings install as a standalone) pcs 4 $0.00 $ -

7.03 Ditto stainless steel tower rail pcs 4 $0.00 $ -

7.04 Ditto stainless steel tissue holder pcs 4 $0.00 $ -

7.05 Ditto Wall Mounted Mirror pcs 4 $0.00 $ -

7.06 Supply materials for pipe network and connection to existing sewer system L/S 1 $0.00 $ -

7.07 Provide materials for the removal of existing galvanized sewage and water pipes. Used PVC pipes to

replaced the damaged galvanized pipes on the Left Wing Ground floor, First, Second and Third floors

of the JFK Building and properly re-condition pipping channels. L/S 1 $0.00 $ -

7.08 Labor HR 1 $0.00 $ -

-$

8.00 Tiling Work

8.01 Supply ordinary portland cement bags. 200 $0.00 $ -

8.02 Supply tile adhesive bags. 150 $0.00 $ -

8.03 Supply tile grout to seal tile joints bags. 75 $0.00 $ -

8.04 Supply high quality anti slip ceramic floor tile for microbiology, pharmacy and IDC space sq.ft. 5,384 $0.00 $ -

8.05 Supply glazed ceramic wall tile to replace all removed wall tiles at original height sq.ft. 3,000 $0.00 $ -

BILL OF QUANTITIES AND COST ESTIMATES

FOR REHABILITATION OF MICROBIOLOGY LAB, PHARMACY AND IDC SPACE

Subtotal Door Work

Subtotal Plumbing Work

Subtotal for Curtain Wall Work

Subtotal for Masonry & Concrete Works

Subtotal - Demolition Works

Subtotal - Preliminary Work

Subtotal for Window Work

8.06 Supply pvc tile spacer for tile laying (3/16" for floor and 1/8" for wall) pks. 20 $0.00 $ -

8.07 Supply material to overlay existing terrazzo floor tile along corridor with anti slip ceramic floor tile on

thinset tile adhesive sq.ft. 3,929 $0.00 $ -

8.08 Labor HR 1 $0.00 $ -

-$

9.00 Electrical Work

9.01 Supply #8 AWG wire for cable for airconditioner rolls 10 $0.00 -$

9.02 Supply #14 AWG cable for all the outlets/receptacle rolls 40 $0.00 -$

9.03 Supply #12 AWG cable for lighting fixtures rolls 40 $0.00 -$

9.04 Supply material for construction of grounding mesh for microbiology lab L/S 1 $0.00 -$

9.05 Supply 3pin double receptacle pcs 110 $0.00 -$

9.06 Supply single pole switch pcs 28 $0.00 -$

9.07 Supply double pole switch pcs 8 $0.00 -$

9.08 Supply pvc junction cup pcs 14 $0.00 -$

9.09 Supply pvc utility cup pcs 113 $0.00 -$

9.10 Supply ¾"Ø pvc conduit bld. 12 $0.00 -$

9.11 Supply ½"Ø pvc conduit bld. 6 $0.00 -$

9.12 Supply #33 electrical tape rolls 15 $0.00 -$

9.13 Supply electrical lighting fixtures (12" × 48") Rectangular 80 watts Ceiling mounted high efficiency

LED Light pcs 15 $0.00 -$

9.14Supply electrical lighting fixtures (12" × 12") square 45 watts Ceiling mounted high efficiency LED

Light pcs 59 $0.00 -$

9.15 Supply 350kva PERKINS generator set complete with automatic transfer switch pc. 1 $0.00 -$

9.16 Supply material for reconditioning of existing distribution board including new breaker, casing and

accessories L/S 1 $0.00 -$

9.17 Supply 6000 watts battery bank system to be connected to the laboratories equipments pc. 1 $0.00 -$

9.18 Supply 6000 watts inverter system to be provide 110v pc. 1 $0.00 -$

9.19 Labor HR 1 $0.00 -$

-$

10.00 Ceiling Work

10.01 Supply and install 8mm thick water and fire resitance T & G pvc ceiling strip on alloy metal hangers and

railing (10" × 19'- 0") sq. ft. 5,920 $0.00 -$

-$

11.00 Painting Work

11.01 Supply enamel paint for two coats on exterior surface along corridor bkts. 5 $0.00 -$

11.02 Supply emulsion paint for for two coats on interior wall surface bkts. 38 $0.00 -$

11.03 Supply undercoat as primer bkts. 12 $0.00 -$

11.04 Supply assorted sand paper pks 10 $0.00 -$

11.05 Supply anti - rust paint gals. 10 $0.00 -$

11.06 Supply painting accessories (roller, scraper, and brushes) L/S 1 $0.00 -$

11.07 Labor HR 1 $0.00 -$

-$

12.00 Cabinetry Work

12.01 Fabricate and install fiber - aluminum frame base cabinet with granite countertop complete (drawer and

cupboard complete) yd. 100 $0.00 -$

12.02 Fabricate and install fiber - aluminum frame wall cabinet complete (cupboard complete with two

shelves) yd. 65 $0.00 -$

12.03 Fabricate and install stainless steel laboratory sinks complete in granite countertop with press release

faucet and accessories pcs 9 $0.00 -$

-$

13.00 HVAC Work

13.01 Provide dual inverter 18,000 BTU airconditioning unit with bracket and accessories pcs 13 $0.00 -$

13.02 Provide dual inverter 24,000 BTU airconditioning unit with bracket and accessories pcs 2 $0.00 -$

13.03 Labor HR 1 $0.00 -$

-$

14.00 ICT Work

14.01 Provide and install a complete local area network with 24 network points, CISCO Catalyst 2960X

switch, CISCO MIRAKE MS64 router and two (2) CISCO MR 32 access point L/S 1 $0.00 -$

-$

15.00 Biometric Door System

Subtotal - Cabinetry Work

Subtotal Painting Work

Subtotal - HVAC Work

Subtotal - ICT work

Subtotal Ceiling Work

Subtotal Tiling Work

Subtotal Electrical Work

15.01 Provide and install two (2) aluminum biometric doors with time attendance, multiple connection options

for communicating; Ethernet, Power over Ethernet (POE), built-in Wi-Fi, mobile broadband, door relay

and door sense, computer software interface (ability to export data, add users, and import data), up to

1000 users, keycard capability for admins and select users (10) pcs. 2 $0.00 -$

-$

16.00 Smoking Detecting & Firefighting Works

16.01 Supply and install portable battery operated smoke detecting unit pcs. 10 $0.00 -$

16.02 Supply and install 50kg portable fire extinguishers with brackets complete pcs. 10 $0.00 -$

-$

17.00 Room Labelling & Direction Signs

17.01 Supply and install non corrosive directional sign and room label L/S 1 $0.00 -$

-$

1.00 Preliminary Work -$

2.00 Demolition Work -$

3.00 Masonry & Concrete Work -$

4.00 Curtain Wall Work -$

5.00 Door Work -$

6.00 Window Work -$

7.00 Plumbing Work -$

8.00 Tiling Work -$

9.00 Electrical Works -$

10.00 Ceiling Work -$

11.00 Painting Work -$

12.00 Cabinetry Work -$

13.00 HVAC Work -$

14.00 ICT Work -$

15.00 Biometric Door System -$

16.00 Smoking Detecting and Firefighting Works -$

17.00 Room Labelling & Direction Signs -$

-$ GRAND TOTAL

Subtotal - Smoking Detecting & Firefighting Works

SUMMARY SHEET

Subtotal - Room Labelling & Direction al Signs

Subtotal - Biometric System

APPENDIX B: BOQ WAREHOUSE INTERIOR

SI. DESCRIPTION / SCOPE OF WORKS

UNIT QTY UNIT PRICE

SUPPLY

COST

LABOR

COST AMT. (US$)

1.00 [DxE] [F+G]

1.01

Supply and install 8mm thick water and fire

resitance T & G pvc ceiling strip on alloy

metal hangers and railing (10" × 19'- 0") sq.m 403.20

2.00

2.01 Supply high quality anti slip ceramic floor tile sq.m 329.5

2.02 Supply ordinary portland cement bags. 125

2.03 Supply tile adhesive bags. 75

2.04 Supply tile grout to seal tile joints bags. 25

2.05 Provide for tiling accessories L/S 1

3.00

3.01 Supply #8 AWG wire for cable for

airconditioner rolls. 6

3.02 Supply #14 AWG cable for all the

outlets/receptacle rolls. 12

3.03 Supply #12 AWG cable for lighting fixtures rolls. 15

3.04 Supply receptacle pcs 9

3.06 Supply three way switch pcs 2

3.07 Supply pvc junction cup pcs 5

3.08 Supply pvc utility cup pcs 31

3.09 Supply electrical pipe 3/4" bld. 4

3.10 Supply electrical pipe (plastic) 1/2" bld. 2

3.11 Supply #33 electrical tape pcs 5

3.13 Supply electrical Lighting Fixtures (12" x 12"

square 45 watts Ceiling mounted high

efficiency LED Light pcs 12

3.14 Provide 32amp flush breaker complete pcs 4

4.00

4.04

Supply dual inverter 24,000 BTU split unit

with brackets and accessories pcs 4.00

5.00

5.01 Supply white undercoat 15 bkts

5.02 Supply wall sealer 5 bkts

5.03 Supply emulsion paint for walls 10 bkts

5.04 Supply enamel paint 1 gals.

5.05 Supply anti-rust for all steel work 1 gal.

5.06 Supply thinner 1 gal.

5.07 Supply sand paper 2 pks

5.08 Supply wall putty 5 bags

5.09 Allow a provisional sum for paint roller,

brushes, tape and other accessories 1 L/S

1.00

2.00

3.00

4.00

5.00

TOTAL COST

Ceiling Work

Tiling Work

Electrical Work

HVAC Work

Painting Work

BILL OF QUANTITIES AND COST ESTIMATES FOR PROPOSED WAREHOUSE SPACE FINISHING WORK

SUMMARY OF COSTS

Subtotal - HVAC Works

Subtotal - Painting Works

Subtotal - Tiling Works

Subtotal - Electrical Works

Subtotal - Ceiling Works

Ceiling Works

Tiling Works

Electrical Work

HVAC Works

Painting Works

APPENDIX C: PROPOSED ELECTRICAL PLAN

APPENDIX D: PROPOSED PANEL BOARD CONNECTION DIAGRAM

STEEL SLIDING DOOR[8 foot wide]

1 2 3 4

A

B

C

D

E

S2

S2

PROJECT::

JOHN F. KENNEDY MEDICAL CENTER

DESIGNED BY::

DRAWING TITLE::

DATE::

SHEET NO::

"Building a Strong, Viable and Healthy Nation"P.O.Box 1973 . Tubman Boulevard . Sinkor, MonroviaMontserrado County . Republic of Liberia

09/2020Rehabilitation/Renovation of the

Microbiology Lab, Pharmacy, IDC and

Warehouse at JFK Medical Center

E2PROPOSED ELECTRICAL PLAN

www.jfkmc.gov.lr

PROPOSED ELECTRICAL PLAN ( WAREHOUSE) MICROBIOLOGY LAB, PHARMACY, INFECTIOUS DISEASE CLINIC

JFK

APPENDIX E: PROPOSED WAREHOUSE ELECTRICAL PLAN

AutoCAD SHX Text
%%UELECTRICAL LEGEND
AutoCAD SHX Text
S
AutoCAD SHX Text
DOUBLE POLE SWITCH
AutoCAD SHX Text
2
AutoCAD SHX Text
WIRING
AutoCAD SHX Text
RECEPTACLES/OUTLETS (220v)
AutoCAD SHX Text
R
AutoCAD SHX Text
PB
AutoCAD SHX Text
PANEL BOX (18 BREAKER)
AutoCAD SHX Text
12"X48" RECTANGULAR 80 WATTS CEILING MOUNTED LED LIGHT
AutoCAD SHX Text
PB

PROJECT::

JOHN F. KENNEDY MEDICAL CENTER

DESIGNED BY::

DRAWING TITLE::

DATE::

SHEET NO::

"Building a Strong, Viable and Healthy Nation"P.O.Box 1973 . Tubman Boulevard . Sinkor, MonroviaMontserrado County . Republic of Liberia

09/2020Rehabilitation/Renovation of the

Microbiology Lab, Pharmacy, IDC and

Warehouse at JFK Medical Center

HVC-3AIR CONDITIONING WIRING DIAGRAM

www.jfkmc.gov.lr

PROPOSED AIR CONDITIONING DIAGRAM MICROBIOLOGY LAB, PHARMACY, INFECTIOUS DISEASE CLINIC

JFK

APPENDIX F: PROPOSED WIRING DIAGRAM FOR AIR COOLED AC UNIT

AutoCAD SHX Text
WIRING DIAGRAM FOR CONTROL AIR-COOLED SPLIT TYPE AC UNIT
AutoCAD SHX Text
FOR COMPRESSOR
AutoCAD SHX Text
M
AutoCAD SHX Text
Mx
AutoCAD SHX Text
Mx
AutoCAD SHX Text
CONTROL PANEL
AutoCAD SHX Text
POWER LINE
AutoCAD SHX Text
THERMOSTAT
AutoCAD SHX Text
CONTROL LINE
AutoCAD SHX Text
UNIT
AutoCAD SHX Text
POWER LINE
AutoCAD SHX Text
T
AutoCAD SHX Text
INDOOR
AutoCAD SHX Text
CONDENSING UNIT
AutoCAD SHX Text
MAGNETIC CONTACTOR
AutoCAD SHX Text
FAN SPEED SWITCH
AutoCAD SHX Text
OFF
AutoCAD SHX Text
HI
AutoCAD SHX Text
5A.
AutoCAD SHX Text
FUSE
AutoCAD SHX Text
L
AutoCAD SHX Text
N
AutoCAD SHX Text
LOW
AutoCAD SHX Text
MED

16'-1

1"

ADULTSECTION

STAFFTOILET GENERAL TOILET

SECURITYCHECK

LOBBY

LIBRARY

OFFICEOFFICE

STAFFTOILET

GEN.TOILET

SEWING ROOMSTAFFTOILET

INFECTIOUSDISEASECLINIC/SECTION

STO.

GENERALPHARMACY

MAIN CENTRALLABORATORY

STO. FIRESAFETY

OFFICE

CORRIDOR

V E R A N D A H

STO.

HALLPHARMACY

DRUGS STO. 1DRUGS STO. 2

STO.

DRUGS STO. 3

SERVICE CLO.

SLUDGE ROOM

WASHING AREAPREP.AREA

HEMATOLOGYPARASITOLOGY& URINOLOGYBIOCHEMISTRY

MICROBIOLOGYLAB # 1

BLOODBANK

STORAGE

LAB. MANAGER OFFICEAND CENTRAL PRINTINGSTATION

TOI.

PHELOBOTOMYTO REAR WALKWAY

LIFT-1

LIFT-2

COVERED WALKWAY

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 fee

t by 1

6 fee

t pall

et ra

ck4 f

eet b

y 16 f

eet p

allet

rack

4 fee

t by 1

6 fee

t pall

et ra

ck

MICROBIOLOGYLAB # 2

NOTE:RED BOX = MICROBIOLOGY LABLIME GREEN BOX = PHARMACYDARK GREEN & BLUE = PROPOSED STORAGESPACE FORPREVAIL

CONCRETEWALKWAY

UP

GENERAL NOTES:

PROPOSED AIR-CONDITIONING PLANPROJECT::

JOHN F. KENNEDY MEDICAL CENTER

DESIGNED BY::

DRAWING TITLE::

DATE::

SHEET NO::

"Building a Strong, Viable and Healthy Nation"P.O.Box 1973 . Tubman Boulevard . Sinkor, MonroviaMontserrado County . Republic of Liberia

