tender principal consultant services for proposed new ... · principal consultant services for...

17
Tender Principal Consultant Services For Proposed New Building at Fiji National University, Naceva Campus, Lautoka

Upload: votu

Post on 04-Apr-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

Tender

Principal Consultant Services

For

Proposed New Building at Fiji

National University, Naceva

Campus, Lautoka

INSTRUCTION TO TENDERERS

1. BIDDERS are requested to read carefully the contents of the document.

2. BIDDERS are to complete the tender and provide all the related documents

information in sufficient detail. The complete tender application forms must be

prepared, submitted in original.

3. All documents must be in English language and each of the tender application must

be duly completed

4. All Bidders will be informed accordingly after finalization of tender decision. The

BIDDERS hereby acknowledge and agree that FNU will not be obliged to discuss any

aspect of the tender process.

5. BIDDERS should note clearly the dead line submittal of the tender application. No late

or delayed applications will be accepted. BIDDERS are reminded that no

supplementary material will be entertained by FNU after the close of submission.

However FNU may, if necessary, at its sole discretion ask for any clarification

regarding the submitted tender and/or related documents.

6. All the Bidders including those who have tendered are requested to get in touch with

procurements office, for all updates on the tender such as addendums/corrigendum,

postponement of tender schedules etc.

Requirements Conditions

1. Bidder is to provide detail company profile 2. Bidder is to provide company registration 3. Bidder is to provide public liability. 4. Bidder is to provide capability statements 5. Bidder to provide methodology & work program. 6. Bidder is to provide Tax Compliance certificate. 7. Bidder is to provide Tin number 8. Bidder is to provide Memorandum of Association. 9. Bidder is to provide Membership of Relevant Professionals organisation. 10. Bidder is to provide Public Indemnity Cover 11. Bidder is to provide CV of key personnel that will be engaged for this project. 12. Bidder is to provide relevant work experience for the firm and individual in the

past 5 years. 13. Bidder is to provide 3 recent reference from client. 14. Bidder is to provide commitment statement to indicate the ability to undertake

and deliver this project within the project timeline indicated in the tender.

A. TENDER PRICE BID FORM

Re: Tender for Fiji National University:

Principal Consultant Services for Proposed New Building at Fiji National University, Naceva Campus, Lautoka.

We