09/2020Rehabilitation/Renovation of the

Microbiology Lab, Pharmacy, IDC and

Warehouse at JFK Medical Center

HVC-1

EXISTING FLOOR PLAN

www.jfkmc.gov.lr

MICROBIOLOGY LAB PHARMACY FORMER INFECTIOUSDISEASE CLINIC

MICROBIOLOGY LAB, PHARMACY, INFECTIOUS DISEASE CLINICJFK

1800

0 BTU

A/C

1800

0 BTU

A/C

1800

0 BTU

A/C

A/C12000 BTU

18000 BTUA/C

A/C

1200

0 BTU

A/C

1200

0 BTU

A/C

1200

0 BTU

A/C

A/C

1200

0 BTU

A/C

1200

0 BTU

1200

0 BTU

A/C

1200

0 BTU

A/C

1200

0 BTU

A/C

1200

0 BTU

A/C

1200

0 BTU

1800

0 BTU

A/C

A/C

1200

0 BTU

A/C

1200

0 BTU

A/C

1200

0 BTU

1800

0 BTU

A/C

1800

0 BTU

A/C

1800

0 BTU

A/C

1800

0 BTU

A/C

12000 BTU West Point A/C

18000 BTU West Point A/C

APPENDIX G- PROPOSED AIR CONDITIONING PLAN

AutoCAD SHX Text
1. COORDINATE ALL WORK WITH ARCHITECTURAL DRAWINGS AND COORDINATE ALL WORK WITH ARCHITECTURAL DRAWINGS AND ALL WORK WITH ARCHITECTURAL DRAWINGS AND ALL WORK WITH ARCHITECTURAL DRAWINGS AND WORK WITH ARCHITECTURAL DRAWINGS AND WORK WITH ARCHITECTURAL DRAWINGS AND WITH ARCHITECTURAL DRAWINGS AND WITH ARCHITECTURAL DRAWINGS AND ARCHITECTURAL DRAWINGS AND ARCHITECTURAL DRAWINGS AND DRAWINGS AND DRAWINGS AND AND AND SPECIFICATIONS. 2. DO NOT SCALE DRAWINGS. DO NOT SCALE DRAWINGS. 3. CONTRACTOR AND SUB-CONTRACTORS SHALL FAMILIARIZE CONTRACTOR AND SUB-CONTRACTORS SHALL FAMILIARIZE AND SUB-CONTRACTORS SHALL FAMILIARIZE AND SUB-CONTRACTORS SHALL FAMILIARIZE SUB-CONTRACTORS SHALL FAMILIARIZE SUB-CONTRACTORS SHALL FAMILIARIZE SHALL FAMILIARIZE SHALL FAMILIARIZE FAMILIARIZE FAMILIARIZE THEMSELVES WITH EXISTING CONDITIONS, LOCATIONS, AND WITH EXISTING CONDITIONS, LOCATIONS, AND WITH EXISTING CONDITIONS, LOCATIONS, AND EXISTING CONDITIONS, LOCATIONS, AND EXISTING CONDITIONS, LOCATIONS, AND CONDITIONS, LOCATIONS, AND CONDITIONS, LOCATIONS, AND LOCATIONS, AND LOCATIONS, AND AND AND PROJECT REQUIREMENTS PRIOR TO SUBMITTING A BID. 4. CONTRACTOR AND SUB-CONTRACTORS SHALL FIELD VERIFY CONTRACTOR AND SUB-CONTRACTORS SHALL FIELD VERIFY AND SUB-CONTRACTORS SHALL FIELD VERIFY AND SUB-CONTRACTORS SHALL FIELD VERIFY SUB-CONTRACTORS SHALL FIELD VERIFY SUB-CONTRACTORS SHALL FIELD VERIFY SHALL FIELD VERIFY SHALL FIELD VERIFY FIELD VERIFY FIELD VERIFY VERIFY VERIFY DIMENSIONS, AND FAMILIARIZE THEMSELVES WITH PROJECT AND FAMILIARIZE THEMSELVES WITH PROJECT AND FAMILIARIZE THEMSELVES WITH PROJECT FAMILIARIZE THEMSELVES WITH PROJECT FAMILIARIZE THEMSELVES WITH PROJECT THEMSELVES WITH PROJECT THEMSELVES WITH PROJECT WITH PROJECT WITH PROJECT PROJECT PROJECT REQUIREMENTS PRIOR TO COMMENCING WITH THE WORK. PRIOR TO COMMENCING WITH THE WORK. PRIOR TO COMMENCING WITH THE WORK. TO COMMENCING WITH THE WORK. TO COMMENCING WITH THE WORK. COMMENCING WITH THE WORK. COMMENCING WITH THE WORK. WITH THE WORK. WITH THE WORK. THE WORK. THE WORK. WORK. WORK. CONTRACTOR SHALL REPORT ANY DISCREPANCIES TO ARCHITECT. 5. WORK SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, WORK SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, INCLUDE ALL REQUIRED PERMITS, LABOR, INCLUDE ALL REQUIRED PERMITS, LABOR, ALL REQUIRED PERMITS, LABOR, ALL REQUIRED PERMITS, LABOR, REQUIRED PERMITS, LABOR, REQUIRED PERMITS, LABOR, PERMITS, LABOR, PERMITS, LABOR, LABOR, LABOR, MATERIALS, AND EQUIPMENT TO COMPLETE ALL WORK INDICATED ON AND EQUIPMENT TO COMPLETE ALL WORK INDICATED ON AND EQUIPMENT TO COMPLETE ALL WORK INDICATED ON EQUIPMENT TO COMPLETE ALL WORK INDICATED ON EQUIPMENT TO COMPLETE ALL WORK INDICATED ON TO COMPLETE ALL WORK INDICATED ON TO COMPLETE ALL WORK INDICATED ON COMPLETE ALL WORK INDICATED ON COMPLETE ALL WORK INDICATED ON ALL WORK INDICATED ON ALL WORK INDICATED ON WORK INDICATED ON WORK INDICATED ON INDICATED ON INDICATED ON ON ON DRAWINGS AND AS NECESSARY FOR A COMPLETE PROJECT. 6. PROVIDE TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO PROVIDE TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO DUST-PROOF PARTITIONS AS REQUIRED TO DUST-PROOF PARTITIONS AS REQUIRED TO PARTITIONS AS REQUIRED TO PARTITIONS AS REQUIRED TO AS REQUIRED TO AS REQUIRED TO REQUIRED TO REQUIRED TO TO TO PROTECT ALL EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO ALL EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO ALL EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO AREAS AND EQUIPMENT FROM DAMAGE DUE TO AREAS AND EQUIPMENT FROM DAMAGE DUE TO AND EQUIPMENT FROM DAMAGE DUE TO AND EQUIPMENT FROM DAMAGE DUE TO EQUIPMENT FROM DAMAGE DUE TO EQUIPMENT FROM DAMAGE DUE TO FROM DAMAGE DUE TO FROM DAMAGE DUE TO DAMAGE DUE TO DAMAGE DUE TO DUE TO DUE TO TO TO DEMOLITION OR NEW CONSTRUCTION ACTIVITIES. COORDINATE OR NEW CONSTRUCTION ACTIVITIES. COORDINATE OR NEW CONSTRUCTION ACTIVITIES. COORDINATE NEW CONSTRUCTION ACTIVITIES. COORDINATE NEW CONSTRUCTION ACTIVITIES. COORDINATE CONSTRUCTION ACTIVITIES. COORDINATE CONSTRUCTION ACTIVITIES. COORDINATE ACTIVITIES. COORDINATE ACTIVITIES. COORDINATE COORDINATE COORDINATE COORDINATE LOCATIONS AND REQUIREMENTS WITH OWNER. 7. GENERAL CONTRACTOR TO PATCH, REPAIR AND PAINT GENERAL CONTRACTOR TO PATCH, REPAIR AND PAINT CONTRACTOR TO PATCH, REPAIR AND PAINT CONTRACTOR TO PATCH, REPAIR AND PAINT TO PATCH, REPAIR AND PAINT TO PATCH, REPAIR AND PAINT PATCH, REPAIR AND PAINT PATCH, REPAIR AND PAINT REPAIR AND PAINT REPAIR AND PAINT AND PAINT AND PAINT PAINT PAINT (REFINISH) SURFACES AND BUILDING ELEMENTS DAMAGED BY SURFACES AND BUILDING ELEMENTS DAMAGED BY SURFACES AND BUILDING ELEMENTS DAMAGED BY AND BUILDING ELEMENTS DAMAGED BY AND BUILDING ELEMENTS DAMAGED BY BUILDING ELEMENTS DAMAGED BY BUILDING ELEMENTS DAMAGED BY ELEMENTS DAMAGED BY ELEMENTS DAMAGED BY DAMAGED BY DAMAGED BY BY BY MECHANICAL, ELECTRICAL, AND PLUMBING WORK AND WHERE ITEMS ELECTRICAL, AND PLUMBING WORK AND WHERE ITEMS ELECTRICAL, AND PLUMBING WORK AND WHERE ITEMS AND PLUMBING WORK AND WHERE ITEMS AND PLUMBING WORK AND WHERE ITEMS PLUMBING WORK AND WHERE ITEMS PLUMBING WORK AND WHERE ITEMS WORK AND WHERE ITEMS WORK AND WHERE ITEMS AND WHERE ITEMS AND WHERE ITEMS WHERE ITEMS WHERE ITEMS ITEMS ITEMS ARE REMOVED, RELOCATED OR ADDED. 8. REPAIR FLOORS WHERE DAMAGED BY THE WORK OF THIS REPAIR FLOORS WHERE DAMAGED BY THE WORK OF THIS FLOORS WHERE DAMAGED BY THE WORK OF THIS FLOORS WHERE DAMAGED BY THE WORK OF THIS WHERE DAMAGED BY THE WORK OF THIS WHERE DAMAGED BY THE WORK OF THIS DAMAGED BY THE WORK OF THIS DAMAGED BY THE WORK OF THIS BY THE WORK OF THIS BY THE WORK OF THIS THE WORK OF THIS THE WORK OF THIS WORK OF THIS WORK OF THIS OF THIS OF THIS THIS THIS PROJECT. 9. PATCH AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE PATCH AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE REPAIR ALL SURFACES TO MATCH EXISTING WHERE REPAIR ALL SURFACES TO MATCH EXISTING WHERE ALL SURFACES TO MATCH EXISTING WHERE ALL SURFACES TO MATCH EXISTING WHERE SURFACES TO MATCH EXISTING WHERE SURFACES TO MATCH EXISTING WHERE TO MATCH EXISTING WHERE TO MATCH EXISTING WHERE MATCH EXISTING WHERE MATCH EXISTING WHERE EXISTING WHERE EXISTING WHERE WHERE WHERE ITEMS ARE REMOVED OR ALTERED - FIELD VERIFY EXTENT ARE REMOVED OR ALTERED - FIELD VERIFY EXTENT ARE REMOVED OR ALTERED - FIELD VERIFY EXTENT REMOVED OR ALTERED - FIELD VERIFY EXTENT REMOVED OR ALTERED - FIELD VERIFY EXTENT OR ALTERED - FIELD VERIFY EXTENT OR ALTERED - FIELD VERIFY EXTENT ALTERED - FIELD VERIFY EXTENT ALTERED - FIELD VERIFY EXTENT - FIELD VERIFY EXTENT - FIELD VERIFY EXTENT FIELD VERIFY EXTENT FIELD VERIFY EXTENT VERIFY EXTENT VERIFY EXTENT EXTENT EXTENT REQUIRED. 10. ALL PAINTING SHALL BE DONE IN ACCORDANCE WITH ALL PAINTING SHALL BE DONE IN ACCORDANCE WITH PAINTING SHALL BE DONE IN ACCORDANCE WITH PAINTING SHALL BE DONE IN ACCORDANCE WITH SHALL BE DONE IN ACCORDANCE WITH SHALL BE DONE IN ACCORDANCE WITH BE DONE IN ACCORDANCE WITH BE DONE IN ACCORDANCE WITH DONE IN ACCORDANCE WITH DONE IN ACCORDANCE WITH IN ACCORDANCE WITH IN ACCORDANCE WITH ACCORDANCE WITH ACCORDANCE WITH WITH WITH MANUFACTURER'S SPECIFICATIONS. CONTRACTOR IS RESPONSIBLE SPECIFICATIONS. CONTRACTOR IS RESPONSIBLE SPECIFICATIONS. CONTRACTOR IS RESPONSIBLE CONTRACTOR IS RESPONSIBLE CONTRACTOR IS RESPONSIBLE IS RESPONSIBLE IS RESPONSIBLE RESPONSIBLE RESPONSIBLE FOR PROTECTING ADJACENT FINISHES AND CLEANUP. 11. CONTRACTOR IS RESPONSIBLE FOR FINAL CLEANUP OF WORK CONTRACTOR IS RESPONSIBLE FOR FINAL CLEANUP OF WORK IS RESPONSIBLE FOR FINAL CLEANUP OF WORK IS RESPONSIBLE FOR FINAL CLEANUP OF WORK RESPONSIBLE FOR FINAL CLEANUP OF WORK RESPONSIBLE FOR FINAL CLEANUP OF WORK FOR FINAL CLEANUP OF WORK FOR FINAL CLEANUP OF WORK FINAL CLEANUP OF WORK FINAL CLEANUP OF WORK CLEANUP OF WORK CLEANUP OF WORK OF WORK OF WORK WORK WORK AREA AND ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL AND ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL AND ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL EXPOSED BUILDING SURFACES AT SUBSTANTIAL EXPOSED BUILDING SURFACES AT SUBSTANTIAL BUILDING SURFACES AT SUBSTANTIAL BUILDING SURFACES AT SUBSTANTIAL SURFACES AT SUBSTANTIAL SURFACES AT SUBSTANTIAL AT SUBSTANTIAL AT SUBSTANTIAL SUBSTANTIAL SUBSTANTIAL COMPLETION. 12. ALL TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH ALL TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH TOOLS SHALL BE REMOVED FROM PREMISES EACH TOOLS SHALL BE REMOVED FROM PREMISES EACH SHALL BE REMOVED FROM PREMISES EACH SHALL BE REMOVED FROM PREMISES EACH BE REMOVED FROM PREMISES EACH BE REMOVED FROM PREMISES EACH REMOVED FROM PREMISES EACH REMOVED FROM PREMISES EACH FROM PREMISES EACH FROM PREMISES EACH PREMISES EACH PREMISES EACH EACH EACH DAY AND THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AND THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AND THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AREA LEFT CLEAN WHENEVER UNATTENDED. EACH LEFT CLEAN WHENEVER UNATTENDED. EACH LEFT CLEAN WHENEVER UNATTENDED. EACH CLEAN WHENEVER UNATTENDED. EACH CLEAN WHENEVER UNATTENDED. EACH WHENEVER UNATTENDED. EACH WHENEVER UNATTENDED. EACH UNATTENDED. EACH UNATTENDED. EACH EACH EACH EACH CONTRACTOR SHALL BE RESPONSIBLE FOR CLEANUP. COORDINATE SHALL BE RESPONSIBLE FOR CLEANUP. COORDINATE SHALL BE RESPONSIBLE FOR CLEANUP. COORDINATE BE RESPONSIBLE FOR CLEANUP. COORDINATE BE RESPONSIBLE FOR CLEANUP. COORDINATE RESPONSIBLE FOR CLEANUP. COORDINATE RESPONSIBLE FOR CLEANUP. COORDINATE FOR CLEANUP. COORDINATE FOR CLEANUP. COORDINATE CLEANUP. COORDINATE CLEANUP. COORDINATE COORDINATE COORDINATE WITH OWNER IF SECURE STORAGE IS NEEDED ONSITE. 13. CONTRACTOR SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED CONTRACTOR SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED BE RESPONSIBLE FOR DAMAGE TO FINISHED BE RESPONSIBLE FOR DAMAGE TO FINISHED RESPONSIBLE FOR DAMAGE TO FINISHED RESPONSIBLE FOR DAMAGE TO FINISHED FOR DAMAGE TO FINISHED FOR DAMAGE TO FINISHED DAMAGE TO FINISHED DAMAGE TO FINISHED TO FINISHED TO FINISHED FINISHED FINISHED SURFACES, EQUIPMENT, FURNITURE, EXISTING MATERIALS OR EQUIPMENT, FURNITURE, EXISTING MATERIALS OR EQUIPMENT, FURNITURE, EXISTING MATERIALS OR FURNITURE, EXISTING MATERIALS OR FURNITURE, EXISTING MATERIALS OR EXISTING MATERIALS OR EXISTING MATERIALS OR MATERIALS OR MATERIALS OR OR OR FINISHES, CAUSED AS A RESULT OF HIS WORK. REPAIR OR CAUSED AS A RESULT OF HIS WORK. REPAIR OR CAUSED AS A RESULT OF HIS WORK. REPAIR OR AS A RESULT OF HIS WORK. REPAIR OR AS A RESULT OF HIS WORK. REPAIR OR A RESULT OF HIS WORK. REPAIR OR A RESULT OF HIS WORK. REPAIR OR RESULT OF HIS WORK. REPAIR OR RESULT OF HIS WORK. REPAIR OR OF HIS WORK. REPAIR OR OF HIS WORK. REPAIR OR HIS WORK. REPAIR OR HIS WORK. REPAIR OR WORK. REPAIR OR WORK. REPAIR OR REPAIR OR REPAIR OR OR OR REPLACE DAMAGED ITEMS AS DIRECTED BY ARCHITECT. 14. ALL WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE ALL WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE SHALL BE DONE IN ACCORDANCE WITH APPLICABLE SHALL BE DONE IN ACCORDANCE WITH APPLICABLE BE DONE IN ACCORDANCE WITH APPLICABLE BE DONE IN ACCORDANCE WITH APPLICABLE DONE IN ACCORDANCE WITH APPLICABLE DONE IN ACCORDANCE WITH APPLICABLE IN ACCORDANCE WITH APPLICABLE IN ACCORDANCE WITH APPLICABLE ACCORDANCE WITH APPLICABLE ACCORDANCE WITH APPLICABLE WITH APPLICABLE WITH APPLICABLE APPLICABLE APPLICABLE CODES AND STANDARDS.
AutoCAD SHX Text
3. ALLOW SUFFICIENT SPACE FOR WIRING,REFRIGERANT PIPING AND SERVICING UNIT
AutoCAD SHX Text
4. THE SOLENOID VALVE SHALL BE INSTALLED IN THE UNIT THAT IS 3 TONNAGE COOLING OR LARGER
AutoCAD SHX Text
1. TYPE OF VIBRATION ISOLATOR SHALL BE REFER TO SPECIFICATION.
AutoCAD SHX Text
2. LOCATE CONDENSING UNIT SO THAT AIRFLOW IS UNRESTRICTED ON ALL SIDE AND ABOVE
AutoCAD SHX Text
%%UA/C NOTES:

PROJECT::

JOHN F. KENNEDY MEDICAL CENTER

DESIGNED BY::

DRAWING TITLE::

DATE::

SHEET NO::

"Building a Strong, Viable and Healthy Nation"P.O.Box 1973 . Tubman Boulevard . Sinkor, MonroviaMontserrado County . Republic of Liberia

09/2020Rehabilitation/Renovation of the

Microbiology Lab, Pharmacy, IDC and

Warehouse at JFK Medical Center

HVC-2PROPOSED AIR CONDITIONING DETAILS

www.jfkmc.gov.lr

PROPOSED AIR CONDITIONING DETAILS MICROBIOLOGY LAB, PHARMACY, INFECTIOUS DISEASE CLINIC

AIR CONDITIONINGDETAILS

JFK

APPENDIX H- PROPOSED AIR CONDITIONING DETAILS

AutoCAD SHX Text
UPPER FLOOR SLAB
AutoCAD SHX Text
SPLIT TYPE AIR CONDITIONER INSTALLATION
AutoCAD SHX Text
3. ALLOW SUFFICIENT SPACE FOR WIRING,REFRIGERANT PIPING AND SERVICING UNIT
AutoCAD SHX Text
4. THE SOLENOID VALVE SHALL BE INSTALLED IN THE UNIT THAT IS 3 TONNAGE COOLING OR LARGER
AutoCAD SHX Text
CONDENSING UNIT
AutoCAD SHX Text
VIBRATION ISOLATOR
AutoCAD SHX Text
SUGGESTED METHOD OF ATTACHING REMOTE BULB TO
AutoCAD SHX Text
SUCTION LINE 22.2mm.(7/8") OD. AND LARGER
AutoCAD SHX Text
1. TYPE OF VIBRATION ISOLATOR SHALL BE REFER TO SPECIFICATION.
AutoCAD SHX Text
2. LOCATE CONDENSING UNIT SO THAT AIRFLOW IS UNRESTRICTED ON ALL SIDE AND ABOVE
AutoCAD SHX Text
45%%D
AutoCAD SHX Text
FLEXIBLE CONNECTION
AutoCAD SHX Text
SUGGESTED METHOD OF ATTACHING REMOTE BULB TO
AutoCAD SHX Text
SUCTION LINE 15.9mm.(5/8") OD. AND SMALLER
AutoCAD SHX Text
SUPPLY AIR
AutoCAD SHX Text
%%UDETAIL "A"
AutoCAD SHX Text
DUCT
AutoCAD SHX Text
SUCTION LINE WITH INSULATION
AutoCAD SHX Text
LIQUID LINE
AutoCAD SHX Text
PITCH
AutoCAD SHX Text
PITCH
AutoCAD SHX Text
FILTER DRIER
AutoCAD SHX Text
S
AutoCAD SHX Text
LOOP TO PREVENT
AutoCAD SHX Text
LIQUID ENTERING
AutoCAD SHX Text
COMPRESSOR
AutoCAD SHX Text
EXPANSION BOLT
AutoCAD SHX Text
RUBBER BUSHING
AutoCAD SHX Text
STEEL ROD
AutoCAD SHX Text
C-CHANNEL
AutoCAD SHX Text
DRAIN PAN
AutoCAD SHX Text
DRAIN PIPE
AutoCAD SHX Text
SOLENOID VALVE
AutoCAD SHX Text
EXPANSION VALVE
AutoCAD SHX Text
BLOWER
AutoCAD SHX Text
(NON-CORROSIVE)
AutoCAD SHX Text
NUT & WASHER
AutoCAD SHX Text
SEE DETAIL "A"
AutoCAD SHX Text
TRAP
AutoCAD SHX Text
OIL TRAP
AutoCAD SHX Text
WITH INSULATION
AutoCAD SHX Text
TRANE
AutoCAD SHX Text
%%UNOTES:

16'-1

1"

16'-1

1"

ADULTSECTION

STAFFTOILET GENERAL TOILET

SECURITYCHECK

LOBBY

LIBRARY

OFFICEOFFICE

STAFFTOILET

GEN.TOILET

SEWING ROOMSTAFFTOILET

INFECTIOUSDISEASECLINIC/SECTION

STO.

GENERALPHARMACY

001

002

003

004

005

008009

006

MAIN CENTRALLABORATORY

STO. FIRESAFETY

OFFICE

CORRIDOR

V E R A N D A H

STO.

HALLPHARMACY

DRUGS STO. 1DRUGS STO. 2

STO.

DRUGS STO. 3

SERVICE CLO.

SLUDGE ROOM

WASHING AREAPREP.AREA

HEMATOLOGYPARASITOLOGY& URINOLOGY

BIOCHEMISTRYMICROBIOLOGYLAB # 1

BLOODBANK

STORAGE

LAB. MANAGER OFFICEAND CENTRAL PRINTINGSTATION

TOI.

PHELOBOTOMYTO REAR WALKWAY

LIFT-1

LIFT-2

COVERED WALKWAY

STEEL SLIDING DOOR[8 foot wide]

MICROBIOLOGYLAB # 2

NOTE:RED BOX = MICROBIOLOGY LABLIME GREEN BOX = PHARMACYDARK GREEN & BLUE = PROPOSED STORAGESPACE FORPREVAIL

CONCRETEWALKWAY

UP

1 2 3 4

A

B

C

D

E

MH MH MHMH MH

LEGEND4'' pvc pipe

MH

VENT------

Manhole------

Floor drain------

2'' pvc pipe

GENERAL NOTES:

PROJECT::

JOHN F. KENNEDY MEDICAL CENTER

DESIGNED BY::

DRAWING TITLE::

DATE::

SHEET NO::

"Building a Strong, Viable and Healthy Nation"P.O.Box 1973 . Tubman Boulevard . Sinkor, MonroviaMontserrado County . Republic of Liberia

09/2020Rehabilitation/Renovation of the

Microbiology Lab, Pharmacy, IDC and

Warehouse at JFK Medical Center

P1PLUMBING PAN (OUTGOING WATER)

www.jfkmc.gov.lr

PROPOSED PLUMBING PLAN MICROBIOLOGY LAB, PHARMACY, INFECTIOUS DISEASE CLINIC

2'' pvc hotwater pipe

JFK

APPENDIX I: PROPOSED PLUMBING PLAN

AutoCAD SHX Text
1. COORDINATE ALL WORK WITH ARCHITECTURAL DRAWINGS AND COORDINATE ALL WORK WITH ARCHITECTURAL DRAWINGS AND ALL WORK WITH ARCHITECTURAL DRAWINGS AND ALL WORK WITH ARCHITECTURAL DRAWINGS AND WORK WITH ARCHITECTURAL DRAWINGS AND WORK WITH ARCHITECTURAL DRAWINGS AND WITH ARCHITECTURAL DRAWINGS AND WITH ARCHITECTURAL DRAWINGS AND ARCHITECTURAL DRAWINGS AND ARCHITECTURAL DRAWINGS AND DRAWINGS AND DRAWINGS AND AND AND SPECIFICATIONS. 2. DO NOT SCALE DRAWINGS. DO NOT SCALE DRAWINGS. 3. CONTRACTOR AND SUB-CONTRACTORS SHALL FAMILIARIZE CONTRACTOR AND SUB-CONTRACTORS SHALL FAMILIARIZE AND SUB-CONTRACTORS SHALL FAMILIARIZE AND SUB-CONTRACTORS SHALL FAMILIARIZE SUB-CONTRACTORS SHALL FAMILIARIZE SUB-CONTRACTORS SHALL FAMILIARIZE SHALL FAMILIARIZE SHALL FAMILIARIZE FAMILIARIZE FAMILIARIZE THEMSELVES WITH EXISTING CONDITIONS, LOCATIONS, AND WITH EXISTING CONDITIONS, LOCATIONS, AND WITH EXISTING CONDITIONS, LOCATIONS, AND EXISTING CONDITIONS, LOCATIONS, AND EXISTING CONDITIONS, LOCATIONS, AND CONDITIONS, LOCATIONS, AND CONDITIONS, LOCATIONS, AND LOCATIONS, AND LOCATIONS, AND AND AND PROJECT REQUIREMENTS PRIOR TO SUBMITTING A BID. 4. CONTRACTOR AND SUB-CONTRACTORS SHALL FIELD VERIFY CONTRACTOR AND SUB-CONTRACTORS SHALL FIELD VERIFY AND SUB-CONTRACTORS SHALL FIELD VERIFY AND SUB-CONTRACTORS SHALL FIELD VERIFY SUB-CONTRACTORS SHALL FIELD VERIFY SUB-CONTRACTORS SHALL FIELD VERIFY SHALL FIELD VERIFY SHALL FIELD VERIFY FIELD VERIFY FIELD VERIFY VERIFY VERIFY DIMENSIONS, AND FAMILIARIZE THEMSELVES WITH PROJECT AND FAMILIARIZE THEMSELVES WITH PROJECT AND FAMILIARIZE THEMSELVES WITH PROJECT FAMILIARIZE THEMSELVES WITH PROJECT FAMILIARIZE THEMSELVES WITH PROJECT THEMSELVES WITH PROJECT THEMSELVES WITH PROJECT WITH PROJECT WITH PROJECT PROJECT PROJECT REQUIREMENTS PRIOR TO COMMENCING WITH THE WORK. PRIOR TO COMMENCING WITH THE WORK. PRIOR TO COMMENCING WITH THE WORK. TO COMMENCING WITH THE WORK. TO COMMENCING WITH THE WORK. COMMENCING WITH THE WORK. COMMENCING WITH THE WORK. WITH THE WORK. WITH THE WORK. THE WORK. THE WORK. WORK. WORK. CONTRACTOR SHALL REPORT ANY DISCREPANCIES TO ARCHITECT. 5. WORK SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, WORK SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, INCLUDE ALL REQUIRED PERMITS, LABOR, INCLUDE ALL REQUIRED PERMITS, LABOR, ALL REQUIRED PERMITS, LABOR, ALL REQUIRED PERMITS, LABOR, REQUIRED PERMITS, LABOR, REQUIRED PERMITS, LABOR, PERMITS, LABOR, PERMITS, LABOR, LABOR, LABOR, MATERIALS, AND EQUIPMENT TO COMPLETE ALL WORK INDICATED ON AND EQUIPMENT TO COMPLETE ALL WORK INDICATED ON AND EQUIPMENT TO COMPLETE ALL WORK INDICATED ON EQUIPMENT TO COMPLETE ALL WORK INDICATED ON EQUIPMENT TO COMPLETE ALL WORK INDICATED ON TO COMPLETE ALL WORK INDICATED ON TO COMPLETE ALL WORK INDICATED ON COMPLETE ALL WORK INDICATED ON COMPLETE ALL WORK INDICATED ON ALL WORK INDICATED ON ALL WORK INDICATED ON WORK INDICATED ON WORK INDICATED ON INDICATED ON INDICATED ON ON ON DRAWINGS AND AS NECESSARY FOR A COMPLETE PROJECT. 6. PROVIDE TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO PROVIDE TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO DUST-PROOF PARTITIONS AS REQUIRED TO DUST-PROOF PARTITIONS AS REQUIRED TO PARTITIONS AS REQUIRED TO PARTITIONS AS REQUIRED TO AS REQUIRED TO AS REQUIRED TO REQUIRED TO REQUIRED TO TO TO PROTECT ALL EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO ALL EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO ALL EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO AREAS AND EQUIPMENT FROM DAMAGE DUE TO AREAS AND EQUIPMENT FROM DAMAGE DUE TO AND EQUIPMENT FROM DAMAGE DUE TO AND EQUIPMENT FROM DAMAGE DUE TO EQUIPMENT FROM DAMAGE DUE TO EQUIPMENT FROM DAMAGE DUE TO FROM DAMAGE DUE TO FROM DAMAGE DUE TO DAMAGE DUE TO DAMAGE DUE TO DUE TO DUE TO TO TO DEMOLITION OR NEW CONSTRUCTION ACTIVITIES. COORDINATE OR NEW CONSTRUCTION ACTIVITIES. COORDINATE OR NEW CONSTRUCTION ACTIVITIES. COORDINATE NEW CONSTRUCTION ACTIVITIES. COORDINATE NEW CONSTRUCTION ACTIVITIES. COORDINATE CONSTRUCTION ACTIVITIES. COORDINATE CONSTRUCTION ACTIVITIES. COORDINATE ACTIVITIES. COORDINATE ACTIVITIES. COORDINATE COORDINATE COORDINATE COORDINATE LOCATIONS AND REQUIREMENTS WITH OWNER. 7. GENERAL CONTRACTOR TO PATCH, REPAIR AND PAINT GENERAL CONTRACTOR TO PATCH, REPAIR AND PAINT CONTRACTOR TO PATCH, REPAIR AND PAINT CONTRACTOR TO PATCH, REPAIR AND PAINT TO PATCH, REPAIR AND PAINT TO PATCH, REPAIR AND PAINT PATCH, REPAIR AND PAINT PATCH, REPAIR AND PAINT REPAIR AND PAINT REPAIR AND PAINT AND PAINT AND PAINT PAINT PAINT (REFINISH) SURFACES AND BUILDING ELEMENTS DAMAGED BY SURFACES AND BUILDING ELEMENTS DAMAGED BY SURFACES AND BUILDING ELEMENTS DAMAGED BY AND BUILDING ELEMENTS DAMAGED BY AND BUILDING ELEMENTS DAMAGED BY BUILDING ELEMENTS DAMAGED BY BUILDING ELEMENTS DAMAGED BY ELEMENTS DAMAGED BY ELEMENTS DAMAGED BY DAMAGED BY DAMAGED BY BY BY MECHANICAL, ELECTRICAL, AND PLUMBING WORK AND WHERE ITEMS ELECTRICAL, AND PLUMBING WORK AND WHERE ITEMS ELECTRICAL, AND PLUMBING WORK AND WHERE ITEMS AND PLUMBING WORK AND WHERE ITEMS AND PLUMBING WORK AND WHERE ITEMS PLUMBING WORK AND WHERE ITEMS PLUMBING WORK AND WHERE ITEMS WORK AND WHERE ITEMS WORK AND WHERE ITEMS AND WHERE ITEMS AND WHERE ITEMS WHERE ITEMS WHERE ITEMS ITEMS ITEMS ARE REMOVED, RELOCATED OR ADDED. 8. REPAIR FLOORS WHERE DAMAGED BY THE WORK OF THIS REPAIR FLOORS WHERE DAMAGED BY THE WORK OF THIS FLOORS WHERE DAMAGED BY THE WORK OF THIS FLOORS WHERE DAMAGED BY THE WORK OF THIS WHERE DAMAGED BY THE WORK OF THIS WHERE DAMAGED BY THE WORK OF THIS DAMAGED BY THE WORK OF THIS DAMAGED BY THE WORK OF THIS BY THE WORK OF THIS BY THE WORK OF THIS THE WORK OF THIS THE WORK OF THIS WORK OF THIS WORK OF THIS OF THIS OF THIS THIS THIS PROJECT. 9. PATCH AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE PATCH AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE REPAIR ALL SURFACES TO MATCH EXISTING WHERE REPAIR ALL SURFACES TO MATCH EXISTING WHERE ALL SURFACES TO MATCH EXISTING WHERE ALL SURFACES TO MATCH EXISTING WHERE SURFACES TO MATCH EXISTING WHERE SURFACES TO MATCH EXISTING WHERE TO MATCH EXISTING WHERE TO MATCH EXISTING WHERE MATCH EXISTING WHERE MATCH EXISTING WHERE EXISTING WHERE EXISTING WHERE WHERE WHERE ITEMS ARE REMOVED OR ALTERED - FIELD VERIFY EXTENT ARE REMOVED OR ALTERED - FIELD VERIFY EXTENT ARE REMOVED OR ALTERED - FIELD VERIFY EXTENT REMOVED OR ALTERED - FIELD VERIFY EXTENT REMOVED OR ALTERED - FIELD VERIFY EXTENT OR ALTERED - FIELD VERIFY EXTENT OR ALTERED - FIELD VERIFY EXTENT ALTERED - FIELD VERIFY EXTENT ALTERED - FIELD VERIFY EXTENT - FIELD VERIFY EXTENT - FIELD VERIFY EXTENT FIELD VERIFY EXTENT FIELD VERIFY EXTENT VERIFY EXTENT VERIFY EXTENT EXTENT EXTENT REQUIRED. 10. ALL PAINTING SHALL BE DONE IN ACCORDANCE WITH ALL PAINTING SHALL BE DONE IN ACCORDANCE WITH PAINTING SHALL BE DONE IN ACCORDANCE WITH PAINTING SHALL BE DONE IN ACCORDANCE WITH SHALL BE DONE IN ACCORDANCE WITH SHALL BE DONE IN ACCORDANCE WITH BE DONE IN ACCORDANCE WITH BE DONE IN ACCORDANCE WITH DONE IN ACCORDANCE WITH DONE IN ACCORDANCE WITH IN ACCORDANCE WITH IN ACCORDANCE WITH ACCORDANCE WITH ACCORDANCE WITH WITH WITH MANUFACTURER'S SPECIFICATIONS. CONTRACTOR IS RESPONSIBLE SPECIFICATIONS. CONTRACTOR IS RESPONSIBLE SPECIFICATIONS. CONTRACTOR IS RESPONSIBLE CONTRACTOR IS RESPONSIBLE CONTRACTOR IS RESPONSIBLE IS RESPONSIBLE IS RESPONSIBLE RESPONSIBLE RESPONSIBLE FOR PROTECTING ADJACENT FINISHES AND CLEANUP. 11. CONTRACTOR IS RESPONSIBLE FOR FINAL CLEANUP OF WORK CONTRACTOR IS RESPONSIBLE FOR FINAL CLEANUP OF WORK IS RESPONSIBLE FOR FINAL CLEANUP OF WORK IS RESPONSIBLE FOR FINAL CLEANUP OF WORK RESPONSIBLE FOR FINAL CLEANUP OF WORK RESPONSIBLE FOR FINAL CLEANUP OF WORK FOR FINAL CLEANUP OF WORK FOR FINAL CLEANUP OF WORK FINAL CLEANUP OF WORK FINAL CLEANUP OF WORK CLEANUP OF WORK CLEANUP OF WORK OF WORK OF WORK WORK WORK AREA AND ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL AND ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL AND ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL EXPOSED BUILDING SURFACES AT SUBSTANTIAL EXPOSED BUILDING SURFACES AT SUBSTANTIAL BUILDING SURFACES AT SUBSTANTIAL BUILDING SURFACES AT SUBSTANTIAL SURFACES AT SUBSTANTIAL SURFACES AT SUBSTANTIAL AT SUBSTANTIAL AT SUBSTANTIAL SUBSTANTIAL SUBSTANTIAL COMPLETION. 12. ALL TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH ALL TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH TOOLS SHALL BE REMOVED FROM PREMISES EACH TOOLS SHALL BE REMOVED FROM PREMISES EACH SHALL BE REMOVED FROM PREMISES EACH SHALL BE REMOVED FROM PREMISES EACH BE REMOVED FROM PREMISES EACH BE REMOVED FROM PREMISES EACH REMOVED FROM PREMISES EACH REMOVED FROM PREMISES EACH FROM PREMISES EACH FROM PREMISES EACH PREMISES EACH PREMISES EACH EACH EACH DAY AND THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AND THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AND THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AREA LEFT CLEAN WHENEVER UNATTENDED. EACH LEFT CLEAN WHENEVER UNATTENDED. EACH LEFT CLEAN WHENEVER UNATTENDED. EACH CLEAN WHENEVER UNATTENDED. EACH CLEAN WHENEVER UNATTENDED. EACH WHENEVER UNATTENDED. EACH WHENEVER UNATTENDED. EACH UNATTENDED. EACH UNATTENDED. EACH EACH EACH EACH CONTRACTOR SHALL BE RESPONSIBLE FOR CLEANUP. COORDINATE SHALL BE RESPONSIBLE FOR CLEANUP. COORDINATE SHALL BE RESPONSIBLE FOR CLEANUP. COORDINATE BE RESPONSIBLE FOR CLEANUP. COORDINATE BE RESPONSIBLE FOR CLEANUP. COORDINATE RESPONSIBLE FOR CLEANUP. COORDINATE RESPONSIBLE FOR CLEANUP. COORDINATE FOR CLEANUP. COORDINATE FOR CLEANUP. COORDINATE CLEANUP. COORDINATE CLEANUP. COORDINATE COORDINATE COORDINATE WITH OWNER IF SECURE STORAGE IS NEEDED ONSITE. 13. CONTRACTOR SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED CONTRACTOR SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED BE RESPONSIBLE FOR DAMAGE TO FINISHED BE RESPONSIBLE FOR DAMAGE TO FINISHED RESPONSIBLE FOR DAMAGE TO FINISHED RESPONSIBLE FOR DAMAGE TO FINISHED FOR DAMAGE TO FINISHED FOR DAMAGE TO FINISHED DAMAGE TO FINISHED DAMAGE TO FINISHED TO FINISHED TO FINISHED FINISHED FINISHED SURFACES, EQUIPMENT, FURNITURE, EXISTING MATERIALS OR EQUIPMENT, FURNITURE, EXISTING MATERIALS OR EQUIPMENT, FURNITURE, EXISTING MATERIALS OR FURNITURE, EXISTING MATERIALS OR FURNITURE, EXISTING MATERIALS OR EXISTING MATERIALS OR EXISTING MATERIALS OR MATERIALS OR MATERIALS OR OR OR FINISHES, CAUSED AS A RESULT OF HIS WORK. REPAIR OR CAUSED AS A RESULT OF HIS WORK. REPAIR OR CAUSED AS A RESULT OF HIS WORK. REPAIR OR AS A RESULT OF HIS WORK. REPAIR OR AS A RESULT OF HIS WORK. REPAIR OR A RESULT OF HIS WORK. REPAIR OR A RESULT OF HIS WORK. REPAIR OR RESULT OF HIS WORK. REPAIR OR RESULT OF HIS WORK. REPAIR OR OF HIS WORK. REPAIR OR OF HIS WORK. REPAIR OR HIS WORK. REPAIR OR HIS WORK. REPAIR OR WORK. REPAIR OR WORK. REPAIR OR REPAIR OR REPAIR OR OR OR REPLACE DAMAGED ITEMS AS DIRECTED BY ARCHITECT. 14. ALL WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE ALL WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE SHALL BE DONE IN ACCORDANCE WITH APPLICABLE SHALL BE DONE IN ACCORDANCE WITH APPLICABLE BE DONE IN ACCORDANCE WITH APPLICABLE BE DONE IN ACCORDANCE WITH APPLICABLE DONE IN ACCORDANCE WITH APPLICABLE DONE IN ACCORDANCE WITH APPLICABLE IN ACCORDANCE WITH APPLICABLE IN ACCORDANCE WITH APPLICABLE ACCORDANCE WITH APPLICABLE ACCORDANCE WITH APPLICABLE WITH APPLICABLE WITH APPLICABLE APPLICABLE APPLICABLE CODES AND STANDARDS.

SECTION-( SEPTIC TANK /SOAKAWAY PIT DETAIL)

8" 8'-0'' 8" 5'-0'' 8"

4" 6'-8'' 6'-8'' 4"

15'-0''

8"8'-8''

8"

4"9'-4''

4"

10'-0

''

2'

2'

5'-0''

6"4"

6"2'-3''9"

PLAN-( SEPTIC TANK) PLAN-(SOAKAWAY SECTION)

9'-11"

12'' 12'' 12''12''

7'-10''

3'-2''

4'-4''

PROJECT::

JOHN F. KENNEDY MEDICAL CENTER

DESIGNED BY::

DRAWING TITLE::

DATE::

SHEET NO::

"Building a Strong, Viable and Healthy Nation"P.O.Box 1973 . Tubman Boulevard . Sinkor, MonroviaMontserrado County . Republic of Liberia

09/2020Rehabilitation/Renovation of the

Microbiology Lab, Pharmacy, IDC and

Warehouse at JFK Medical Center

P4PROPOSED SEPTIC TANKS

www.jfkmc.gov.lr

PROPOSED SEPTIC TANK/SOAKAWAY PIT DETAILS

MICROBIOLOGY LAB, PHARMACY, INFECTIOUS DISEASE CLINICJFK

APPENDIX J: PROPOSED SEPTIC PLAN

AutoCAD SHX Text
concrete cover lid
AutoCAD SHX Text
2' x 2'
AutoCAD SHX Text
6" PVC pipe
AutoCAD SHX Text
2" PVC pipe, vent pipe
AutoCAD SHX Text
8" thick concrete block partition wall
AutoCAD SHX Text
2' x 2' concrete cover lid
AutoCAD SHX Text
6" PVC pipe inlet
AutoCAD SHX Text
8" thick concrete block wall
AutoCAD SHX Text
for inspection chamber
AutoCAD SHX Text
8" thick concrete block wall
AutoCAD SHX Text
8" x 8" thick r.c column
AutoCAD SHX Text
6" PVC pipe
AutoCAD SHX Text
8" thick concrete block partition wall
AutoCAD SHX Text
6" thick mass conc. blinding
AutoCAD SHX Text
6" PVC pipe, inlet
AutoCAD SHX Text
liquid level
AutoCAD SHX Text
concrete cover lid
AutoCAD SHX Text
2' x 2'
AutoCAD SHX Text
concrete cover lid
AutoCAD SHX Text
2' x 2'
AutoCAD SHX Text
6" thick r.c conc. blinding
AutoCAD SHX Text
with 5 no. 1/2" bars both ways
AutoCAD SHX Text
8" thick solid conc. block wall
AutoCAD SHX Text
8" thick solid conc. block wall
AutoCAD SHX Text
4" thick R.C slab cover
AutoCAD SHX Text
for septic tank using 1/2"
AutoCAD SHX Text
deformed steel @ 8" o/c
AutoCAD SHX Text
in both directions
AutoCAD SHX Text
inspection chamber
AutoCAD SHX Text
8" x 8" thick r.c column
AutoCAD SHX Text
Grade Line

APPENDIX K: PROPOSED PLUMBING INSTALLATION DETAILS

PROJECT::

JOHN F. KENNEDY MEDICAL CENTER

DESIGNED BY::

DRAWING TITLE::

DATE::

SHEET NO::

"Building a Strong, Viable and Healthy Nation"P.O.Box 1973 . Tubman Boulevard . Sinkor, MonroviaMontserrado County . Republic of Liberia

09/2020Rehabilitation/Renovation of the

Microbiology Lab, Pharmacy, IDC and

Warehouse at JFK Medical Center

S1ATTACHED FOUNDATION PLAN

www.jfkmc.gov.lr

16'-1

1"

9'-6"

16'-0"

22'-8"

14'-1

0"

16'-1

1"

13'-0"

32'-6

"

9'-3"

6'-3" 6'-3" 10'-4"

7'-6"

7'-3"

7'-3"

16'-1

1"

16'-1

1"

11'-2

"

ADULTSECTION

STAFFTOILET GENERAL TOILET

SECURITYCHECK

LOBBY

LIBRARY

OFFICEOFFICE

STAFFTOILET

GEN.TOILET

SEWING ROOMSTAFFTOILET

INFECTIOUSDISEASECLINIC/SECTION

STO.

GENERALPHARMACY

001

002

003

004

005

008009

006

MAIN CENTRALLABORATORY

STO. FIRESAFETY

OFFICE

CORRIDOR

V E R A N D A H

STO.

HALLPHARMACY

DRUGS STO. 1DRUGS STO. 2

STO.

DRUGS STO. 3

SERVICE CLO.

SLUDGE ROOM

WASHING AREAPREP.AREA

HEMATOLOGYPARASITOLOGY& URINOLOGY

BIOCHEMISTRYMICROBIOLOGYLAB # 1

BLOODBANK

STORAGE

LAB. MANAGER OFFICEAND CENTRAL PRINTINGSTATION

TOI.

PHELOBOTOMYTO REAR WALKWAY

LIFT-1

LIFT-2

COVERED WALKWAY

MICROBIOLOGYLAB # 2

NOTE:RED BOX = MICROBIOLOGY LABLIME GREEN BOX = PHARMACYDARK GREEN & BLUE = PROPOSED STORAGESPACE FORPREVAIL

CONCRETEWALKWAY

UP

1 2 3 4

A

B

C

D

E

0'-8"

16'-4" 1'-0" 16'-2" 1'-0" 16'-4" 0'-8"

17'-2" 17'-2" 17'-2"

52'-3"

0'-8"

14'-5

"1'-0"

14'-3

"1'-0"

14'-3

"1'-0"

14'-5

"0'-8"

15'-3

"15

'-3"

15'-3

"15

'-3"

1'-0"

14'-3

"1'-0"

14'-3

"1'-0"

14'-3

"1'-0"

14'-3

"1'-0"

0'-4"

15'-3

"15

'-3"

15'-3

"15

'-7"

61'-9

"

14'-3

"

14'-3

"

14'-3

"

14'-3

"

14'-3

"

14'-3

"

14'-3

"14

'-3"

14'-3

"14

'-3"

14'-3

"14

'-3"

16'-4" 16'-2" 16'-4"

16'-4" 16'-2" 16'-4"

16'-4" 16'-2" 16'-4"

16'-4" 16'-2" 16'-4"

61'-9

"

2'-4"

11'-3" 0'-6" 11'-3" 0'-6" 11'-3" 0'-6" 11'-3" 0'-6" 11'-3" 0'-6" 19'-0" 0'-6" 10'-0" 0'-6" 11'-8" 0'-6" 16'-2" 8'-3" 0'-6" 6'-10" 0'-6" 7'-6" 4'-5"0'-4" 6'-2" 15'-5" 3'-3" 3'-9" 5'-0" 3'-0" 8'-5"

0'-6"

16'-1

1"0'-6"

5'-0"

0'-6"

9'-7"

0'-6"

0'-6" 18'-6" 0'-6" 5'-1" 0'-6" 16'-10" 0'-6"3'-7"0'-6" 7'-4" 0'-6" 13'-5" 0'-6" 7'-0" 12'-11" 0'-6"

0'-6" 74'-9" 8'-2" 0'-6" 16'-6" 0'-6"

15'-0

"

4'-11"

10'-1

"

8'-5" 4'-4"

10'-1

"4'-1" 3'-10"

GENERAL NOTES:

ATTACHED FOUNDATION PLAN MICROBIOLOGY LAB, PHARMACY, INFECTIOUS DISEASE CLINIC

JFK

AA BB

SEE FOUNDATIONDETAILS

APPENDIX L: ATTACHED FOUNDATION PLAN

AutoCAD SHX Text
1. COORDINATE ALL WORK WITH ARCHITECTURAL DRAWINGS AND COORDINATE ALL WORK WITH ARCHITECTURAL DRAWINGS AND ALL WORK WITH ARCHITECTURAL DRAWINGS AND ALL WORK WITH ARCHITECTURAL DRAWINGS AND WORK WITH ARCHITECTURAL DRAWINGS AND WORK WITH ARCHITECTURAL DRAWINGS AND WITH ARCHITECTURAL DRAWINGS AND WITH ARCHITECTURAL DRAWINGS AND ARCHITECTURAL DRAWINGS AND ARCHITECTURAL DRAWINGS AND DRAWINGS AND DRAWINGS AND AND AND SPECIFICATIONS. 2. DO NOT SCALE DRAWINGS. DO NOT SCALE DRAWINGS. 3. CONTRACTOR AND SUB-CONTRACTORS SHALL FAMILIARIZE CONTRACTOR AND SUB-CONTRACTORS SHALL FAMILIARIZE AND SUB-CONTRACTORS SHALL FAMILIARIZE AND SUB-CONTRACTORS SHALL FAMILIARIZE SUB-CONTRACTORS SHALL FAMILIARIZE SUB-CONTRACTORS SHALL FAMILIARIZE SHALL FAMILIARIZE SHALL FAMILIARIZE FAMILIARIZE FAMILIARIZE THEMSELVES WITH EXISTING CONDITIONS, LOCATIONS, AND WITH EXISTING CONDITIONS, LOCATIONS, AND WITH EXISTING CONDITIONS, LOCATIONS, AND EXISTING CONDITIONS, LOCATIONS, AND EXISTING CONDITIONS, LOCATIONS, AND CONDITIONS, LOCATIONS, AND CONDITIONS, LOCATIONS, AND LOCATIONS, AND LOCATIONS, AND AND AND PROJECT REQUIREMENTS PRIOR TO SUBMITTING A BID. 4. CONTRACTOR AND SUB-CONTRACTORS SHALL FIELD VERIFY CONTRACTOR AND SUB-CONTRACTORS SHALL FIELD VERIFY AND SUB-CONTRACTORS SHALL FIELD VERIFY AND SUB-CONTRACTORS SHALL FIELD VERIFY SUB-CONTRACTORS SHALL FIELD VERIFY SUB-CONTRACTORS SHALL FIELD VERIFY SHALL FIELD VERIFY SHALL FIELD VERIFY FIELD VERIFY FIELD VERIFY VERIFY VERIFY DIMENSIONS, AND FAMILIARIZE THEMSELVES WITH PROJECT AND FAMILIARIZE THEMSELVES WITH PROJECT AND FAMILIARIZE THEMSELVES WITH PROJECT FAMILIARIZE THEMSELVES WITH PROJECT FAMILIARIZE THEMSELVES WITH PROJECT THEMSELVES WITH PROJECT THEMSELVES WITH PROJECT WITH PROJECT WITH PROJECT PROJECT PROJECT REQUIREMENTS PRIOR TO COMMENCING WITH THE WORK. PRIOR TO COMMENCING WITH THE WORK. PRIOR TO COMMENCING WITH THE WORK. TO COMMENCING WITH THE WORK. TO COMMENCING WITH THE WORK. COMMENCING WITH THE WORK. COMMENCING WITH THE WORK. WITH THE WORK. WITH THE WORK. THE WORK. THE WORK. WORK. WORK. CONTRACTOR SHALL REPORT ANY DISCREPANCIES TO ARCHITECT. 5. WORK SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, WORK SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, INCLUDE ALL REQUIRED PERMITS, LABOR, INCLUDE ALL REQUIRED PERMITS, LABOR, ALL REQUIRED PERMITS, LABOR, ALL REQUIRED PERMITS, LABOR, REQUIRED PERMITS, LABOR, REQUIRED PERMITS, LABOR, PERMITS, LABOR, PERMITS, LABOR, LABOR, LABOR, MATERIALS, AND EQUIPMENT TO COMPLETE ALL WORK INDICATED ON AND EQUIPMENT TO COMPLETE ALL WORK INDICATED ON AND EQUIPMENT TO COMPLETE ALL WORK INDICATED ON EQUIPMENT TO COMPLETE ALL WORK INDICATED ON EQUIPMENT TO COMPLETE ALL WORK INDICATED ON TO COMPLETE ALL WORK INDICATED ON TO COMPLETE ALL WORK INDICATED ON COMPLETE ALL WORK INDICATED ON COMPLETE ALL WORK INDICATED ON ALL WORK INDICATED ON ALL WORK INDICATED ON WORK INDICATED ON WORK INDICATED ON INDICATED ON INDICATED ON ON ON DRAWINGS AND AS NECESSARY FOR A COMPLETE PROJECT. 6. PROVIDE TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO PROVIDE TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO DUST-PROOF PARTITIONS AS REQUIRED TO DUST-PROOF PARTITIONS AS REQUIRED TO PARTITIONS AS REQUIRED TO PARTITIONS AS REQUIRED TO AS REQUIRED TO AS REQUIRED TO REQUIRED TO REQUIRED TO TO TO PROTECT ALL EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO ALL EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO ALL EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO AREAS AND EQUIPMENT FROM DAMAGE DUE TO AREAS AND EQUIPMENT FROM DAMAGE DUE TO AND EQUIPMENT FROM DAMAGE DUE TO AND EQUIPMENT FROM DAMAGE DUE TO EQUIPMENT FROM DAMAGE DUE TO EQUIPMENT FROM DAMAGE DUE TO FROM DAMAGE DUE TO FROM DAMAGE DUE TO DAMAGE DUE TO DAMAGE DUE TO DUE TO DUE TO TO TO DEMOLITION OR NEW CONSTRUCTION ACTIVITIES. COORDINATE OR NEW CONSTRUCTION ACTIVITIES. COORDINATE OR NEW CONSTRUCTION ACTIVITIES. COORDINATE NEW CONSTRUCTION ACTIVITIES. COORDINATE NEW CONSTRUCTION ACTIVITIES. COORDINATE CONSTRUCTION ACTIVITIES. COORDINATE CONSTRUCTION ACTIVITIES. COORDINATE ACTIVITIES. COORDINATE ACTIVITIES. COORDINATE COORDINATE COORDINATE COORDINATE LOCATIONS AND REQUIREMENTS WITH OWNER. 7. GENERAL CONTRACTOR TO PATCH, REPAIR AND PAINT GENERAL CONTRACTOR TO PATCH, REPAIR AND PAINT CONTRACTOR TO PATCH, REPAIR AND PAINT CONTRACTOR TO PATCH, REPAIR AND PAINT TO PATCH, REPAIR AND PAINT TO PATCH, REPAIR AND PAINT PATCH, REPAIR AND PAINT PATCH, REPAIR AND PAINT REPAIR AND PAINT REPAIR AND PAINT AND PAINT AND PAINT PAINT PAINT (REFINISH) SURFACES AND BUILDING ELEMENTS DAMAGED BY SURFACES AND BUILDING ELEMENTS DAMAGED BY SURFACES AND BUILDING ELEMENTS DAMAGED BY AND BUILDING ELEMENTS DAMAGED BY AND BUILDING ELEMENTS DAMAGED BY BUILDING ELEMENTS DAMAGED BY BUILDING ELEMENTS DAMAGED BY ELEMENTS DAMAGED BY ELEMENTS DAMAGED BY DAMAGED BY DAMAGED BY BY BY MECHANICAL, ELECTRICAL, AND PLUMBING WORK AND WHERE ITEMS ELECTRICAL, AND PLUMBING WORK AND WHERE ITEMS ELECTRICAL, AND PLUMBING WORK AND WHERE ITEMS AND PLUMBING WORK AND WHERE ITEMS AND PLUMBING WORK AND WHERE ITEMS PLUMBING WORK AND WHERE ITEMS PLUMBING WORK AND WHERE ITEMS WORK AND WHERE ITEMS WORK AND WHERE ITEMS AND WHERE ITEMS AND WHERE ITEMS WHERE ITEMS WHERE ITEMS ITEMS ITEMS ARE REMOVED, RELOCATED OR ADDED. 8. REPAIR FLOORS WHERE DAMAGED BY THE WORK OF THIS REPAIR FLOORS WHERE DAMAGED BY THE WORK OF THIS FLOORS WHERE DAMAGED BY THE WORK OF THIS FLOORS WHERE DAMAGED BY THE WORK OF THIS WHERE DAMAGED BY THE WORK OF THIS WHERE DAMAGED BY THE WORK OF THIS DAMAGED BY THE WORK OF THIS DAMAGED BY THE WORK OF THIS BY THE WORK OF THIS BY THE WORK OF THIS THE WORK OF THIS THE WORK OF THIS WORK OF THIS WORK OF THIS OF THIS OF THIS THIS THIS PROJECT. 9. PATCH AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE PATCH AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE REPAIR ALL SURFACES TO MATCH EXISTING WHERE REPAIR ALL SURFACES TO MATCH EXISTING WHERE ALL SURFACES TO MATCH EXISTING WHERE ALL SURFACES TO MATCH EXISTING WHERE SURFACES TO MATCH EXISTING WHERE SURFACES TO MATCH EXISTING WHERE TO MATCH EXISTING WHERE TO MATCH EXISTING WHERE MATCH EXISTING WHERE MATCH EXISTING WHERE EXISTING WHERE EXISTING WHERE WHERE WHERE ITEMS ARE REMOVED OR ALTERED - FIELD VERIFY EXTENT ARE REMOVED OR ALTERED - FIELD VERIFY EXTENT ARE REMOVED OR ALTERED - FIELD VERIFY EXTENT REMOVED OR ALTERED - FIELD VERIFY EXTENT REMOVED OR ALTERED - FIELD VERIFY EXTENT OR ALTERED - FIELD VERIFY EXTENT OR ALTERED - FIELD VERIFY EXTENT ALTERED - FIELD VERIFY EXTENT ALTERED - FIELD VERIFY EXTENT - FIELD VERIFY EXTENT - FIELD VERIFY EXTENT FIELD VERIFY EXTENT FIELD VERIFY EXTENT VERIFY EXTENT VERIFY EXTENT EXTENT EXTENT REQUIRED. 10. ALL PAINTING SHALL BE DONE IN ACCORDANCE WITH ALL PAINTING SHALL BE DONE IN ACCORDANCE WITH PAINTING SHALL BE DONE IN ACCORDANCE WITH PAINTING SHALL BE DONE IN ACCORDANCE WITH SHALL BE DONE IN ACCORDANCE WITH SHALL BE DONE IN ACCORDANCE WITH BE DONE IN ACCORDANCE WITH BE DONE IN ACCORDANCE WITH DONE IN ACCORDANCE WITH DONE IN ACCORDANCE WITH IN ACCORDANCE WITH IN ACCORDANCE WITH ACCORDANCE WITH ACCORDANCE WITH WITH WITH MANUFACTURER'S SPECIFICATIONS. CONTRACTOR IS RESPONSIBLE SPECIFICATIONS. CONTRACTOR IS RESPONSIBLE SPECIFICATIONS. CONTRACTOR IS RESPONSIBLE CONTRACTOR IS RESPONSIBLE CONTRACTOR IS RESPONSIBLE IS RESPONSIBLE IS RESPONSIBLE RESPONSIBLE RESPONSIBLE FOR PROTECTING ADJACENT FINISHES AND CLEANUP. 11. CONTRACTOR IS RESPONSIBLE FOR FINAL CLEANUP OF WORK CONTRACTOR IS RESPONSIBLE FOR FINAL CLEANUP OF WORK IS RESPONSIBLE FOR FINAL CLEANUP OF WORK IS RESPONSIBLE FOR FINAL CLEANUP OF WORK RESPONSIBLE FOR FINAL CLEANUP OF WORK RESPONSIBLE FOR FINAL CLEANUP OF WORK FOR FINAL CLEANUP OF WORK FOR FINAL CLEANUP OF WORK FINAL CLEANUP OF WORK FINAL CLEANUP OF WORK CLEANUP OF WORK CLEANUP OF WORK OF WORK OF WORK WORK WORK AREA AND ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL AND ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL AND ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL EXPOSED BUILDING SURFACES AT SUBSTANTIAL EXPOSED BUILDING SURFACES AT SUBSTANTIAL BUILDING SURFACES AT SUBSTANTIAL BUILDING SURFACES AT SUBSTANTIAL SURFACES AT SUBSTANTIAL SURFACES AT SUBSTANTIAL AT SUBSTANTIAL AT SUBSTANTIAL SUBSTANTIAL SUBSTANTIAL COMPLETION. 12. ALL TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH ALL TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH TOOLS SHALL BE REMOVED FROM PREMISES EACH TOOLS SHALL BE REMOVED FROM PREMISES EACH SHALL BE REMOVED FROM PREMISES EACH SHALL BE REMOVED FROM PREMISES EACH BE REMOVED FROM PREMISES EACH BE REMOVED FROM PREMISES EACH REMOVED FROM PREMISES EACH REMOVED FROM PREMISES EACH FROM PREMISES EACH FROM PREMISES EACH PREMISES EACH PREMISES EACH EACH EACH DAY AND THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AND THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AND THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AREA LEFT CLEAN WHENEVER UNATTENDED. EACH LEFT CLEAN WHENEVER UNATTENDED. EACH LEFT CLEAN WHENEVER UNATTENDED. EACH CLEAN WHENEVER UNATTENDED. EACH CLEAN WHENEVER UNATTENDED. EACH WHENEVER UNATTENDED. EACH WHENEVER UNATTENDED. EACH UNATTENDED. EACH UNATTENDED. EACH EACH EACH EACH CONTRACTOR SHALL BE RESPONSIBLE FOR CLEANUP. COORDINATE SHALL BE RESPONSIBLE FOR CLEANUP. COORDINATE SHALL BE RESPONSIBLE FOR CLEANUP. COORDINATE BE RESPONSIBLE FOR CLEANUP. COORDINATE BE RESPONSIBLE FOR CLEANUP. COORDINATE RESPONSIBLE FOR CLEANUP. COORDINATE RESPONSIBLE FOR CLEANUP. COORDINATE FOR CLEANUP. COORDINATE FOR CLEANUP. COORDINATE CLEANUP. COORDINATE CLEANUP. COORDINATE COORDINATE COORDINATE WITH OWNER IF SECURE STORAGE IS NEEDED ONSITE. 13. CONTRACTOR SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED CONTRACTOR SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED BE RESPONSIBLE FOR DAMAGE TO FINISHED BE RESPONSIBLE FOR DAMAGE TO FINISHED RESPONSIBLE FOR DAMAGE TO FINISHED RESPONSIBLE FOR DAMAGE TO FINISHED FOR DAMAGE TO FINISHED FOR DAMAGE TO FINISHED DAMAGE TO FINISHED DAMAGE TO FINISHED TO FINISHED TO FINISHED FINISHED FINISHED SURFACES, EQUIPMENT, FURNITURE, EXISTING MATERIALS OR EQUIPMENT, FURNITURE, EXISTING MATERIALS OR EQUIPMENT, FURNITURE, EXISTING MATERIALS OR FURNITURE, EXISTING MATERIALS OR FURNITURE, EXISTING MATERIALS OR EXISTING MATERIALS OR EXISTING MATERIALS OR MATERIALS OR MATERIALS OR OR OR FINISHES, CAUSED AS A RESULT OF HIS WORK. REPAIR OR CAUSED AS A RESULT OF HIS WORK. REPAIR OR CAUSED AS A RESULT OF HIS WORK. REPAIR OR AS A RESULT OF HIS WORK. REPAIR OR AS A RESULT OF HIS WORK. REPAIR OR A RESULT OF HIS WORK. REPAIR OR A RESULT OF HIS WORK. REPAIR OR RESULT OF HIS WORK. REPAIR OR RESULT OF HIS WORK. REPAIR OR OF HIS WORK. REPAIR OR OF HIS WORK. REPAIR OR HIS WORK. REPAIR OR HIS WORK. REPAIR OR WORK. REPAIR OR WORK. REPAIR OR REPAIR OR REPAIR OR OR OR REPLACE DAMAGED ITEMS AS DIRECTED BY ARCHITECT. 14. ALL WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE ALL WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE SHALL BE DONE IN ACCORDANCE WITH APPLICABLE SHALL BE DONE IN ACCORDANCE WITH APPLICABLE BE DONE IN ACCORDANCE WITH APPLICABLE BE DONE IN ACCORDANCE WITH APPLICABLE DONE IN ACCORDANCE WITH APPLICABLE DONE IN ACCORDANCE WITH APPLICABLE IN ACCORDANCE WITH APPLICABLE IN ACCORDANCE WITH APPLICABLE ACCORDANCE WITH APPLICABLE ACCORDANCE WITH APPLICABLE WITH APPLICABLE WITH APPLICABLE APPLICABLE APPLICABLE CODES AND STANDARDS.

7'-6"

16'-1

1"

3'-7"

7'-4"

4'-3"

4'-10"

15'-5"

16'-1

1"

10'-9"

11'-2

"

51'-0"

64'-6

"

ADULTSECTION

STAFFTOILET GENERAL TOILET

SECURITYCHECK

LOBBY

LIBRARY

OFFICEOFFICE

STAFFTOILET

GEN.TOILET

SEWING ROOMSTAFFTOILET

INFECTIOUSDISEASECLINIC/SECTION

STO.

GENERALPHARMACY

001

002

003

004

006

MAIN CENTRALLABORATORY

STO. FIRESAFETY

OFFICE

CORRIDOR

V E R A N D A H

STO.

HALLPHARMACY

DRUGS STO. 1DRUGS STO. 2

STO.

DRUGS STO. 3

SERVICE CLO.

SLUDGE ROOM

WASHING AREAPREP.AREA

HEMATOLOGYPARASITOLOGY& URINOLOGY

BIOCHEMISTRYMICROBIOLOGYLAB # 1

BLOODBANK

STORAGE

LAB. MANAGER OFFICEAND CENTRAL PRINTINGSTATION

TOI.

PHELOBOTOMYTO REAR WALKWAY

LIFT-1

LIFT-2

COVERED WALKWAY

STEEL SLIDING DOOR[8 foot wide]

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 fee

t by 1

6 fee

t pall

et ra

ck4 f

eet b

y 16 f

eet p

allet

rack

4 fee

t by 1

6 fee

t pall

et ra

ck

MICROBIOLOGYLAB # 2

NOTE:RED BOX = MICROBIOLOGY LABLIME GREEN BOX = PHARMACYDARK GREEN & BLUE = PROPOSED STORAGESPACE FORPREVAIL

CONCRETEWALKWAY

UP

1 2 3 4

A

B

C

D

E

50'-11"

60'-5"

4'-0"

4'-1"

16'-3"

4'-0"

0'-8" 16'-4" 1'-0" 16'-2" 1'-0" 16'-4" 0'-8"

17'-2" 17'-2" 17'-2"

52'-3"

0'-8"

14'-5

"1'-0"

14'-3

"1'-0"

14'-3

"1'-0"

14'-5

"0'-8"

15'-3

"15

'-3"

15'-3

"15

'-3"

1'-0"

14'-3

"1'-0"

14'-3

"1'-0"

14'-3

"1'-0"

14'-3

"1'-0"

0'-4"

15'-3

"15

'-3"

15'-3

"15

'-7"

61'-9

"

11'-3" 11'-3" 11'-3" 11'-3" 11'-3" 19'-0" 10'-0" 11'-8" 16'-2" 8'-3" 6'-10" 7'-6" 4'-5" 6'-2" 15'-5" 3'-3" 3'-9" 5'-0" 0'-4"3'-0" 8'-5" 0'-6"

16'-1

1"5'-0"

9'-7"

0'-6"

18'-6" 5'-1" 16'-10" 3'-7" 7'-4" 13'-5" 7'-0" 12'-11"

74'-9" 8'-2" 16'-6"

15'-0

"

4'-11"

10'-1

"

8'-5" 4'-4"

10'-1

"4'-1" 3'-10"

19'-1

"

10'-4"6'-3"

7'-6"

7'-3"

22'-8"

14'-9

"

GENERAL NOTES:

EXISTING FLOOR PLANPROJECT::

JOHN F. KENNEDY MEDICAL CENTER

DESIGNED BY::

DRAWING TITLE::

DATE::

SHEET NO::

"Building a Strong, Viable and Healthy Nation"P.O.Box 1973 . Tubman Boulevard . Sinkor, MonroviaMontserrado County . Republic of Liberia

09/2020Rehabilitation/Renovation of the

Microbiology Lab, Pharmacy, IDC and

Warehouse at JFK Medical Center

A1

EXISTING FLOOR PLAN

www.jfkmc.gov.lr

MICROBIOLOGY LAB PHARMACY FORMER INFECTIOUSDISEASE CLINIC

PROP

OSED

WAR

EHOU

SE

MICROBIOLOGY LAB, PHARMACY, INFECTIOUS DISEASE CLINICJFK

APPENDIX M- EXISTING FLOOR PLAN

AutoCAD SHX Text
1. COORDINATE ALL WORK WITH ARCHITECTURAL DRAWINGS AND COORDINATE ALL WORK WITH ARCHITECTURAL DRAWINGS AND ALL WORK WITH ARCHITECTURAL DRAWINGS AND ALL WORK WITH ARCHITECTURAL DRAWINGS AND WORK WITH ARCHITECTURAL DRAWINGS AND WORK WITH ARCHITECTURAL DRAWINGS AND WITH ARCHITECTURAL DRAWINGS AND WITH ARCHITECTURAL DRAWINGS AND ARCHITECTURAL DRAWINGS AND ARCHITECTURAL DRAWINGS AND DRAWINGS AND DRAWINGS AND AND AND SPECIFICATIONS. 2. DO NOT SCALE DRAWINGS. DO NOT SCALE DRAWINGS. 3. CONTRACTOR AND SUB-CONTRACTORS SHALL FAMILIARIZE CONTRACTOR AND SUB-CONTRACTORS SHALL FAMILIARIZE AND SUB-CONTRACTORS SHALL FAMILIARIZE AND SUB-CONTRACTORS SHALL FAMILIARIZE SUB-CONTRACTORS SHALL FAMILIARIZE SUB-CONTRACTORS SHALL FAMILIARIZE SHALL FAMILIARIZE SHALL FAMILIARIZE FAMILIARIZE FAMILIARIZE THEMSELVES WITH EXISTING CONDITIONS, LOCATIONS, AND WITH EXISTING CONDITIONS, LOCATIONS, AND WITH EXISTING CONDITIONS, LOCATIONS, AND EXISTING CONDITIONS, LOCATIONS, AND EXISTING CONDITIONS, LOCATIONS, AND CONDITIONS, LOCATIONS, AND CONDITIONS, LOCATIONS, AND LOCATIONS, AND LOCATIONS, AND AND AND PROJECT REQUIREMENTS PRIOR TO SUBMITTING A BID. 4. CONTRACTOR AND SUB-CONTRACTORS SHALL FIELD VERIFY CONTRACTOR AND SUB-CONTRACTORS SHALL FIELD VERIFY AND SUB-CONTRACTORS SHALL FIELD VERIFY AND SUB-CONTRACTORS SHALL FIELD VERIFY SUB-CONTRACTORS SHALL FIELD VERIFY SUB-CONTRACTORS SHALL FIELD VERIFY SHALL FIELD VERIFY SHALL FIELD VERIFY FIELD VERIFY FIELD VERIFY VERIFY VERIFY DIMENSIONS, AND FAMILIARIZE THEMSELVES WITH PROJECT AND FAMILIARIZE THEMSELVES WITH PROJECT AND FAMILIARIZE THEMSELVES WITH PROJECT FAMILIARIZE THEMSELVES WITH PROJECT FAMILIARIZE THEMSELVES WITH PROJECT THEMSELVES WITH PROJECT THEMSELVES WITH PROJECT WITH PROJECT WITH PROJECT PROJECT PROJECT REQUIREMENTS PRIOR TO COMMENCING WITH THE WORK. PRIOR TO COMMENCING WITH THE WORK. PRIOR TO COMMENCING WITH THE WORK. TO COMMENCING WITH THE WORK. TO COMMENCING WITH THE WORK. COMMENCING WITH THE WORK. COMMENCING WITH THE WORK. WITH THE WORK. WITH THE WORK. THE WORK. THE WORK. WORK. WORK. CONTRACTOR SHALL REPORT ANY DISCREPANCIES TO ARCHITECT. 5. WORK SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, WORK SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, SHALL INCLUDE ALL REQUIRED PERMITS, LABOR, INCLUDE ALL REQUIRED PERMITS, LABOR, INCLUDE ALL REQUIRED PERMITS, LABOR, ALL REQUIRED PERMITS, LABOR, ALL REQUIRED PERMITS, LABOR, REQUIRED PERMITS, LABOR, REQUIRED PERMITS, LABOR, PERMITS, LABOR, PERMITS, LABOR, LABOR, LABOR, MATERIALS, AND EQUIPMENT TO COMPLETE ALL WORK INDICATED ON AND EQUIPMENT TO COMPLETE ALL WORK INDICATED ON AND EQUIPMENT TO COMPLETE ALL WORK INDICATED ON EQUIPMENT TO COMPLETE ALL WORK INDICATED ON EQUIPMENT TO COMPLETE ALL WORK INDICATED ON TO COMPLETE ALL WORK INDICATED ON TO COMPLETE ALL WORK INDICATED ON COMPLETE ALL WORK INDICATED ON COMPLETE ALL WORK INDICATED ON ALL WORK INDICATED ON ALL WORK INDICATED ON WORK INDICATED ON WORK INDICATED ON INDICATED ON INDICATED ON ON ON DRAWINGS AND AS NECESSARY FOR A COMPLETE PROJECT. 6. PROVIDE TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO PROVIDE TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO TEMPORARY DUST-PROOF PARTITIONS AS REQUIRED TO DUST-PROOF PARTITIONS AS REQUIRED TO DUST-PROOF PARTITIONS AS REQUIRED TO PARTITIONS AS REQUIRED TO PARTITIONS AS REQUIRED TO AS REQUIRED TO AS REQUIRED TO REQUIRED TO REQUIRED TO TO TO PROTECT ALL EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO ALL EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO ALL EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO EXIST. AREAS AND EQUIPMENT FROM DAMAGE DUE TO AREAS AND EQUIPMENT FROM DAMAGE DUE TO AREAS AND EQUIPMENT FROM DAMAGE DUE TO AND EQUIPMENT FROM DAMAGE DUE TO AND EQUIPMENT FROM DAMAGE DUE TO EQUIPMENT FROM DAMAGE DUE TO EQUIPMENT FROM DAMAGE DUE TO FROM DAMAGE DUE TO FROM DAMAGE DUE TO DAMAGE DUE TO DAMAGE DUE TO DUE TO DUE TO TO TO DEMOLITION OR NEW CONSTRUCTION ACTIVITIES. COORDINATE OR NEW CONSTRUCTION ACTIVITIES. COORDINATE OR NEW CONSTRUCTION ACTIVITIES. COORDINATE NEW CONSTRUCTION ACTIVITIES. COORDINATE NEW CONSTRUCTION ACTIVITIES. COORDINATE CONSTRUCTION ACTIVITIES. COORDINATE CONSTRUCTION ACTIVITIES. COORDINATE ACTIVITIES. COORDINATE ACTIVITIES. COORDINATE COORDINATE COORDINATE COORDINATE LOCATIONS AND REQUIREMENTS WITH OWNER. 7. GENERAL CONTRACTOR TO PATCH, REPAIR AND PAINT GENERAL CONTRACTOR TO PATCH, REPAIR AND PAINT CONTRACTOR TO PATCH, REPAIR AND PAINT CONTRACTOR TO PATCH, REPAIR AND PAINT TO PATCH, REPAIR AND PAINT TO PATCH, REPAIR AND PAINT PATCH, REPAIR AND PAINT PATCH, REPAIR AND PAINT REPAIR AND PAINT REPAIR AND PAINT AND PAINT AND PAINT PAINT PAINT (REFINISH) SURFACES AND BUILDING ELEMENTS DAMAGED BY SURFACES AND BUILDING ELEMENTS DAMAGED BY SURFACES AND BUILDING ELEMENTS DAMAGED BY AND BUILDING ELEMENTS DAMAGED BY AND BUILDING ELEMENTS DAMAGED BY BUILDING ELEMENTS DAMAGED BY BUILDING ELEMENTS DAMAGED BY ELEMENTS DAMAGED BY ELEMENTS DAMAGED BY DAMAGED BY DAMAGED BY BY BY MECHANICAL, ELECTRICAL, AND PLUMBING WORK AND WHERE ITEMS ELECTRICAL, AND PLUMBING WORK AND WHERE ITEMS ELECTRICAL, AND PLUMBING WORK AND WHERE ITEMS AND PLUMBING WORK AND WHERE ITEMS AND PLUMBING WORK AND WHERE ITEMS PLUMBING WORK AND WHERE ITEMS PLUMBING WORK AND WHERE ITEMS WORK AND WHERE ITEMS WORK AND WHERE ITEMS AND WHERE ITEMS AND WHERE ITEMS WHERE ITEMS WHERE ITEMS ITEMS ITEMS ARE REMOVED, RELOCATED OR ADDED. 8. REPAIR FLOORS WHERE DAMAGED BY THE WORK OF THIS REPAIR FLOORS WHERE DAMAGED BY THE WORK OF THIS FLOORS WHERE DAMAGED BY THE WORK OF THIS FLOORS WHERE DAMAGED BY THE WORK OF THIS WHERE DAMAGED BY THE WORK OF THIS WHERE DAMAGED BY THE WORK OF THIS DAMAGED BY THE WORK OF THIS DAMAGED BY THE WORK OF THIS BY THE WORK OF THIS BY THE WORK OF THIS THE WORK OF THIS THE WORK OF THIS WORK OF THIS WORK OF THIS OF THIS OF THIS THIS THIS PROJECT. 9. PATCH AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE PATCH AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE AND REPAIR ALL SURFACES TO MATCH EXISTING WHERE REPAIR ALL SURFACES TO MATCH EXISTING WHERE REPAIR ALL SURFACES TO MATCH EXISTING WHERE ALL SURFACES TO MATCH EXISTING WHERE ALL SURFACES TO MATCH EXISTING WHERE SURFACES TO MATCH EXISTING WHERE SURFACES TO MATCH EXISTING WHERE TO MATCH EXISTING WHERE TO MATCH EXISTING WHERE MATCH EXISTING WHERE MATCH EXISTING WHERE EXISTING WHERE EXISTING WHERE WHERE WHERE ITEMS ARE REMOVED OR ALTERED - FIELD VERIFY EXTENT ARE REMOVED OR ALTERED - FIELD VERIFY EXTENT ARE REMOVED OR ALTERED - FIELD VERIFY EXTENT REMOVED OR ALTERED - FIELD VERIFY EXTENT REMOVED OR ALTERED - FIELD VERIFY EXTENT OR ALTERED - FIELD VERIFY EXTENT OR ALTERED - FIELD VERIFY EXTENT ALTERED - FIELD VERIFY EXTENT ALTERED - FIELD VERIFY EXTENT - FIELD VERIFY EXTENT - FIELD VERIFY EXTENT FIELD VERIFY EXTENT FIELD VERIFY EXTENT VERIFY EXTENT VERIFY EXTENT EXTENT EXTENT REQUIRED. 10. ALL PAINTING SHALL BE DONE IN ACCORDANCE WITH ALL PAINTING SHALL BE DONE IN ACCORDANCE WITH PAINTING SHALL BE DONE IN ACCORDANCE WITH PAINTING SHALL BE DONE IN ACCORDANCE WITH SHALL BE DONE IN ACCORDANCE WITH SHALL BE DONE IN ACCORDANCE WITH BE DONE IN ACCORDANCE WITH BE DONE IN ACCORDANCE WITH DONE IN ACCORDANCE WITH DONE IN ACCORDANCE WITH IN ACCORDANCE WITH IN ACCORDANCE WITH ACCORDANCE WITH ACCORDANCE WITH WITH WITH MANUFACTURER'S SPECIFICATIONS. CONTRACTOR IS RESPONSIBLE SPECIFICATIONS. CONTRACTOR IS RESPONSIBLE SPECIFICATIONS. CONTRACTOR IS RESPONSIBLE CONTRACTOR IS RESPONSIBLE CONTRACTOR IS RESPONSIBLE IS RESPONSIBLE IS RESPONSIBLE RESPONSIBLE RESPONSIBLE FOR PROTECTING ADJACENT FINISHES AND CLEANUP. 11. CONTRACTOR IS RESPONSIBLE FOR FINAL CLEANUP OF WORK CONTRACTOR IS RESPONSIBLE FOR FINAL CLEANUP OF WORK IS RESPONSIBLE FOR FINAL CLEANUP OF WORK IS RESPONSIBLE FOR FINAL CLEANUP OF WORK RESPONSIBLE FOR FINAL CLEANUP OF WORK RESPONSIBLE FOR FINAL CLEANUP OF WORK FOR FINAL CLEANUP OF WORK FOR FINAL CLEANUP OF WORK FINAL CLEANUP OF WORK FINAL CLEANUP OF WORK CLEANUP OF WORK CLEANUP OF WORK OF WORK OF WORK WORK WORK AREA AND ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL AND ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL AND ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL ALL EXPOSED BUILDING SURFACES AT SUBSTANTIAL EXPOSED BUILDING SURFACES AT SUBSTANTIAL EXPOSED BUILDING SURFACES AT SUBSTANTIAL BUILDING SURFACES AT SUBSTANTIAL BUILDING SURFACES AT SUBSTANTIAL SURFACES AT SUBSTANTIAL SURFACES AT SUBSTANTIAL AT SUBSTANTIAL AT SUBSTANTIAL SUBSTANTIAL SUBSTANTIAL COMPLETION. 12. ALL TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH ALL TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH TRASH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH AND TOOLS SHALL BE REMOVED FROM PREMISES EACH TOOLS SHALL BE REMOVED FROM PREMISES EACH TOOLS SHALL BE REMOVED FROM PREMISES EACH SHALL BE REMOVED FROM PREMISES EACH SHALL BE REMOVED FROM PREMISES EACH BE REMOVED FROM PREMISES EACH BE REMOVED FROM PREMISES EACH REMOVED FROM PREMISES EACH REMOVED FROM PREMISES EACH FROM PREMISES EACH FROM PREMISES EACH PREMISES EACH PREMISES EACH EACH EACH DAY AND THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AND THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AND THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH THE AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AREA LEFT CLEAN WHENEVER UNATTENDED. EACH AREA LEFT CLEAN WHENEVER UNATTENDED. EACH LEFT CLEAN WHENEVER UNATTENDED. EACH LEFT CLEAN WHENEVER UNATTENDED. EACH CLEAN WHENEVER UNATTENDED. EACH CLEAN WHENEVER UNATTENDED. EACH WHENEVER UNATTENDED. EACH WHENEVER UNATTENDED. EACH UNATTENDED. EACH UNATTENDED. EACH EACH EACH EACH CONTRACTOR SHALL BE RESPONSIBLE FOR CLEANUP. COORDINATE SHALL BE RESPONSIBLE FOR CLEANUP. COORDINATE SHALL BE RESPONSIBLE FOR CLEANUP. COORDINATE BE RESPONSIBLE FOR CLEANUP. COORDINATE BE RESPONSIBLE FOR CLEANUP. COORDINATE RESPONSIBLE FOR CLEANUP. COORDINATE RESPONSIBLE FOR CLEANUP. COORDINATE FOR CLEANUP. COORDINATE FOR CLEANUP. COORDINATE CLEANUP. COORDINATE CLEANUP. COORDINATE COORDINATE COORDINATE WITH OWNER IF SECURE STORAGE IS NEEDED ONSITE. 13. CONTRACTOR SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED CONTRACTOR SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED SHALL BE RESPONSIBLE FOR DAMAGE TO FINISHED BE RESPONSIBLE FOR DAMAGE TO FINISHED BE RESPONSIBLE FOR DAMAGE TO FINISHED RESPONSIBLE FOR DAMAGE TO FINISHED RESPONSIBLE FOR DAMAGE TO FINISHED FOR DAMAGE TO FINISHED FOR DAMAGE TO FINISHED DAMAGE TO FINISHED DAMAGE TO FINISHED TO FINISHED TO FINISHED FINISHED FINISHED SURFACES, EQUIPMENT, FURNITURE, EXISTING MATERIALS OR EQUIPMENT, FURNITURE, EXISTING MATERIALS OR EQUIPMENT, FURNITURE, EXISTING MATERIALS OR FURNITURE, EXISTING MATERIALS OR FURNITURE, EXISTING MATERIALS OR EXISTING MATERIALS OR EXISTING MATERIALS OR MATERIALS OR MATERIALS OR OR OR FINISHES, CAUSED AS A RESULT OF HIS WORK. REPAIR OR CAUSED AS A RESULT OF HIS WORK. REPAIR OR CAUSED AS A RESULT OF HIS WORK. REPAIR OR AS A RESULT OF HIS WORK. REPAIR OR AS A RESULT OF HIS WORK. REPAIR OR A RESULT OF HIS WORK. REPAIR OR A RESULT OF HIS WORK. REPAIR OR RESULT OF HIS WORK. REPAIR OR RESULT OF HIS WORK. REPAIR OR OF HIS WORK. REPAIR OR OF HIS WORK. REPAIR OR HIS WORK. REPAIR OR HIS WORK. REPAIR OR WORK. REPAIR OR WORK. REPAIR OR REPAIR OR REPAIR OR OR OR REPLACE DAMAGED ITEMS AS DIRECTED BY ARCHITECT. 14. ALL WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE ALL WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE WORK SHALL BE DONE IN ACCORDANCE WITH APPLICABLE SHALL BE DONE IN ACCORDANCE WITH APPLICABLE SHALL BE DONE IN ACCORDANCE WITH APPLICABLE BE DONE IN ACCORDANCE WITH APPLICABLE BE DONE IN ACCORDANCE WITH APPLICABLE DONE IN ACCORDANCE WITH APPLICABLE DONE IN ACCORDANCE WITH APPLICABLE IN ACCORDANCE WITH APPLICABLE IN ACCORDANCE WITH APPLICABLE ACCORDANCE WITH APPLICABLE ACCORDANCE WITH APPLICABLE WITH APPLICABLE WITH APPLICABLE APPLICABLE APPLICABLE CODES AND STANDARDS.

7'-6"

51'-0"

64'-6

"

STEEL SLIDING DOOR[8 foot wide]

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 feet by 16 feet pallet rack

4 fee

t by 1

6 fee

t pall

et ra

ck4 f

eet b

y 16 f

eet p

allet

rack

4 fee

t by 1

6 fee

t pall

et ra

ck

1 2 3 4

A

B

C

D

E

50'-11"

60

'-5

"

4'-0"

4'-1"

16'-3"

4'-0"

0'-8" 16'-4" 1'-0" 16'-2" 1'-0" 16'-4" 0'-8"

17'-2" 17'-2" 17'-2"

52'-3"

0'-8"

14'-5

"1'-0"

14'-3

"1'-0"

14'-3

"1'-0"

14'-5

"0'-8"

15'-3

"15

'-3"

15'-3

"15

'-3"

1'-0"

14'-3

"1'-0"

14'-3

"1'-0"

14'-3

"1'-0"

14'-3

"1'-0"

0'-4"

15'-3

"15

'-3"

15'-3

"15

'-7"

61'-9

"

PROJECT::

JOHN F. KENNEDY MEDICAL CENTER

DESIGNED BY::

DRAWING TITLE::

DATE::

SHEET NO::

"Building a Strong, Viable and Healthy Nation"P.O.Box 1973 . Tubman Boulevard . Sinkor, MonroviaMontserrado County . Republic of Liberia

09/2020Rehabilitation/Renovation of the

Microbiology Lab, Pharmacy, IDC and

Warehouse at JFK Medical Center

A-3PROPOSED FOUNDATION PLAN

www.jfkmc.gov.lr

PROPOSED FOUNDATION PLAN ( WAREHOUSE) MICROBIOLOGY LAB, PHARMACY, INFECTIOUS DISEASE CLINIC

JFK

APPENDIX N- PROPOSED WAREHOUSE FLOOR PLAN

APPENDIX O: PROPOSED REFLECTED CEILING PLAN

FHI Clinical Inc.

Confidential & Proprietary

APPENDIX P- TECHINICAL SPECIFICATIONS

1. Pre – Construction Works The Inspector and Contractor will carry out a joint condition-in survey using video or digital photographs to record the condition of the site upon handover to the Contractor. This will determine the state of the site that the Contractor must hand back upon completion of the works. The Contractor will carry out a detailed site set out survey for the works. A Pre-Construction Meeting will be held between the Inspector, FHI Clinical, and the Contractor to review the following information:

• Condition-in Survey

• Site Survey

• Work Method Statement

• Project Plan

• Schedule of Materials and Installed Equipment

2. Site Restrictions Site security limitations: Comply with any restrictions on site area, access or working times advised by the Inspector.

2.1 Occupied Areas of Site or Buildings

For the occupied parts of the site:

• Allow occupants to continue using the area for the required period

• Make available safe access for occupants

• Arrange work to minimize nuisance to occupants and ensure their safety

• Protect occupants against weather, dust, dirt, water or other nuisance by such means as temporary screens

3. Protection of Persons and Property Temporary works: Provide and maintain required barricades, guards, signs, lighting, etc.

Access ways, services: Do not obstruct or damage drains and watercourses and other existing services in use on or adjacent to the site. Determine the location of such services. If damage occurs, immediately repair it at the Contractors’ cost.

Property: Do not damage property which is to remain on or adjacent to the site, including adjoining property encroaching onto the site. If damage occurs, immediately repair it at the Contractors cost.

3.1 Existing Services Attend to existing services as follows:

• If the service is to be continued, repair, divert or relocate as required.

• If the service is to be abandoned, cut and seal or disconnect, and make safe.

Submit proposals to the Inspector for action for existing services before starting this work. Minimize the number and duration of interruptions. Existing services may be used as temporary services for the performance of the contract subject to the conditions stated by the Inspector.

3.2 Contractors Facilities and Work Practices The Contractor is required to provide adequate toilet and washroom facilities for his staff. These facilities shall be kept clean and serviceable at all times.

The Contractor is required to provide adequate first aid equipment on-site, failure of the Contractor to ensure

FHI Clinical Inc.

Confidential & Proprietary

the availability of first aid equipment on-site will result in an immediate “stop work” order being issued. All costs and time delays resulting from any such “stop work” order is entirely the Contractors responsibility.

The Contractor is to maintain a safe, healthy and tidy worksite at all times and all work activities are to be performed with protective and safety equipment appropriate for the task. The Contractor is entirely responsible for workplace safety and unsafe work practices will be identified and recommendations made for revised work methods as appropriate.

3.3 Project Signboards Provide project-specific signboards and the following:

• Location, size and wording as directed by the Inspector and Project Team.

• Maintain in good condition during and after the project.

Obtain approval before display of advertisements or provision of other signboards

3.4 Contractor's Representative

The contractor must employ a suitably experienced person as the Site Manager. This person must be on site during working hours, and fluent in English and technical terminology. The Contractor’s Site Manager will have the authority to make all decisions concerning the project.

3.5 Project Plan The Contractor is to provide a construction program which has the following information:

• Sequence of work.

• Allowance for holidays.

• Activity inter-relationships.

• Periods within which various stages or parts of the work are to be executed

• Time scale: Working days.

3.6 Site Meetings Hold and attend weekly site meetings throughout the contract and ensure attendance of appropriate sub-contractors, the Site Manager and Inspector. The meeting schedule may be modified by the Inspector.

The Inspector is to keep minutes of site meetings. Within 3 working days after each meeting, submit to each party written copies of the minutes.

3.7 Compliance with the Law The Contractor is responsible for compliance with all requirements of authorities.

4 Project Documents

4.1 Drawings Large scale drawings take precedence over small scale drawings. Written or calculated dimensions take precedence over scaled dimensions. If there are any errors in dimensions, set out or size, immediately notify the Inspector.

4.2 Bill of Quantities If there are any errors in description of items or omissions in the BOQ, immediately notify the Inspector. If there are any items which are unclear or are not available within the project program, immediately notify the Engineer.

FHI Clinical Inc.

Confidential & Proprietary

4.3 Services Diagrammatic Layouts Layouts of service lines, plant and equipment shown on the drawings are diagrammatic only, except where figured dimensions are provided or calculable.

Before commencing work:

• Obtain measurements and other necessary information.

• Coordinate the design and installation in conjunction with all trades.

5. INSPECTION

5.1 Inspection Notification Schedule

The Contractor is to notify the Inspector when items are ready for inspection. Minimum notice for inspections to be made on site is 24 hours for offsite personnel, 4 hours for onsite personnel. If notice of inspection is required in respect of parts of the works that are to be concealed, advise when the inspection can be made before concealment.

5.2 Samples Submit nominated samples for approval of the Inspector. If it is intended to incorporate samples into the works, submit proposals for approval. Only incorporate samples in the works which have been approved. Do not incorporate other samples. Keep endorsed samples in good condition on site, until practical completion.

5.3 Shop Drawings

If required, submit dimensioned drawings showing details of the fabrication and installation of services and equipment, including relationship to building structure and other services, cable type and size, and marking details. Diagrammatic layouts: Coordinate work shown diagrammatically in the contract documents, and submit dimensioned set-out drawings.

6. DEMOLITION

6.1 Explosives Do not use explosives in the demolition process.

6.2 Notice of Inspection Give sufficient notice so that inspection may be made of the following:

• Adjacent structures before commencement of demolition.

• Propping of structures prior to demolition works.

6.3 Demolished Materials Classes Salvaged for re-use: Demolished materials scheduled for re-use in the works. Salvaged for disposal: Demolished materials scheduled for re-use elsewhere. Demolished for re-use: Non-scheduled demolished materials proposed by contractor for re-use in the works. Demolished for removal: Other demolished materials.

Ownership: Ownership of demolished materials remains vested with the Employer or Client.

Reuse: If it is proposed to reuse demolished materials in the works, submit proposals. Salvage: Recover without damage materials to be salvaged, for reuse in conformance with the prevailing site conditions or as specifically proscribed in the Contract Documents.

Removal: Remove from the site demolished materials which are the property of the contractor. Do not burn or bury on site.

Transit: Prevent spillage of demolishing materials in transit.

FHI Clinical Inc.

Confidential & Proprietary

6.4 Encroachment Prevent the encroachment of demolished materials onto adjoining property, including public places.

6.5 Hazardous Materials Give notice immediately hazardous materials or conditions are found, including the following:

• Asbestos or material containing asbestos.

6.6 Temporary Support If temporary support is required, certification for its design and installation is required from a professional engineer engaged by the contractor. Until permanent support is provided, provide temporary support for sections of existing buildings which are to be altered and which normally rely for support on work to be demolished. Support excavations for demolition of underground structures. Provide supports to adjacent structures where necessary, sufficient to prevent damage resulting from the works.

6.7 Permanent Supports

If permanent supports for adjacent structures are necessary and are not described, give notice and obtain instructions.

6.8 Weather Protection

If walls or roofs are opened for alterations and additions or the surfaces of adjoining buildings are exposed, provide temporary covers to prevent water penetration. Provide covers to protect existing plant and equipment and materials intended for re-use.

6.9 Dust Protection Provide dust-proof screens, bulkheads and covers to protect existing finishes and the immediate environment from dust and debris.

6.10 Security

If a wall or roof is opened for alterations and additions, provide security against unauthorized entry to the building.

6.11 Notice of Completion

Give at least 3 working days‟ notice of completion of demolition so that adjacent structures may be inspected following completion of demolition. Make good any damage arising out of demolition work. Obtain written acceptance from the owner of each adjoining property of completeness and standard of making good.

7. EARTHWORKS Before commencing earthworks, locate and mark existing underground services in the areas which will be affected by the earthwork operations including clearing, excavating and trenching.

7.1 Definitions For the purposes of this work section the definitions given below apply.

• Bad ground: Ground unsuitable for the purposes of the works, including fill liable to subsidence, ground containing cavities, faults or fissures, ground contaminated by harmful substances and ground which is or becomes soft, wet or unstable.

• Line of influence: A line extending downward and outward from the bottom edge of a footing, slab or pavement and defining the extent of foundation material having influence on the stability or

FHI Clinical Inc.

Confidential & Proprietary

support of the footings, slab or pavement.

7.2 Records of Measurement - Excavation and backfilling Do not commence backfilling or place permanent works in the excavation until the following have been agreed and recorded:

• Depths of excavations related to the datum.

• Final plan dimensions of excavations.

Method of measurement: To be jointly agreed between the Inspector and Contractors Site Manager unless otherwise agreed.

7.3 Notice of Inspection Give sufficient notice so that inspection may be made of the following:

• Excavation completed to contract levels or founding material.

• Filling completed to contract levels.

7.4 Excavation Do not excavate by machine within 1 m of existing underground services.

• Excavate over the site to give correct levels for construction, pavements, filling and landscaping.

• Excavate for footings, pits and shafts, to the required sizes and depths. Confirm that bearing capacity is adequate.

7.5 Site Clearing Extent

Clear only the following site areas:

• Areas to be occupied by works such as buildings, paving, excavation, re-grading and landscaping.

• Other areas designated to be cleared.

Contractor’s site areas: If not included within the areas specified above, clear generally only to the

extent necessary for the performance of the works.

7.6 Clearing and Grubbing

Remove everything on or above the site surface, including rubbish, scrap, grass, vegetable matter and organic debris, scrub, trees, timber, stumps, boulders and rubble.

Old works: Remove old works, including slabs, foundations, paving, drains and manholes found on the surface unless identified on the drawings to remain intact.

7.7 Topsoil

All topsoil shall be stripped over the area on which construction or grading takes place. This topsoil shall be carefully stockpiled to be reused for landscaping on completion of the building operations or otherwise disposed of as directed.

7.8 Disposal of Materials

General: Remove cleared and grubbed material from the site.

7.9 Fill Materials Fill material is to be inorganic, non-perishable material.

Excluded materials:

FHI Clinical Inc.

Confidential & Proprietary

• Organic soils.

• Materials contaminated through past site usage.

• Silts or silt-like materials.

• Fill containing wood, metal, plastic, boulders or other deleterious material

7.10 Re-use of Material Recovered from Excavation

Re-use excavated material elsewhere on site if approved by the Engineer.

7.11 Compaction Requirements for Fill and Subgrade Density Compact the subgrade exposed by excavation to a minimum depth of 15cm. Compact each layer of fill to the required depth and density, as a systematic construction operation. Shape surfaces to provide drainage and prevent ponding. Density of all layers of filling are to be approved by the Engineer before subsequent layers are placed. Maximum rock and lump size in layer after compaction: 2/3 compacted layer thickness.

7.12 Moisture Content Adjust the moisture content of fill during compaction in order to achieve the required density. Do not allow subgrade or fill layers to dry out after compaction before placing subsequent layers of fill. Do not over water filling to greater than moisture content of adjoining undisturbed ground.

8. CONCRETE WORKS

8.1 Notice of Inspection Give sufficient notice so that inspection may be made of the following:

• Base or subgrade before covering.

• Membrane or film underlay installed on the base.

• Completed formwork, and reinforcement, cores, fixings and embedded items fixed in place.

• Surfaces or elements to be concealed in the final work before covering.

• Commencement of concrete placing.

8.2 Reinforcement

All reinforcing shall be supported and wired together to prevent displacement by construction loads, or the placing of concrete. Any tack or spot welding of reinforcement shall not be performed without approval from the Engineer. Reinforcement shall be free of loose rust and of any other coating which may adversely affect the bond.

Splices in bar reinforcement shall be located and lapped as shown on the design drawings. Bars in lapped splices shall be in contact unless otherwise shown on the design drawings. Additional splices, if required, shall be made only at locations, and in a manner approved by the Engineer. Welded splices shall not be used. Welded wire fabric used in concrete paving shall have lapped splices made so that the overlap between the outermost cross wires of each fabric sheet is at least 50 mm.

Concrete spacers, metal or plastic bar spacers i.e. chairs, shall be used for obtaining proper spacing of reinforcement from the bottom and sides of formwork.

8.3 Formwork

Construct formwork with timber or steel elements to support the concrete for full duration of critical curing period. Construct in a durable manner with sufficient props and fixings to ensure that the formwork remains in

FHI Clinical Inc.

Confidential & Proprietary

position at all times.

8.4 Aggregate

Aggregate size:

• For fixed form placement: < 40 mm.

• For slip form placement: To be a size compatible with the paving machine.

Washing: Wash aggregate as necessary or as directed to remove significant dust or achieve requirements for soluble salt content or concrete drying shrinkage.

8.5 Cement

Cement shall conform to the requirements of ASTM specification C-150 Type 1 or similar approved standard for normal Portland cement. Cement shall be free from any hardened lumps and foreign matter. It shall have a minimum of 90% of particles by weight passing the 75-micron sieve, an initial setting time in excess of 30 minutes and a final setting time of less than 7 hours. Cement shall be stored in a waterproof shaded area. The cement stacks shall be placed at a minimum distance of 300mm from the walls. The damp proof floor shall be constructed by raising it minimum 300mm above the ground.

8.6 Curing Products

Covering sheet materials: To be opaque polyethylene film, or burlap-polyethylene sheet, or equivalent material.

8.7 Concrete

Ready-mixed concrete shall comply with M-150 (1:2:4) for non-reinforced mass concrete and M-200 (1:1.5:3) for reinforced concrete and the requirements of these standards. On site batch, mixed concrete shall have characteristics and proportions of concrete ingredients which conform to those specified in M-150 (1:2:4) and M-200 (1:1.5:3).

Admixtures: Introduce in solution in a portion of the mixing water. Ensure a uniform distribution of the admixture in the batch within the mixing period.

Mixing time: Measure the mixing time after solid materials are in the mixer, provided that mixing water is introduced before a quarter of the mixing time has elapsed. Increase mixing time if necessary, to obtain the required uniformity and consistence of concrete. Do not over mix such that additions of water are needed.

Transport: Transport and discharge the concrete without segregation.

9. MASONRY WORKS

Masonry Blocks shall be made from good mortar earth free from saline deposits, and shall be molded. They shall be thoroughly dried and uniform in size, shape and texture with sharp square edges and parallel faces. They shall be free from flaws, cracks, chips, stones, and nodules of lime or canker.

9.1 Notice of Inspection The Inspector prior to use in the Works shall approve the use of masonry blocks. Masonry blocks not meeting the above requirements shall not be used in masonry works. Block works shall only commence when the Inspector has approved the blocks.

9.2 Mortar Materials

Cement shall conform to the requirements of ASTM specification C-150 Type 1 or similar approved standard for normal Portland cement.

FHI Clinical Inc.

Confidential & Proprietary

Sand: Fine aggregate with a low clay content selected for grading, sharp and free from efflorescing salts. River or pit sand should be sharp, angular, hard, clean uncoated particles free from clay and organic impurities.

Water: Water to be used for the mixing of mortar should be clean and free from oil, acid, alkali, salts, organic materials or other substances that are harmful to the mortar mix.

Measurement of volume: Measure binders and sand by volume using buckets or boxes. Do not allow sand to bulk by absorption of water.

9.3 Mortar Ratio of mix for brick masonry shall be 1:4, cement-sand.

Mortar joints shall not exceed 8mm in thickness; all joints shall be fully filled with mortar. All sand and cement for mortar shall be mixed in the correct proportion by the use of:

• Wooden box.

• Bucket, plastic or steel.

9.4 Masonry Blocks

All sand and cement for masonry blocks shall be fully mixed prior to the addition of water on a water proof surface. The mortar shall be fully mixed by turning at least 3 times following addition of the water. Every course of block works shall be horizontal and the resulting constructed wall shall be vertical. Under no circumstances will vertically joints in consecutive layers of brickwork be accepted.

All sand, lime and cement for plaster masonry shall be fully mixed prior to the addition of water on a water proof surface. The mortar shall be fully mixed by turning at least 3 times following addition of the water. Plaster mortar is to be applied in layers not to exceed 2 inches in thickness.

The cement to be used in the work should be ordinary Portland cement complying with ASTM C-150 or BS-12. All cement should be protected from moisture and damage in transit any deteriorated or hardened cement will not be permitted in the works and is to be removed from site at the contractors‟ expense.

9.5 Sand

River or pit sand should be sharp, angular, hard, clean uncoated particles free from clay and organic impurities. Well graded sand must be used for all cement work. Sand required for brickwork must be finer than that for stone work. For ordinary masonry work, concrete and first coat of plaster, the sand should pass through a 2.00 mm sieve.

10. LIGHT STEEL

10.1 Notice of Inspection Give notice so that inspection may be made of steel framing erected before lining or cladding.

10.2 Design The Contractor is to confirm that all proposed member sizes are available for the project in accordance with the drawings and BOQ. If selected sizes are not available, seek alternatives and obtain approval from the Inspector.

FHI Clinical Inc.

Confidential & Proprietary

10.3 Fabrication Length: Cut members accurately to length so that they fit firmly against abutting members. Service holes: Form holes by drilling or punching if needed.

• Bushes: Provide plastic bushes or grommets to site cut holes.

• Swarf: Remove swarf and other debris from cold-formed steel framing immediately.

• Site work: Do not fabricate on site where welded connections are required.

10.4 Fastening Select from the following:

• Bolting.

• Self-drilling, self-tapping screws.

• Blind rivets.

10.5 Welding Burning: Avoid procedures that result in greater than localized “burning” of the sheets or framing members. Protect other adjoining materials from damage during welding activities.

Other workers: Protect other workers on site from welding flash, sparks and other potential injuries during welding activities.

10.6 Refabricated Frames Protect frames from damage or distortion during storage, transport and erection.

10.7 Protection Coatings which have been damaged by welding or other causes shall be restored. Thoroughly clean affected areas to base metal and coat with zinc rich organic primer.

11. ROOFING

11.1 Notice of Inspection Give sufficient notice so that inspection may be made of:

• Roof framing during construction.

• Those parts of the roofing, vapor barrier, insulation and roof plumbing installation which will be covered up or concealed.

11.2 Samples Submit samples of the following showing the range of variation available:

• Corrugated and flat metal roof sheeting

• Roof cappings, flashings, gutters, downpipes

11.3 Fasteners

Self-drilling screws: Corrosion resistant screws to approval of Engineer.

Nuts and bolts: Corrosion resistant fastenings to approval of Engineer.

Fastenings to timber battens or purlins: Provide fastenings just long enough to penetrate the thickness of the

timber without piercing the underside.

FHI Clinical Inc.

Confidential & Proprietary

11.4 Corrugated Metal Roofing and Cladding Provide a proprietary system of preformed corrugated sheets and all purpose-made accessories

required to complete the installation to roof framing or wall framing. Refer to detailed drawings for details.

11.5 Flat Sheet Metal Roofing and Cladding Provide a system of flat metal sheets and all purpose-made accessories required to complete the

installation to roof framing or wall framing.

11.6 Protection Keep the roofing and rainwater system free of debris and loose material during construction and leave

them clean and unobstructed on completion. Repair damage to the roofing and rainwater system.

If it is necessary to repair minor damage to metal roofing, do so immediately after the damage has

occurred. The Contractor is to take care to not damage other surfaces during the repair works.

11.7 Thermal Movement Provide for thermal movement in the roof installation and the structure, including movement in joints and

fastenings.

11.8 Roofing Sheet Installation Fixings: Provide all fixings required to fix the roof sheeting to the framing so that the entire roof

covering is waterproof and secure. All loose edges are to be fixed down to ensure that they cannot get loose in

high winds.

Expansion joints: refer to drawings for locations of expansion joints in roofs and details of construction.

11.9 Ridges and Eaves

Treat ends of sheets as follows:

• Project sheets 50 mm into gutters.

• Close off ribs of ribbed sheeting at bottom of sheets using mechanical means or with purpose-made end

caps.

• Turn pans of ribbed sheeting up at tops and down into gutters by mechanical means.

• Provide pre-cut notched eaves flashings and bird proofing wire mesh where necessary.

11.10 Ridge and Eaves Capping

Finish off along ridge and side eaves edges with purpose-made ridge capping and eaves capping.

11.11 End Laps

Where end laps are unavoidable in roof sheeting, and the sheet profile is not suitable for interlocking or contact end laps, construct a stepped type lap. Refer to details on drawings as required.

Length of lap (mm): Laps to ends of sheets should not be less than 150mm and sealed with a continuous line of silicone sealant between the sheets of roofing.

11.12 Roof Plumbing Provide the flashings, cappings, gutters, rainwater heads, outlets and downpipes necessary to complete the roof system.

FHI Clinical Inc.

Confidential & Proprietary

11.13 Jointing Sheet Metal Rainwater Goods Butt joints: Make joints over a backing strip of the same material. Soldered joints: Do not solder aluminum or aluminum/zinc-coated steel. Sealing: Seal fasteners and mechanically fastened joints. Fill the holes of blind rivets with silicone sealant.

11.14 Flashings and Cappings Installation: Flash roof junctions, upstands, abutments and projections through the roof. Preform to required shapes where possible. Cut, notch, bend or dress down as necessary to follow the profile of adjacent surfaces. Lap joints 150 mm in running lengths. Provide matching expansion joints at 6 m maximum intervals.

Upstands: Flash projections above or through the roof with two-part flashings, consisting of a base flashing and a cover flashing, with at least 100 mm vertical overlap. Provide for independent movement between the roof and the projection.

Wall abutments: Provide over flashings where roofs abut walls, stepped to the roof slope in brickwork.

• In masonry: Build cover flashing at least 100mm into the wall at least 250mm above the roof level. Provide base flashing on roof and provide at least 100mm vertical overlap.

• In concrete: Turn cover flashing at least 30 mm into sawcut grooves at least 250mm above the roof level, wedge at 200 mm centers with compatible material and render over top of flashing. Provide base flashing on roof and provide at least 100mm vertical overlap.

Fixing to pipes: Solder, or seal with neutral cured silicone rubber and either of the following:

• Secure with a clamping ring.

• Provide a proprietary flexible clamping shoe with attached metal surround flashing.

11.15 Gutters

Prefabricate gutters to the required shape where possible. Form stop ends, bends and returns. Provide overflows to prevent back-flooding.

Gutter and sump support: Provide framing and lining to support valley gutters, box gutters and sumps. Line the whole area under the gutters and sumps.

Support: Steel straps as shown on drawings or as approved by the Engineer.

Lining: Timber boards or plywood as shown on drawings or as approved by the Engineer.

Valley gutters: Profile to suit the valley boarding. Nail or screw to the valley boarding at the top end to prevent the gutter creeping downwards.

Gratings and guards: Provide removable gratings over rainwater heads and sumps:

• Type: Wire mesh cages reinforced with steel bars where required due to size and expected snow loads. Refer to drawings for details.

FHI Clinical Inc.

Confidential & Proprietary

12. WINDOWS

12.1 Definitions For the purposes of this work section windows also includes louvres, either vertical or horizontal, set into frames.

12.2 Notice of Inspection Give sufficient notice so that inspection may be made of the following:

• Openings prepared to receive windows (where windows are to be installed in prepared openings).

• Fabricated window assemblies delivered to the site, before installation.

• Commencement of window installation.

12.3 Louvre

Assemblies

Provide louvre blades mounted in a surround frame and able to withstand the wind pressure for that

location without failure or permanent distortion of blades, and without blade flutter.

12.4 Adjustable Louvres

Provide louvre blades clipped into holders which pivot, linked together in banks, each bank operated by an

operating handle incorporating a latching device, or by a locking bar.

12.5 Screens

Provide metallic coated steel wire mesh screens behind louvres to prevent the entry of birds, rodents and

windblown leaves and papers.

12.6 Insect Screens Provide insect screens with mesh frame channel. Provide an extended frame section where necessary to

adapt to window opening gear.

• Mesh: Fix the mesh into the frame channel with a continuous resilient gasket, so that the mesh is

taut and without distortion.

12.7 Fixed Screens Provide fixed screens to the window frames with a clipping device which permits removal for cleaning.

12.8 Hinged Screens Hinge at the side to give access to opening sash.

12.9 Sliding Screens

Provide a matching aluminium head guide, sill runner, and frame stile sections for screens not part of the

FHI Clinical Inc.

Confidential & Proprietary

window frame.

• Hardware: Nylon slide runners and finger pull handle.

12.10 Security Window Grilles Provide security grilles in accordance with the drawings or proprietary metal security

grille screens, fixed to the building structure with tamper resistant fastenings.

12.11 Hardware

Provide hardware of sufficient strength and quality to perform its function, appropriate to the intended

conditions of use and climate and fabricated with fixed parts firmly joined.

12.12 Installation Install windows so that the frames:

• Are plumb, level and straight within acceptable building tolerances.

• Are fixed or anchored to the building structure to resist the wind loading.

• Will not carry any building loads, including loads caused by structural deflection.

• Allow for thermal movement.

12.13 Flashing and Weathering Install moulds, sealant and cement pointing as required so that water is prevented from penetrating the

building between the window frame and the building structure.

12.14 Fixing and Fasteners

Materials: Use materials compatible with the item being fixed and of sufficient strength, size and quality

to perform their function.

Concealed fixings: Provide a corrosion resistant finish.

Exposed fixings: Match exposed fixings to the material being fixed.

Support: Provide appropriate back support (for example blocking and backing plates) for hardware

fixings. Window fastener spacing (nominal): 600 mm.

Window fasteners: Conceal fasteners where possible.

Packing: Pack behind fixing points with durable full width packing.

Prepared masonry openings: If fixing timber windows into existing prepared openings with fastenings through

the frame face, make the fastener heads finish below the surface and fill the hole for a smooth surface

finish.

FHI Clinical Inc.

Confidential & Proprietary

12.15 Joints

Make accurately fitted tight joints so that neither fasteners nor fixing devices such as pins, screws,

adhesives and pressure indentations are visible on exposed surfaces.

12.16 Operation

Ensure moving parts operate freely and smoothly, without binding or sticking and are lubricated.

12.17 Supply Deliver window hardware items, ready for installation, in individual complete sets for each window.

• In a separate dust and moisture proof package labelled for the specific window.

• Including the necessary templates, fixings and fixing instructions.

Refer to the drawings for details of windows and for details of window hardware.

12.18 Cleaning The Contractor is to clean all frames, glass, hardware at completion. Any damage to frames, or broken

glass is to be repaired or replaced to the satisfaction of the Engineer.

12.19 Adjustment

Leave the hardware properly adjusted with working parts in working order and lubricated where

appropriate.

13. DOORS

13.1 Definitions

• For the purposes of this work section the definitions given below apply.

• Door frame: Includes door trims.

• Door set: An assembly comprising a door or doors and supporting frame, guides and tracks

including the hardware and accessories necessary for operation.

• Fire-door set: A doorset which retains its strength and limits the spread of fire.

• Smoke-doorset: A doorset which restricts the movement of smoke.

• Flush door: A door leaf having two flat faces which entirely cover and conceal its structure. It

includes doors with cellular and particleboard cores.

• Joinery door: A door leaf having stiles and rails, framed together. A joinery door may

also incorporate glazed panels.

• Louvred door: A joinery door in which the panel spaces are filled in with louvre blades.

FHI Clinical Inc.

Confidential & Proprietary

13.2 Notice of Inspection Give sufficient notice so that inspection may be made of the following:

• Door frames standing in place before building into brickwork.

• Door frames installed before fixing trim.

13.3 Samples Submit samples of all hardware items for approval by the Engineer before use in the works.

13.4 Subcontractors Automatic sliding door assemblies: Submit names and contact details of proposed supplier and installer.

13.5 Product Warranties Automatic sliding door assemblies: Submit a warranty from the supplier and installer for the system

and its installation, for a period of at least twelve months from the date of completion.

Hardware: Submit the warranties offered by the manufacturer for the hardware items provided in the

works.

13.6 Keys Key codes: Submit the lock manufacturer’s record of the key coding system showing each

lock type, number and type of key supplied, key number for re-ordering, and name of

supplier.

Keys: For locks keyed to differ and locks keyed alike, verify quantities against key records, and deliver all

keys and records to the Engineer at completion.

13.7 Aluminum Frames To be assembled from aluminum sections, including necessary accessories such as buffers, strike

plates, fixing ties or brackets, and suitable for fixing specified hardware.

13.8 Flush Doors Cellular core flush doors:

• Provide a subframe of 25 mm minimum width timber around openings for louvres and glazing.

• Provide additional material to take hardware and fastenings.

• Cut outs: If openings are required in flush doors (e.g. for louvres or glazing) make the cut outs not closer than 120 mm to the edges of the doors.

Solid core flush doors:

• Core of timber strips laid edge to edge, fully glued to each other and to facings each side of no less than two sheets of timber veneer.

• Single thickness of moisture resistant general purpose particleboard. Refer to drawings for details.

FHI Clinical Inc.

Confidential & Proprietary

13.9 Double Doors Provide rebated meeting stiles unless the doors open in both directions. Chamfer square edged doors to prevent binding between the leaves.

13.10 Door Hardware Provide hardware of sufficient strength and quality to perform its function, appropriate to the intended conditions of use and climate and fabricated with fixed parts firmly joined.

13.11 Bolts Provide bolts including barrel bolts and tower bolts with associated hardware, including lock plates, ferrules or floor sockets.

13.12 Furniture

Provide lock and latch furniture suitable for use with the lock or latch to which it is installed with the corresponding level of performance.

13.13 Door Controllers Performance Provide door controllers, including door closers, floor or head spring pivots which are suitable for the door type, size, weight and swings required and the operating conditions, including wind pressure.

13.14 General

Install doors so that the frames:

• Are plumb, level and straight within acceptable building tolerances.

• Are fixed or anchored to the building structure to resist the wind loading.

• Will not carry any building loads, including loads caused by structural deflection.

• Allow for thermal movement.

13.15 Flashing and Weathering Install moulds, sealant and cement pointing as required so that water is prevented from penetrating the

building between the door frame and the building structure.

13.16 Aluminium Frames

Building into masonry: Screw galvanized steel brackets twice to jambs and build in.

Fixing to masonry openings: Use proprietary expansion anchors and screw through jambs at each fixing.

13.17 Frame Fixing Brackets: Metallic-coated steel:

• Width: 25 mm.

FHI Clinical Inc.

Confidential & Proprietary

• Thickness: 1.5 mm.

13.18 Fixing and Fasteners • Materials: Use materials compatible with the item being fixed and of sufficient strength, size and

quality to perform their function.

• Concealed fixings: Provide a corrosion resistant finish.

• Exposed fixings: Match exposed fixings to the material being fixed.

• Support: Provide appropriate back support (for example blocking and backing plates) for hardware

fixings. Packing: Pack behind fixing points with durable full width packing.

• Prepared masonry openings: If fixing timber door frames into existing prepared openings with fastenings through the frame face, make the fastener heads finish below the surface and fill the hole for a smooth surface finish.

13.19 Joints

Make accurately fitted tight joints so that neither fasteners nor fixing devices such as pins, screws, adhesives and pressure indentations are visible on exposed surfaces.

13.20 Operation Ensure moving parts operate freely and smoothly, without binding or sticking and are lubricated.

13.21 Supply Deliver door hardware items, ready for installation, in individual complete sets for each door.

• In a separate dust and moisture proof package labelled for the specific door.

• Including the necessary templates, fixings and fixing instructions.

13.22 Cleaning The Contractor is to clean all frames, doors, glass, hardware at completion. Any damage to frames and doors, or broken glass is to be repaired or replaced to the satisfaction of the Engineer.

13.23 Adjustment

Leave the hardware properly adjusted with working parts in working order and lubricated where appropriate.

14. GLAZING

14.1 Notice of Inspection Inspection: Give sufficient notice so that inspection may be made of the following:

• Glass products before they are installed.

14.2 Glass and Glazing Materials Glass and glazing materials generally: Free from defects which detract from appearance or interfere with performance under normal conditions of use.

Glazing plastics: Free from surface abrasions, and warranted by the manufacturer for 10 years

FHI Clinical Inc.

Confidential & Proprietary

against yellowing or other color change, loss of strength and impact resistance, and general deterioration.

Glazing materials (including putty, glazing compounds, sealants, gaskets, glazing tapes, spacers, setting blocks): Appropriate for the conditions of application and the required performance.

14.3 Jointing Materials Provide recommended jointing and pointing materials which are compatible with each other and with the contact surfaces and non-staining to finished surfaces. Do not provide bituminous materials on absorbent surfaces.

14.4 Pile Weather Strips

Materials: Polypropylene or equivalent pile and backing, low friction silicone treated, ultra violet stabilized.

Finned type: A pile weather seal with a central polypropylene fin bonded into the centre of the backing rod and raised above the pile level.

14.5 Extruded Gaskets and Seals Type: Non-cellular (solid) seals to exclude water from glass/frame junctions. Material:

• Rubber products to be neoprene, ethylene propylene diene monomer (EPDM) or silicone rubber.

• Flexible polyvinyl chloride (PVC)

14.6 Priming Apply the recommended primer to the surfaces in contact with sealant materials.

14.7 Movement Joints • Depth of elastomeric sealant: One half the joint width, or 6 mm, whichever is the greater.

• Foamed materials (in compressible fillers and backing rods): Closed-cell or impregnated types which do not absorb water.

• Bond breaking: Provide backing rods, and other back-up materials for sealants, which do not adhere to the sealant.

15. SUSPENDED CEILINGS

15.1 Notice of Inspection

Give sufficient notice so that inspection may be made of the framing preparation and setout of suspended ceilings before installation of panels.

15.2 Samples Submit samples as follows:

• Ceiling material: Sheet, panel, tile, with insulation

• Methods: Methods of jointing, fixing, height adjustment.

• Suspension: Sections proposed for suspension system, including wall angles and trim.

FHI Clinical Inc.

Confidential & Proprietary

15.3 PVC Ceiling

Best quality imported water- and fire-resistant ceiling with hard cast plaster face for decorative ceiling sections.

15.4 Ceiling Grid Set out the ceiling grid so that panel joints and centrelines of visible suspension members coincide with grid lines shown on the drawings. If not otherwise shown, set out so that opposite margins are equal.

Pattern and texture: Set out patterned or heavily textured materials to give consistency in direction of pattern or texture.

Special sized panels: Provide special sized purpose-made panels to fill non-standard margins, openings and penetrations.

15.5 Cut Tile Edges General: Conceal, or finish to match prefinished edges.

15.6 Lighting Fit lights within the ceiling grid system to ensure that distortion, overloading or excessive vertical deflection is prevented. Support lights on the ceiling primary grid members.

15.7 Proprietary Systems

Provide suspended ceilings as complete proprietary systems, each fabricated by one manufacturer and installed by a specialist installer of demonstrated capacity.

15.8 Protection Protect existing work from damage during the installation.

15.9 Stability

Install the ceilings level; and fix so that under normal conditions there is no looseness or rattling of ceiling components.

15.10 Bracing

General: Provide bracing to prevent lateral movement and to resist any imposed horizontal seismic force.

15.11 External Suspended Ceilings Support external suspended ceilings on rigid members capable of carrying the imposed loads. Install members to minimize any eccentricity and ensure that the upward and downward wind loads are carried through to the supporting structure.

15.12 Movement Joints Install the ceiling with control joints to correspond in location and direction to those in the structural frame.

FHI Clinical Inc.

Confidential & Proprietary

15.13 Finishes Repair damaged finishes by replacement or refinishing of the item. All repairs are to be completed so no sign of the damage is visible in the completed work.

15.14 Support Members Grid members: If required, notch grid members at the junction with the perimeter trim to ensure the panels lie flat on the perimeter trim.

Services: Do not suspend from services (e.g. pipework or ductwork) unless the service has been designed to accept the ceiling load. In locations where services obstruct the ceiling supports, provide bridging and suspension on each side of the services.

Spacing: Space the support members as required by the loads on the system and the type of ceiling, and allow for the installation of services and accessories, including ductwork, light fittings and diffusers. Provide additional support or suspension members for the fixing of such items.

15.15 Suspension System

Height adjustment: Provide height adjustment by means of a length adjustment device at each suspension point, permitting length variation of at least 50 mm.

15.16 Panels Fitting: Fit panels accurately and neatly, free from air leakage and staining.

Panel lock clips: If panels are exposed to wind loads or if required for security, insert locking clips at the junction of rails and panels.

15.17 Accessories and Trim Provide accessories and trim necessary to complete the installation.

Plasterboard trim: Provide purpose-made corner beads, casing beads and stop beads.

Metal Trim: Provide trims at junctions with other building elements and surfaces, such as walls, beams and penetrations, consistent with the style, materials and finishes of the ceiling system generally.

15.18 Service Penetrations Provide openings for, and fit the ceiling system up to, all services elements such as light fittings, ventilation outlets, detectors, sprinklers and loudspeakers.

15.19 Access Panels Finish Match the ceiling panels in appearance and performance and mark the panel for easy identification.

15.20 Completion Supply spare matching tiles and accessories of each type for future replacement purposes. Store the spare materials on site where directed.

16. PLASTERING

FHI Clinical Inc.

Confidential & Proprietary

16.1 Abbreviations For the purpose to this work section the abbreviations given below apply.

• CRF: Cement render – finish.

• CRM: Cement render – medium.

• CRS: Cement render – stronger.

• CRW: Cement render – weaker.

• LF: Lime felting render- weaker.

• GPF: Gypsum plaster – finish.

16.2 Notice of Inspection Give sufficient notice so inspection may be made of the following:

• Backgrounds immediately before applying base coats.

• Finish treatments before decoration.

16.3 Accessories Beads: To be metal proprietary sections manufactured to be fixed to backgrounds and/or embedded in the plaster to form and protect plaster edges and junctions.

16.4 Aggregates Sand: To be fine, sharp, well-graded sand with a low clay content and free from efflorescing salts.

16.5 Bonding Products

To be proprietary products manufactured for bonding cement-based plaster to solid backgrounds.

16.6 Cement Cement shall conform to the requirements of ASTM specification C-150 Type 1 or similar approved standard for normal Portland cement.

16.7 Coloring Products

To be proprietary products manufactured for coloring cement plaster.

Integral pigment proportion: 5% by mass of cement.

16.8 Curing Products To be proprietary products manufactured for use with the plaster system.

16.9 Gypsum Plaster To be a proprietary product containing calcium sulfate hemihydrate with additives to modify setting.

FHI Clinical Inc.

Confidential & Proprietary

16.10 Lime Confirm source of Lime with Engineer to ensure highest quality Lime is used in the mortar. Protect

from damage on site and store minimum 300mm above ground in waterproof storage facility.

Preparing lime putty:

• Using hydrated lime: Add lime to water in a clean container and stir to a thick

creamy consistency. Leave undisturbed for at least 16 hours. Remove excess water

and protect from drying out.

• Using quicklime: Run to putty as soon as possible after receipt of quicklime. Partly fill clean

container with water, add lime to half the height of the water, then stir and hoe ensuring that no

lime remains exposed above the water. Continue stirring and hoeing for at least 5 minutes after all

reaction has ceased, then sieve into a maturing bin. Leave undisturbed for at least 14 days. Protect

from drying out.

16.11 Mixes

Select a mix ratio to suit the application in conformity to the Mixes table below.

Measurement: Measure binders and sand by volume using buckets or boxes. Do not allow sand to bulk by absorption of water.

Plaster mixing: Machine mix for greater than 3 minutes and less than 6 minutes.

Strength of successive coats: Ensure successive coats are no richer in binder than the coat to which they are applied.

Mix type Application Upper and lower limits of proportions by volume

Gypsum Cement Lime Sand

Cement render coats in:

• Single or multi-coat systems with integral finishing treatments

• Base coats in multi- coat systems with cement or gypsum finishes

CRS Dense and smooth concrete and masonry Thrown finishing treatments Tiled finishes Gypsum

finishes Cement finishes

-

- -

1

1

0 0.5

3 4.5

CRM Clay or concrete masonry

- -

1 1

0.5 4.5 6

CRW Lightweight concrete masonry and other weak backgrounds

- -

1 1

6 9

Cement finish coats CRF Cement render base coats

- -

1 1

1 1.5 2

Lime felting finish coats LF Cement render base coats

1 3

FHI Clinical Inc.

Confidential & Proprietary

Gypsum finish coats GPF Cement render base coats

3

1

- -

1 1

-

1

16.12 Water

To be clean and free from any deleterious matter.

16.13 Substrates

Ensure substrates have:

• Any deposit or finish which may impair adhesion of plaster cleaned off.

• If solid or continuous, excessive projections hacked off and voids and hollows filled with plaster stronger than the first coat and not weaker than the background.

Absorbent substrates: If suction is excessive, control it by dampening but avoid over-wetting and do not plaster backgrounds showing surface moisture.

Dense concrete: If not sufficiently rough to provide a mechanical key, roughen by scratching or hacking to remove 2 mm of the surface and expose the aggregate then apply a bonding treatment.

Painted surfaces: Remove paint and hack the surface at close intervals.

Untrue substrates: If the substrate is not sufficiently true to ensure conformity with the thickness limits for the plaster system or has excessively uneven suction resulting from variations in the composition of the background, apply additional coats.

16.14 Bonding Treatment If bonding treatment is required, throw a wet mix onto the background as follows:

• Cement plaster: 1-part cement to 2 parts sand.

Curing: Keep continuously moist for 5 days and allow to dry before applying plaster coats. Thickness: From greater than 3mm but less than 6 mm.

16.15 Embedded Items

If there are water pipes and other embedded items, sheath them to permit thermal movement. Ensure embedded items will have a suitable level of corrosion resistance prior to embedment.

16.16 Plastering General: Provide plaster finishes as follows:

• Resistant to impacts expected in use.

• Free of irregularities.

• Consistent in texture and finish.

• Firmly bonded to substrates for the expected life of the application.

• As a suitable substrate for the nominated final finish.

Base coats: Scratch-comb each base coat in two directions when it has stiffened.

FHI Clinical Inc.

Confidential & Proprietary

16.17 Finishing Treatments

• Bag: To be a finish mainly free from sand by rubbing the finish coat with a Hessian pad when it has set

firm.

• Carborundum stone: To be a smooth finish free from sand by, rubbing the finish coat with a fine

carborundum stone when it has set hard.

• Steel trowel: To be a smooth dense surface by steel troweling which is not glass-like and is free

from shrinkage cracks and crazing.

• Wood or plastic float: To be an even surface by wood or plastic floating the finish coat on application.

16.18 Incidental Work

Return plaster into reveals, beads, sills, recesses and niches. Plaster faces, ends, and soffits of

projections in the background, such as string courses, sills, and other wall features. Trim around

openings. Plaster exposed inside of built-in cupboards.

16.19 Joining Up If joining up is required, ensure joints will not be visible in the finished work after decoration.

17. TILING

17.1 Notice of Inspection Give sufficient notice so that inspection may be made of the following:

• Floor preparation and set out of floor tiles before fixing.

• Wall preparation and set out of wall tiles before fixing.

• Control joints before sealing and grouting.

17.2 Samples Submit labelled samples of tiles, including fittings, accessories, grout and sealants,

illustrating the range of variation in color and finish.

17.3 Definitions For the purposes of this work section the definitions given below apply.

Substrates: The surfaces on which tiles are bedded.

Bedding: Mixtures of materials which are applied to substrates in a plastic state and dry and cure to adhere

tiles to substrates.

Mortar bedding: Tiling adhered in a cementitious mortar bed.

Tiles: Thin slabs made from clays and/or other inorganic raw materials used generally as coverings for

floors and walls and adhered to continuous supporting substrates.

Cementitious: Manufactured cement based pre-finished tiles.

FHI Clinical Inc.

Confidential & Proprietary

Terrazzo – cementitious: Manufactured cementitious terrazzo tiles formed in a suitable machine to give

sufficient compaction and density to the finished surface, and moisture cured before grinding and honed

at the place of manufacture. Thickness usually 35 mm.

Wet areas: Areas within buildings with water supply and drainage systems.

Terra cotta tiles: Use proprietary polymer modified mortar.

17.4 Water

General: To be clean and free from any deleterious matter.

17.5 Grout Type Cement based proprietary grout: Mix with water. Fine sand may be added as a filler in wider

joints. Terra cotta tiles: Use proprietary polymer modified grout.

Portland cement based grout: Mix with fine sand. Provide minimum water consistent with workability.

• For joints < 3 mm: 1 cement:2 sand.

• For joints 3 mm: 1 cement:3 sand.

17.6 Pigments Pigments for coloured grout: Provide colourfast fillers compatible with the grout material. For cement- based grouts, provide lime-proof natural or synthetic metallic oxides compatible with cement.

17.7 Execution Provide tiling systems to walls, floors and other substrates as follows:

• Consistent in color and finish.

• Firmly bonded to substrates for the expected life of the installation.

• Resistant to expected impacts in use.

• Set out with joints accurately aligned in both directions and wall tiling joints level and plumb.

• To direct all water flowing from supply points to drainage outlets without leakage to the substrate or adjacent areas.

17.8 Substrates: Drying and Shrinkage Before tiling, allow at least the following times to elapse (for initial drying out and shrinkage) for these substrates:

• Concrete slabs: 42 days.

• Concrete blockwork: 28 days.

• Toppings on slabs and rendering on blockwork: A further 21 days.

17.9 Adhesives General: Provide adhesives compatible with the materials and surfaces to be adhered.

Prohibited uses: Do not provide the following combinations:

FHI Clinical Inc.

Confidential & Proprietary

• Cement-based adhesives on wood, metal, painted or glazed surfaces, gypsum-based plaster.

• Organic solvent-based adhesives on painted surfaces.

• Organic PVC-based adhesives and organic natural rubber latex adhesives in damp or wet conditions.

17.10 Mortar Materials Cement: Cement shall conform to the requirements of ASTM specification C-150 Type 1 or similar

approved standard for normal Portland cement.

• White cement: Iron salts content 1%.

• Off-white cement: Iron salts content 2.5%.

Lime: Confirm source of Lime with Engineer to ensure highest quality Lime is used in the mortar. Protect from

damage on site and store minimum 300mm above ground in waterproof storage facility.

Sand: Fine aggregate with a low clay content selected for grading, sharp and free from efflorescing salts.

Measurement of volume: Measure binders and sand by volume using buckets or boxes. Do not allow sand to

bulk by absorption of water.

17.11 Bedding Mortar Proportioning: Select proportions from the range 1:3 – 1:4 cement: sand to obtain satisfactory

adhesion. Provide minimum water.

Terra cotta tiles: Use proprietary polymer modified mortar.

17.12 Water

General: To be clean and free from any deleterious matter.

17.13 Ambient Temperature If the ambient temperature is less than 5 or more than 35°C, do not lay tiles.

17.14 Substrates Ensure substrates are as follows:

• Clean and free of any deposit or finish which may impair adhesion or location of tiles.

• If solid or continuous, excessive projections are hacked off and voids and hollows are filled with a cement: sand mix not stronger than the substrate nor weaker than the bedding.

Absorbent substrates: If suction is excessive, control it by dampening but avoid over-wetting and do not apply mortar bedding to substrates showing surface moisture.

Dense concrete: If not sufficiently rough to provide a mechanical key, roughen by scratching or hacking to remove 3 mm of the surface and expose the aggregate; then apply a bonding treatment.

17.15 Tiling Sequence Fix wall tiles before floor tiles.

FHI Clinical Inc.

Confidential & Proprietary

17.16 Cutting and Laying Cutting: Cut tiles neatly to fit around fixtures and fittings, and at margins where necessary. Drill holes without damaging tile faces. Rub edges smooth without chipping.

Laying: Return tiles into sills and openings. Butt up to returns, frames, fittings, and other finishes.

17.17 Variations Distribute variations in hue, color, or pattern uniformly, by mixing tiles or tile batches before laying.

17.18 Protection Floor tiles: Keep traffic off floor tiles until the bedding has set and attained its working strength. Cleaning: Keep the work clean as it proceeds and protect finished work from damage.

17.19 Tiles Coves, nozings and skirtings: To be matching stop-end and internal and external angle tiles moulded for that

purpose.

Exposed edges: To be purpose-made border tiles with the exposed edge glazed to match the tile face. If

such tiles are not available, round edge with grout.

18. PAINTING

18.1 Notice of Inspection Give sufficient notice so that inspection may be made of the substrate immediately before application of paint finishes.

18.2 Samples

Clear finish coated samples: Submit pieces of timber or timber veneer matching the timber to be used in the works, prepared and coated in accordance with the paint system.

Opaque coated samples: Provide approx. 600x600mm samples on representative substrates of each paint system showing surface preparation, color, gloss level and texture.

18.3 Paints Do not combine paints from different manufacturers in a paint system.

Clear timber finish systems: Provide only the combinations of putty, stain and sealer recommended by the manufacturer of the top coats.

18.4 Delivery Deliver paints to the site in the manufacturer’s labelled and unopened containers.

FHI Clinical Inc.

Confidential & Proprietary

18.5 Tinting

Provide only products which are color tinted by the manufacturer or supplier.

18.6 Putty Non-timber substrates: Oil-based or polymeric based.

Timber finishes: Lacquer or water based only.

18.7 Order of Work Other trades: Before painting, complete the work of other trades as far as practicable within the area to be

painted, except for installation of fittings and laying flooring materials.

Clear finishes: Complete clear timber finishes before commencing opaque paint finishes in the same area.

18.8 Protection

Fixtures: Remove door furniture, switch plates, light fittings and other fixtures before starting to paint, and

refix in position undamaged on completion of the installation.

Adjacent surfaces: Protect adjacent finished surfaces liable to damage from painting operations.

18.9 “Wet paint” Warning Place notices conspicuously and do not remove them until paint is dry.

18.10 Restoration Clean off marks, paint spots and stains progressively and restore damaged surfaces to their original

condition. Touch up damaged decorative paintwork or misses only with the paint batch used in the original

application.

18.11 Substrate Preparation Prepare substrates to receive the painting systems. Provide coating systems to substrates as follows and as scheduled:

• Consistent in color, gloss level, texture and thickness.

• Free of runs, sags, blisters, or other discontinuities.

• Fully adhered.

• Resistant to expected impacts in use.

• Resistant to environmental degradation within the manufacturer’s stated life span.

18.12 Drying

Ensure that the moisture content of the substrate is at or below the recommended maximum level for the type of paint and the substrate material.

FHI Clinical Inc.

Confidential & Proprietary

18.13 Paint Application

Apply the first coat immediately after substrate preparation and before contamination of the substrate can occur. Apply subsequent coats after the manufacturer’s recommended drying period has elapsed.

18.14 Priming Before Fixing

Apply one coat of wood primer (2 coats to end grain) to the back of the following before fixing in position:

• Timber door and window frames.

• Bottoms of external doors.

• Associated trims and glazing beads.

18.15 Spraying

If the paint application is by spraying, use conventional or airless equipment which does the following:

• Satisfactorily atomizes the paint being applied.

• Does not require the paint to be thinned beyond the maximum amount recommended by the manufacturer.

• Does not introduce oil, water or other contaminants into the applied paint.

18.16 Sanding

Clear finishes: Sand the sealer using the finest possible abrasive and avoid cutting through the color. Take special care with round surfaces and edges.

18.17 Repair of Galvanizing

For galvanized surfaces which have been subsequently welded, prime the affected area.

19. SAFETY MANAGEMENT

19.1 Construction Safety The contractor shall take all necessary steps to provide safety for project workers, the persons residing near the project, to the property of the public or others from the project activities arising as a consequence of his methods of operation. The Contractor shall comply with all Safety Legislations and its Subsidiary Legislations, Regulations which are in force in the Country and any amendments or re-enactments. The Contractor shall not permit any person to do anything not in accordance with the generally accepted principles of safe and sound practices. The Contractor shall ensure safe environment on site at all times. The Contractor shall ensure that necessary and sufficient precautions are taken by his workmen when safety provisions are used.

FHI Clinical Inc.

Confidential & Proprietary

19.2 Barricading The Contractor shall provide and maintain guards, fences or barriers around excavations, pits or other similar potential places of danger to prevent accidents. The barricade should be at least 1.1m high and strong enough to withstand a lateral point load of 50 kg.

19.3 Warning Signs The Contractor shall display warning signs of sizes 900 mm x 600 mm at a minimum of 4 points around the periphery of the site where the construction activities are located in near the residential area, roads, at locations where there is a chance of children can come to work site and where trespassing is likely to occur. Such signs shall have the words "DANGER - KEEP OUT OF SITE"

19.4 Storage of Fuel Fuels shall be stored in a room/ enclosed space, the room/ enclosed space shall have impervious platform and berm along the periphery of the storage area to contain spills of the fuels.

19.5 Safety of Machinery The Contractor shall employ only qualified operators for the machinery to be used on Site. All the machinery shall be locked when they are parked to avoid unauthorized operation of the machinery.

19.6 First Aid

At least two first aid kits shall be kept at site for attending the emergency treatment to the victims of accidents or chemical poisoning or excessive exposure to toxic substances. The first aid kit shall include a leaflet of standard First-Aid procedure in addition to the medicines and medical tools. At least one staff member who has undergone First Aid training should be posted at site.

19.7 Fire Safety, Emergency, and Rescue The Contractor shall establish Fire Safety, Emergency and Rescue arrangements to contain fire and take necessary action during emergency. The contractor should place fire extinguishers at the work site, materials storage area and at site accommodation. The contractor should keep minimum 6 fire extinguishers within the work place.

19.8 Electrical Safety All electrical equipment should be listed and labeled, free from hazards, and used in the proper manner. The electrician should be protected from electrical shocks and provided necessary safety equip

All temporary electrical installations in the site should be verified regularly to ensure that all the leaks in the wires are rectified/ faulty wires are replaced. The contractor should also ensure that all electric joints are leak proof.

19.9 Personal Protective Equipment The Contractor shall provide and maintain suitable personal protective equipment for all workmen employed on the site to provide protection against falling objects and harmful substances which can cause

FHI Clinical Inc.

Confidential & Proprietary

injury. The Personal protective equipment shall include boots, hand gloves, helmet and goggles. The Contractor shall record the issuance of all equipment to his workmen and kept in the site office.

19.10 Housekeeping The Contractor shall provide safe working environment by keeping the site neat and tidy, and free from debris. All materials shall be stacked safely. All accesses shall be kept free from hazards and debris. Housekeeping shall be carried out in such a manner and at such times so as not to cause any inconvenience to either the adjoining owners, occupiers or the public. Debris shall be wetted to minimize the risk of dust. Containers for debris, rubbish and other wastes shall be provided at the designated place.

20. COMPLETION

20.1 Final Cleaning Before Practical Completion, clean throughout, including interior and exterior surfaces exposed to view. Clean carpeted and soft surfaces. Clean debris from the site, roofs, gutters, down pipes and drainage systems. Remove waste and surplus materials.

20.2 Reinstatement Before practical completion, clean and repair damage caused by installation or use of temporary work and restore existing facilities used during construction to original condition.

20.3 Post Construction Works The Contractor will provide the following documentation after all site construction has been completed:

• Warranty Statement for the defect liability period

• As - Built Drawings

A condition-out survey will be conducted with the Contractor and Inspector at which damages caused by the Contractor will be identified. FHI Clinical will determine if the Contractor is to make repairs or if the damage will be deducted from the Contractor’s final invoice.

20.4 Removal of Plant

Within 10 working days after practical completion, remove temporary works and construction plant no longer required. Remove the balance before the end of the defects’ liability period.

APPENDIX Q- SUBCONTRACT AGREEMENT

Confidential & Proprietary Page 1 of 14

Subcontract Agreement

This subcontract is made by and between FHI Clinical Inc. (hereinafter “FHIC”), a corporation duly incorporated under the laws of the State of Delaware, with its primary place of business at 359 Blackwell Street, Suite 200, Durham, NC 27701 and Click or tap here to enter text., an organization whose business address is Click or tap here to enter text. (referred to in this Agreement as “Click or tap here to enter text.” or “Subcontractor.”)

Ex. The purpose of this subcontract is to procure the Subcontractor’s services in support of the FHI Clinical’s activities under the PREVAIL contract.

1. TYPE

This contract is a Firm Fixed Price (FFP) type subcontract.

2. PERIOD OF PERFORMANCE

This subcontract shall be effective the start date below and may continue through but no later than the specified end date unless terminated earlier in accordance with its terms and conditions. Extension of the period of performance must be mutually agreed to in writing in the form of a modification to this subcontract. All terms and conditions hereof shall remain in effect during any modification unless the parties shall otherwise agree, in writing.

A. Start Date: XXXX (or date of final signature) B. End Date: XXXX

3. STATEMENT OF WORK

The Subcontractor shall perform, in a good and businesslike manner, the services set forth in Attachment A-Statement of Work, which shall include the production of the deliverables ("Deliverables") contained in Attachment A and shall be subject to acceptance by FHI Clinical.

4. COST/PRICE INFORMATION

A. The total ceiling price of this agreement is set at XXXX. The sum of all invoices under this agreement shall not exceed this amount without the express written authorization of FHI Clinical in the form of a modification to this agreement.

B. Subcontractor shall services as outlined in Attachment A – Statement of Work. This subcontract is fully funded in the amount of $XXXX. This amount is estimated to be sufficient to fund the services set forth in the Statement of Work (Attachment A) through the subcontract period of performance.

5. INSPECTION & ACCEPTANCE Payment to the Subcontractor shall be made in accordance with delivery and acceptance of the contract deliverables identified in the Statement of Work (Attachment A). Subcontractor shall tender for acceptance only those services that conform to the requirements of this Agreement. FHI Clinical has the right to review any services that have been tendered for acceptance. FHI Clinical may require prompt re-performance of nonconforming Services at no increase in price. If Subcontractor fails to do so within a reasonable time, FHI Clinical may terminate this Agreement for cause pursuant to Section 15. Final inspection and acceptance by FHI Clinical shall be conclusive except for latent defects, fraud, or for any rights provided by any product warranty.

6. INVOICES AND PAYMENT

The Subcontractor shall bill FHI Clinical at monthly intervals for the activities set forth in Attachment A. The rates specified in this agreement are firm, fixed, and all-inclusive, covering performance of all of Subcontractor’s obligations pursuant to this Agreement, including but not limited to delivery of the Services as set forth in Attachment A. Requests for payment for miscellaneous expenses shall be considered materials costs under Time and

APPENDIX Q- SUBCONTRACT AGREEMENT

Confidential & Proprietary Page 2 of 14

Materials agreements and must be supported by receipts for all items invoiced. Reimbursement for Materials shall be made at actual cost. Invoices shall be submitted by task as outlined in Attachment A – Statement of Work and contain the following information (at a minimum) to be reviewed for payment.

FFP: Subcontractor shall bill FHI Clinical in accordance with the milestone schedule in Attachment B. Invoices shall clearly denote which milestones are being billed and provide documentation that the milestone has been achieved. In order to be considered a proper invoice, each invoice submitted shall include the following purchase order (PO) number: _______________ and project number: _____________. A signed certification that the work being invoiced has been completed and accepted by FHI Clinical shall be provided with the invoice. FHI Clinical will pay properly submitted invoices within 30 days after receipt. Payment will be made by check or ACH in U.S. Dollars. Invoices shall be submitted via email to [email protected] with the designated Technical and Contractual POCs below in 7(a)(i) & (ii) on copy.

7. NOTICES AND POINTS OF CONTACT (POCs)

All notices, including notices of address change, required to be sent hereunder shall be in writing and shall be deemed to have been given when communicated to the other party by hand delivery, by registered or certified post, or by any other means which confirms receipt of the notice by the receiving party. All such notices shall be addressed to the parties designated below at the addresses listed unless notified otherwise. The following individuals are designated representatives for those matters set forth below:

A. For FHI Clinical:

i. Technical POC. The Technical POC shall provide technical oversight of this subcontract for FHI Clinical and is responsible for monitoring the Subcontractor’s technical progress, including the surveillance and assessment of performance and recommending to the Contractual POC changes in requirements; interpreting the Statement of Work and any other technical performance requirements; performing technical evaluation as required; performing technical inspections and acceptances required by this contract; and assisting in the resolution of technical problems encountered during performance. The Technical POC may delegate these duties.

The FHI Clinical Technical POC is: XXXXX

ii. Contractual POC. The Contractual POC is responsible for interpreting the terms and

conditions of this subcontract; writing requested modifications to this subcontract; reviewing modifications to this subcontract; and managing execution of this subcontract and of any subsequent modifications to this subcontract. The FHI Clinical Contractual POC shall be:

XXXXX

B. For the Subcontractor:

i. Subcontractor POC shall receive Notices, Orders and technical directives from FHIC and shall serve as the primary contact for FHIC under this subcontract. The Subcontractor POC shall notify the FHIC Technical POC of any delegations of responsibility.

APPENDIX Q- SUBCONTRACT AGREEMENT

Confidential & Proprietary Page 3 of 14

The Subcontractor’s POC shall be:

8. INDEPENDENT CONTRACTOR

A. In performing services pursuant to this subcontract, the Subcontractor shall at all times act and perform as an Independent Contractor, and nothing contained in this subcontract shall be construed or applied as to create or imply the relationship between the parties as partners, agents, joint ventures, or as Employer and Employee. FHIC shall not exercise any control over the Subcontractor, the sole interest of FHIC being to ensure that the Subcontractor’s services are rendered in a satisfactory, competent, and efficient manner. Neither FHIC nor the Subcontractor shall become liable or bound by any representation, act or omission whatsoever of the other.

B. The Subcontractor is responsible for payment of any national, regional, local or other taxes incurred in the provision of Services under this subcontract.

C. The Subcontractor shall complete and return the applicable IRS form to the FHIC Contractual POC. Payment is contingent on receipt of the properly completed form.

9. INDEMNIFICATION

A. The Subcontractor hereby agrees to indemnify, defend and hold FHIC, its affiliates and their respective officers, directors, employees and agents harmless from and against any and all liabilities, damages, injuries, claims, suits, judgments, causes of action and expenses (including reasonable attorneys’ fees, court costs and out-of-pocket expenses), suffered or incurred by FHIC or any of the foregoing persons that arise from or may be attributable to:

i. a breach of any obligation, representation or warranty of Subcontractor hereunder or

ii. errors, omissions or fault of Subcontractor, its employees, agents or subcontractors in the performance of Services pursuant to the subcontract.

B. Each Party’s obligation under this article will survive cancellation, expiration or termination of this subcontract by either party for any reason.

10. LICENSES AND LIABILITY

The Subcontractor shall secure and keep current, at its own expense, all licenses and other certificates required by law or otherwise necessary to fulfill the Services. The Subcontractor shall be solely and exclusively liable to third parties for all costs incurred by the Subcontractor and for all claims of damages against the Subcontractor arising out of or based on performance of this subcontract, and is responsible for maintaining proper insurance, at the Subcontractor’s expense, to cover any and all such contingencies. In no event shall either Party have any liability to the other Party for indirect, special, incidental, consequential or punitive damages, or lost profits.

11. WARRANTIES

The Subcontractor warrants that the Subcontractor’s performance of the Services called for by this subcontract does not and shall not violate any applicable law, rule, or regulation; any subcontracts with third parties. Further, the parties acknowledge that FHIC, in accepting the Services, is relying upon the Subcontractor’s particular skill and expertise.

Subcontractor warrants that the Services hereunder are merchantable and fit for use for the particular purpose described in this Agreement. Subcontractor also expressly warrants that all Services under this Agreement conform to Agreement requirements; are free of latent defects; and are covered by intellectual property licenses, patents, permissions, or rights which will not infringe the intellectual property rights of any third person, and which, being granted to FHI Clinical pursuant to this Agreement, will be adequate to ensure that FHI Clinical may freely utilize the licenses, permissions and rights free and clear of any claim, encumbrance, lien, or interest of any other person

APPENDIX Q- SUBCONTRACT AGREEMENT

Confidential & Proprietary Page 4 of 14

or entity, and in all respects without disturbance or impediment.

This article shall survive the cancellation, expiration or termination of this subcontract.

12. CONFIDENTIALITY A. FHI Clinical and the Subcontractor, to the extent of each party’s contractual and lawful right to do

so, shall exchange such appropriate proprietary information, such data to include, but not be limited to, technical data, plans, financial and cost data, etc., (hereinafter referred to as "proprietary data") as is reasonably required for each to perform its obligations hereunder. The acceptable standard of care required of either the Contractor or the Subcontractor receiving proprietary data hereunder, to prevent disclosure thereof, will be the same standard normally used by the Contractor or the Subcontractor in protecting its own proprietary data against disclosure or a reasonable standard of care, whichever is greater. Notwithstanding the foregoing, neither the Contractor nor the Subcontractor shall be liable for disclosure or use of any such data if the same:

i. Is in the public domain at the time of disclosure, or is subsequently made available to the general public without restriction by the disclosing party; or

ii. After Disclosure hereunder, enters the public domain, other than information that entered the public domain by breach of this subcontract; or

iii. Is known to the receiving party at the time of disclosure without restrictions on its use or is independently developed by the receiving party, and there is adequate documentation to demonstrate either condition; or

iv. Is disclosed inadvertently despite the exercise of the same reasonable degree of care as such disclosing party ordinarily takes to preserve and safeguard its own proprietary information but not less than a reasonable degree of care; or

v. Is used or disclosed after three years from the completion date of this subcontract; or vi. Is expressly disclosed by one party on a non-restricted basis to the other; or vii. Is disclosed without restriction to the receiving party from a source other than the disclosing

party, and there is adequate documentation to demonstrate that it was lawfully developed or obtained by the disclosing party; or

viii. Disclosure is required by an authorized representative of the United States Government; or

ix. Is disclosed without authority by the United States Government.

B. If any portion of a party's proprietary information falls within any one of the above exceptions, the remainder shall continue to be subject to the foregoing prohibitions and restrictions.

C. This article shall survive the cancellation, expiration or termination of this subcontract.

13. CHANGES

FHIC reserves the right to make adjustments to the services to be provided within the general scope of this subcontract. If any change causes an increase or decrease in the cost of, or the time required for the performance of any part of the work, an equitable adjustment shall be made to the price or delivery schedule(s), or both, and this subcontract will be modified accordingly. The Subcontractor is not authorized to accept, negotiate, or make any change to the work to be performed without a formal signed modification to this subcontract. Costs for changes to the work ordered hereunder, including changes to the terms(s) of reference, accepted and performed by the Subcontractor outside of this subcontract, without such a signed modification, shall be the sole responsibility of the Subcontractor. Nothing in this article shall relieve the Subcontractor from proceeding without delay in the performance of this subcontract as so formally modified.

14. DISPUTES

The terms of this Agreement shall be governed by the laws of the Republic of Liberia. FHIC and Subcontractor agree that, in the event of a dispute between them arising from, concerning, or in any way related to this Agreement, or any subsequent modifications, the parties shall undertake good faith efforts to resolve the matter amicably and through informal means.

APPENDIX Q- SUBCONTRACT AGREEMENT

Confidential & Proprietary Page 5 of 14

15. STOP WORK ORDER FHI Clinical shall have the right to direct Subcontractor to stop all or any part of the work under this Agreement by sending a written stop work order to Subcontractor. Upon receipt of the order, Subcontractor shall immediately comply with its terms and take all reasonable steps to minimize incurring any costs allocable to the work covered by the order during the period of work stoppage. At the expiration of the work stoppage period, FHI Clinical shall either provide notice to Subcontractor to continue work or terminate this Agreement in accordance with its provisions. In the event notice is given to continue work, Subcontractor and FHI Clinical shall negotiate in good faith to reach agreement on any equitable adjustments to prices or delivery schedules for products and Services affected by the stop work order.

16. TERMINATION

A. TERMINATION FOR CONVENIENCE. FHIC reserves the right to terminate this subcontract, in whole or in part, for its own convenience upon ten (10) days written notice. In such an event, the parties shall attempt to reach a mutually agreeable settlement, taking into consideration all costs incurred by both parties as of the termination date. In such cases, the Subcontractor shall be paid the amount owing for the Services performed up to the date of termination.

B. TERMINATION FOR CAUSE. In addition, FHIC may terminate this subcontract without notice to the Subcontractor if:

i. the Subcontractor refuses or neglects to perform the work properly and diligently and is in breach of its obligations hereunder;

ii. the Subcontractor is in default in performance of the terms of this subcontract and fails to cure such default within a period of ten working days after receipt by the Subcontractor of a written notice from FHIC of such default.

iii. the Subcontractor acts or behaves in a manner which FHIC reasonably regards as professional misconduct; or

iv. the Subcontractor becomes insolvent or goes into liquidation or enters into any arrangement or composition with its creditors or any action is taken for the appointment of an official manager or receiver over the assets of the Subcontractor.

In the event this agreement is terminated for cause, Subcontractor agrees to reimburse FHI Clinical for its re-procurement costs.

17. LIQUIDATED DAMAGES

If, after 30-April-2021, the Subcontractor does not complete the full scope of work as outlined in Attachment A – Statement of Work, or if, prior to 30-April-2021, Subcontractor submits for acceptance incomplete or non-conforming work which is not accepted by FHI Clinical, the Subcontractor and FHI Clinical agree that the Subcontractor will be in default of its obligations hereunder and shall be subject to Liquidated Damages as identified in this clause.

Construction services provided by Subcontractor which are completed and accepted after 30-April-2021 shall be considered Late Deliveries. For each day construction services are late, Subcontractor shall pay FHI Clinical, as liquidated damages and not as a penalty, an amount equal to 1% of the value of this Subcontract per day.

Any such payments owed to FHI Clinical subject to this clause shall be made no later than the first business day of the calendar month next succeeding the month in which such day occurs. The parties agree that the only damages payable for a violation of the terms of this Agreement with respect to which liquidated damages are expressly provided shall be such liquidated damages. Nothing shall preclude FHI Clinical from pursuing or obtaining specific performance or other equitable relief with respect to this Agreement. The parties hereto agree that the liquidated damages provided for in this Section constitute a reasonable estimate of the damages that may be incurred by FHI Clinical by reason of the failure of the Construction Services to be completed in accordance with the provisions hereof.

APPENDIX Q- SUBCONTRACT AGREEMENT

Confidential & Proprietary Page 6 of 14

18. FORCE MAJEURE

A. Where the performance by the Subcontractor of its obligations under this subcontract is delayed, hindered or prevented by an event or events beyond the reasonable control of the Subcontractor and against which an experienced Subcontractor could not reasonably have been expected to take precautions, the Subcontractor shall promptly notify FHIC in writing, specifying the nature of the force majeure event and stating the anticipated delay in the performance of this subcontract.

B. Neither party shall be in default because of any delay or failure to perform under the terms of this Agreement if the failure arises from an occurrence or circumstance beyond the affected party’s reasonable control and without the fault or negligence of the affected party, such as, without limitation, acts of God or the public enemy, floods, fires, earthquakes, epidemics, strikes, embargoes, or unusually severe weather.

C. From the date of receipt of notice given in accordance with section (a) of this article, FHIC may, at its sole discretion, either suspend this subcontract for up to a period of 6 months ("the Suspension Period") or terminate this subcontract forthwith.

D. If by the end of the Suspension Period the parties have not agreed a further period of suspension or reinstatement of the subcontract, this subcontract shall terminate automatically.

19. INSURANCE During the term of this Agreement and for two (2) years after the expiration or earlier termination of this Agreement, Subcontractor shall maintain, at its sole cost and expense, obtain and maintain the following minimum insurance coverage and coverage limits: (1) Workers compensation insurance (or its local equivalent) as required by the laws of the

applicable jurisdiction, as well as employers’ liability coverage with minimum limits of $1,000,000 (or an equivalent value in local currency), covering all of Subcontractor’s employees who are engaged in any work under the Agreement; and any of the work is subcontracted, Subcontractor shall require the subcontractor to provide the same coverage for any of its employees engaged in any work under the Agreement;

(2) Commercial general liability coverage on a comprehensive broad form on an occurrence basis in the minimum amount of $1,000,000 (or the equivalent value in the local currency) combined single limit (where the defense is in excess of the limit of liability); and

(3) Automobile liability covering all owned, hired, and non-owned vehicles used in connection with

this Agreement, with a minimum combined single limit of $1,000,000 (or an equivalent value in local currency) bodily injury and property damage. Such insurance shall be obtained from financially sound and reputable companies that are authorized to provide such coverage in the applicable jurisdiction.

Subcontractor shall provide FHI Clinical with a certificate of insurance upon request. Subcontractor shall provide FHI Clinical with at least thirty (30) days prior written notice of any cancellation or expiration of the above-required insurance or any material change to such insurance that causes it to no longer comply with the provisions above. In no event shall the obligations set out in this section in any way limit or reduce any of either Party’s other obligations under this Agreement, including, without limitation, either Party’s indemnification obligations.

20. CONFLICT OF INTEREST

The Subcontractor warrants that:

A. To the best of its knowledge and belief, and except as otherwise disclosed, there are no relevant facts or circumstances that might indicate the existence of or give rise to actual or potential organizational conflicts of interest.

APPENDIX Q- SUBCONTRACT AGREEMENT

Confidential & Proprietary Page 7 of 14

Organizational conflict of interest, means that because of other activities or relationships with other persons, a person in unable or potentially unable to render impartial assistance or advice, or the person’s objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage.

B. The Subcontractor shall not engage in any personal, business or professional activity which conflicts or could conflict with any of their obligations in relation to this subcontract.

C. The Subcontractor shall notify FHIC immediately of any actual or potential conflict of interest together with recommendations as to how the conflict can be avoided.

21. INTELLECTUAL PROPERTY

A. All information and intellectual property rights including, but not limited to, inventions, discoveries, know-how, improvements, new indications, formulations, syntheses, uses, dosages, or drug administrations, copyrights, design rights, trade and service marks, trade/ business secrets, Patents, whether or not patentable, (collectively "Intellectual Property"} generated or arising directly or indirectly from the Services performed by and activities of Subcontractor shall be solely and exclusively owned by Subcontractor.

All Intellectual Property developed or conceived and/or reduced to practice solely by FHIC shall be owned exclusively by FHIC. Inventorship for Intellectual Property shall be determined in accordance with United States patent laws. All Intellectual Property owned by a Party as of the Effective Date ("Pre-ex isting Intellectual Property") is not affected by this Agreement, and no Party shall have any claims to or rights in any Pre-existing Intellectual Property of any other Party. In the event of any conflicts between this clause and FAR 52.227-11 Patent Rights – Ownership by the Contractor, the requirements in the FAR provision shall prevail.

B. This article shall survive the cancellation, expiration or termination of this subcontract.

22. REQUIRED CLIENT REGULATIONS

Subcontractor agrees to comply with all applicable requirements, specifications, and conditions of the Prime Contract as are, in turn, incorporated into this subcontract as Attachment C. In all such articles, the term “Contractor” shall mean the Subcontractor performing under this subcontract, the term “Contract” shall mean this subcontract, and the terms “Contracting Officer,” “Project Officer” and equivalent phrases shall mean FHIC’ Representative, as identified under Article 7 of this subcontract. In case of a conflict between any provision of this subcontract and any Prime Contract provision, the provision in this subcontract shall govern.

23. DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

Subcontractor certifies by acceptance of this agreement that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any U.S. Federal Government department of agency.

24. ASSIGNMENT AND SUBCONTRACTING

Subcontractor shall not assign, transfer or subcontract any of its rights, duties or obligations hereunder without FHIC’ express prior written permission.

25. SEVERABILITY

In the event that any term or provision of this subcontract shall be held to be invalid, void or unenforceable, then the remainder of this subcontract shall not be affected, impaired or invalidated, and each such term and provision of this subcontract shall be valid and enforceable to the fullest extent permitted by law.

26. ENTIRE AGREEMENT

This subcontract constitutes the entire agreement of the parties hereto and supersedes all prior and contemporaneous representations, proposals, discussions and communications, whether oral or in writing. This subcontract may be modified only in writing and shall be enforceable in

APPENDIX Q- SUBCONTRACT AGREEMENT

Confidential & Proprietary Page 8 of 14

accordance with its terms when signed by each of the parties hereto. This subcontract may be executed in multiple originals.

27. LANGUAGE OF AGREEMENT

In the event that this subcontract is translated into a language other than English, this English-language version with any and all modifications or amendments hereto shall remain the governing version.

28. HEADINGS AND ARTICLE TITLES

The headings and titles of this Subcontract are inserted only for convenience and shall not affect the interpretation or construction of any provisions.

AGREED AND ACCEPTED AS ABOVE

For FHI Clinical Inc. For Click or tap here to enter text. _Chris Mikaelian, AD Global Contracts & Procurement__ ________________________________ Print Name/Title Print Name/Title

___________________________________________ _________________________________

Authorized Signature/Date Authorized Signature/Date

APPENDIX Q- SUBCONTRACT AGREEMENT

Confidential & Proprietary Page 9 of 14

Attachment A – Statement of Work

Reserved

APPENDIX Q- SUBCONTRACT AGREEMENT

Confidential & Proprietary Page 10 of 14

Attachment B – Budget / Milestone Payment Schedule

Reserved

APPENDIX Q- SUBCONTRACT AGREEMENT

Confidential & Proprietary Page 11 of 14

Attachment C – Additional Terms and Conditions

Agreement These General Terms and Conditions (“GTCs”) and the accompanying purchase order or contractor agreement (including all statements of work, tasks orders, change orders, or other documents attached, issued or executed under the purchase order or contractor agreement) (collectively, the “Order”) comprise the entire agreement (“Agreement”) between FHI Clinical and Vendor regarding the purchase of goods (“Goods”) and/or services (”Services”) specified in the Order. This Agreement supersedes and replaces all prior written or oral agreements, negotiations, and understandings regarding such subject matter. Notwithstanding anything herein to the contrary, if a written contract signed by both parties is in existence that covers the sale of the Goods and Services covered by this Order, the terms and conditions of that contract shall prevail to the extent they are inconsistent with these GTCs.

Independent Contractor Relationship The relationship between the parties under this Agreement is that of independent contractors. Nothing in this Agreement shall be construed as creating any agency, partnership, joint venture, employment or fiduciary relationship between the parties and neither party shall have authority to contract for or bind the other party in any way.

Goods and Services Vendor shall supply the Goods and/or Services described on the Order in the quantities, at the prices, and on the delivery or performance dates specified in the Order, and in accordance with all terms of this Agreement. The quantity and quality of the Goods and Services shall conform in all respects to the requirements of the Order. Vendor shall perform all Services using personnel with the required skill, experience, and qualifications and in a professional and workmanlike manner in accordance with generally recognized industry standards for similar services, and shall devote adequate resources to meet its obligations under this Agreement.

Price and Terms of Payment The prices or rates specified in the Order are firm, fixed, and all-inclusive, covering performance of all of Vendor’s obligations pursuant to this Agreement, including but not limited to, delivery of Goods and successful performance of all Services; warranty-related costs and charges; packing; shipping, and any and all other costs and charges of whatever description or amount in connect with, necessary for, or resulting from Vendor’s required performance under this Agreement. Subject to any superseding terms on the face of the Order, Vendor shall invoice FHI Clinical at [email protected] to the Attn: FHI Clinical Finance Department and be paid upon completion/acceptance of the required supplies/services. Vendor shall be paid not later than thirty (30) days after FHI Clinical’s receipt of an acceptable invoice or FHI Clinical’s receipt of the completed products/services, together with any required documents. Inspection and Acceptance Vendor shall tender for acceptance only those Goods and Services that conform to the requirements of this Agreement. FHI Clinical has the right to inspect or test any Goods or Services that have been tendered for acceptance. Vendor shall provide immediate notice to FHI Clinical of any potential failure on the part of its suppliers or subcontractors to provide Goods or Services required hereunder. Vendor is responsible for any deficiency on the part of its suppliers. Final inspection and acceptance by FHI Clinical shall be conclusive except for latent defects, fraud, or for any rights provided by any product warranty.

Warranties All Goods delivered hereunder shall be covered by the manufacturer’s standard international warranty in favor of FHI Clinical. In addition, Vendor warrants that the Goods and Services hereunder are merchantable and fit for use for the particular purpose described in this Agreement. Vendor also expressly warrants that all Goods and Services under this Agreement conform to Agreement requirements.

Confidential and Proprietary Information

APPENDIX Q- SUBCONTRACT AGREEMENT

Confidential & Proprietary Page 12 of 14

Vendor shall treat all non-public, confidential or proprietary information disclosed by FHI Clinical to Vendor in connection with this Agreement as confidential, whether disclosed orally or disclosed or accessed in written, electronic, or other form or media, and whether or not marked or identified as confidential. Vendor shall not disclose any such information to any other person, or use such information itself for any purpose other than performance of its obligation under this Agreement. Vendor shall exercise the same degree of care to avoid the unauthorized use or disclosure of FHI Clinical’s confidential information as it affords to its own confidential information. Vendor agrees to execute FHI Clinical’s standard Non-Disclosure Agreement upon request.

Term The Term of this Agreement begins on the date specified on the Order.

Insurance Vendor shall, at its sole cost and expense, obtain and maintain the following minimum insurance coverage and coverage limits: (1) workers compensation insurance (or its local equivalent) as required by the laws of the applicable jurisdiction (Republic of Liberia), as well as employers’ liability coverage with minimum limits of $1,000,000 (or an equivalent value in local currency), covering all of Vendor’s employees who are engaged in any work under the Agreement; and any of the work is subcontracted, Vendor shall require the subcontractor to provide the same coverage for any of its employees engaged in any work under the Agreement; (2) commercial general liability coverage on a comprehensive broad form on an occurrence basis in the minimum amount of $1,000,000 (or the equivalent value in the local currency) combined single limit (where the defense is in excess of the limit of liability); and (3) automobile liability covering all owned, hired, and non-owned vehicles used in connection with this Agreement, with a minimum combined single limit of $1,000,000 (or an equivalent value in local currency) bodily injury and property damage. Such insurance shall be obtained from financially sound and reputable companies that are authorized to provide such coverage in the applicable jurisdiction. At FHI Clinical’s request, Vendor shall provide certificates of insurance evidencing the coverage required in this section.

Liability Vendor shall indemnify, defend, and hold harmless FHI Clinical and its officers, directors, employees, agents, affiliates, successors, and assigns (collectively, “Indemnified Parties”) against any and all losses, damages, liabilities, deficiencies, claims, actions, judgments, settlements, interest, awards, penalties, fines, costs, or expenses of any kind, including reasonable attorneys’ fees and the cost of enforcing any right to indemnification hereunder (collectively, “Losses”) arising out of, resulting from, or related in any way to the Goods and/or Services or performance under this Agreement By Vendor, Vendor’s employees, or Vendor’s suppliers, sub-vendors or subcontractors. In no event shall FHI Clinical be liable to Vendor for special, incidental, consequential, or punitive damages.

Survival Provisions of this Agreement which by their nature should apply beyond the term will remain in force after any termination of expiration of this Agreement, including but not limited to, the provisions regarding Confidential and Proprietary Information, Warranties, Insurance, and Liability, shall survive and continue after any termination or expiration of this Agreement. Assignment and Subcontracting Vendor shall not assign or subcontract any portion of its rights, duties, or obligations under this Agreement without FHI Clinical’s prior written consent. Vendor shall remain fully responsible and liable for full performance of all obligations under this Agreement.

Controlling Language If a non-English version of this Agreement has been provided, it is for convenience only. This Agreement 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 Agreement. In the event of any discrepancies between the two, the English version shall control in all respects. Unless otherwise specified on the Order or in writing by FHI Clinical, all notices, communications, deliverables, and other exchanges between the parties in connection with Vendor’s performance of this Agreement shall be in the English language.

Non-waiver

APPENDIX Q- SUBCONTRACT AGREEMENT

Confidential & Proprietary Page 13 of 14

FHI Clinical’s failure to insist upon the performance of any of the terms, covenants, or conditions of this Agreement or to exercise any right hereunder shall not be construed as a waiver of future performance of any such term, covenant, or condition or the future exercise of such right.

Severability If any provision of this Agreement is determined by a court of competent jurisdiction to be invalid or unenforceable, the remaining provisions shall continue in full force and effect as if the Agreement had been executed with the affected provision(s) eliminated.

No Third-Party Beneficiaries This Agreement is for the sole benefit of the parties hereto and their respective successors and permitted assigns and nothing herein confers upon any other person or entity any legal or equitable right or remedy of any nature. Compliance with Law Vendor’s performance of work hereunder and all products to be delivered hereunder shall be in accordance with any and all applicable local laws and ordinances, and rules, orders, requirements and regulations. Otherwise agreed, governing law shall be that of the Republic of Liberia.

Organizational Conflicts of Interest The Vendor warrants that, to the best of its knowledge and belief, and except as otherwise disclosed, there are no relevant facts or circumstances that might indicate the existence of or give rise to actual or potential organizational conflicts of interest. Organizational conflict of interest, means that because of other activities or relationships with other persons, a person in unable or potentially unable to render impartial assistance or advice, or the person’s objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage. Debarment, Suspension, Ineligibility, and Voluntary Exclusion Vendor certifies by acceptance of this agreement that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Agency of the government of Liberia.

Drug Trafficking FHI Clinical reserve the right to terminate this purchase order/subcontract to demand a refund or take other appropriate measures if the vendor is found to have been convicted of a narcotics offense or to have been engaged in drug trafficking as defined in 22 CFR Part 140.

Terrorism E.O. 13224 Vendor agrees and certifies to take all necessary actions to comply with Executive Order No. 13224 on Terrorist Financing; blocking and prohibiting transactions with persons who commit, threaten to commit, or support terrorism. Vendor is required to obtain the updated lists at the time of procurement of goods or services. The updated lists are available at: https://www.treasury.gov/resource-center/sanctions/SDN-List/Pages/default.aspx and https://www.un.org/sc/suborg/en/sanctions/un-sc-consolidated-list

Gratuities This agreement shall be terminated for cause in accordance with section 11 above should it be determined by FHI Clinical that Vendor offered or gave a gratuity (e.g. entertainment, gift, services or money) to any FHI Clinical employee or other persons responsible for or connected to those responsible for the decision to award this agreement or the acceptance of performance under this agreement and that gratuity was intended to obtain this award or favorable treatment during performance of the award.

Confidentiality Agreements

APPENDIX Q- SUBCONTRACT AGREEMENT

Confidential & Proprietary Page 14 of 14

Vendor agrees that it will not require its employees or subcontractors to enter into confidentiality agreements which would restrict or prohibit such employees or subcontractors from lawfully reporting fraud, waste or abuse to FHI Clinical or representatives of an appropriate law enforcement agency of the US Government. Vendor further agrees that it will notify any employees or subcontractors, who may have executed non-disclosure agreements containing such prohibitions, that those prohibitions and restrictions are no longer in effect. Failure to comply with this clause may result in sanctions up to and including termination of the agreement. Foreign Corrupt Practices Act The anti-bribery provisions of the Foreign Corrupt Practices Act of 1977 makes it unlawful for U.S. companies, as well as their officers, directors, employees, and agents, to corruptly offer or make a corrupt payment of money or anything of value to a foreign official for the purpose of obtaining or retaining business. Vendor acknowledges and understands that he/she understands and agrees that it shall be unlawful for the Vendor to pay, offer, promise to pay (or authorize to pay or offer) money or anything of value to a foreign official in order to assist FHI Clinical in obtaining or retaining business for or with, or directing business to, FHI Clinical. A "foreign official" means any officer or employee of a foreign government, a public international organization, or any department or agency thereof, or any person acting in an official capacity.

Combating Trafficking in Persons FHI Clinical has adopted a zero tolerance policy regarding trafficking in persons. Vendor and its employees shall not: (1) Engage in severe forms of trafficking in persons during the period of performance of this Agreement; (2) Procure commercial sex acts during the period of performance of this Agreement; or (3) Use forced labor in the performance of this Agreement. Vendor shall notify its employees of this zero tolerance policy, the actions that will be taken against employees for violations of this policy and take appropriate action, up to and including termination, against employees or subcontractors that violate this policy.

Other Contract Clauses 1) For this Attachment, where applicable, replace references to the US Government with “FHI Clinical,” “Contracting Officer” with “FHI Clinical Contracts Manager”, and “Contractor” with “Subcontractor.” 2) The clauses below are hereby incorporated by reference with the same force and effect as if they were included in full text. 3. Full text versions of these clauses may be found at https://acquisition.gov/

• FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (July 2018)

• FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)

• FAR 52.222-50 Combating Trafficking in Persons, Alt 1 (Jan 2019)

FHI Clinical Inc. Confidential & Proprietary

Page 1

RATINGS Please answer each of the following questions with a rating that is based on objective measurable performance indicators to the maximum extent possible. Commentary to support rating may be noted at the end of the questionnaire under ‘additional comments. Assign each area a rating of 0 (Unsatisfactory), 1 (Poor), 2 (Fair), 3 (Good), 4 (Excellent) or 5 (Outstanding). Use the attached Rating Guidelines as guidance in making these evaluations. If you do not have enough personal knowledge or feedback from internal customers who directly received products and services from the contractor to make a determination on any of the performance criteria below, please circle “N/A” (not applicable /no opinion). QUALITY OF SERVICE (Rate 1 thru 5, or N/A)

Criteria Rating Compliance with contract requirements Accuracy of Reports Effectiveness of Personnel Technical Excellence

Appendix R - PAST PERFORMANCE QUESTIONNAIRE

Please complete the following questionnaire and return via e-mail to the attention of:[email protected]

This survey pertains to: (VENDOR NAME)

Date of Survey:

Name of Person Completing Survey:

Signature of Person Completing Survey:

Your Company/Agency:

Your Role in this Contract (circle one): Customer Vendor

Contract Value: $

Performance Period: to

Type of Contract:

General description of products/services required under the contract:

FHI Clinical Inc. Confidential & Proprietary

Page 2

COST CONTROL

Criteria Rating

Record of forecasting and controlling costs

Current, accurate and complete billings

Cost Efficiencies TIMELINESS OF PERFORMANCE

Criteria Rating Met interim milestones Vendor Reliability Responsive to technical direction Completed on time Liquidated damages assessed: (Yes or No)

BUSINESS RELATIONS

Criteria Rating Effective management, including subcontracts Reasonable/cooperative behavior Responsive to contract requirements

Notification of problems Flexibility Proactive identifies problems / issues and proposes resolutions

CUSTOMER SATISFACTION

Criteria Rating Committed to customer satisfaction (Yes or No) Would you use this firm again? (Yes or No)

ADDITIONAL COMMENTS:

Past Performance Rating Guidelines

Rating Quality of Product or

Service Cost Control

Timeliness of

Performance Business Relations

0 – Not Satisfactory

Contractor is not in compliance and is jeopardizing achievement of contract objectives

Contractor is unable to manage costs effectively

Contractor delays are jeopardizing performance of contract objectives

Response to inquiries, technical/service/ administrative issues are not effective

1 – Poor Major problems have been encountered

Contractor is having major difficulty in managing costs effectively

Contractor is having major difficulty meeting milestones and delivery schedules

Response to inquiries, technical/service/ administrative issues are marginally effective

2 – Fair Some problems have been encountered

Contractor is having some problems in managing costs effectively

Contractor is having some problems meeting milestones and delivery schedules

Response to inquiries, technical/service/ administrative issues are somewhat effective

3 – Good Minor inefficiencies/errors have been identified

Contractor is usually effective in managing costs

Contractor is usually effective in meeting milestones and delivery schedules

Response to inquiries, technical/service/ administrative issues are usually effective

4 – Excellent Contractor is in compliance with contract requirements and/or delivers quality products and services

Contractor is effective

in managing costs and submits current, accurate and complete billings

Contractor is effective in meeting milestones and delivery schedules

Response to inquiries, technical/service/

administrative issues are effective

5 – Outstanding: The contractor has demonstrated an outstanding performance level in any of the above four categories that justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances when contractor performance clearly exceeds the performance levels described as “Excellent”.

FHI Clinical Inc.Confidential & Proprietary

Page 3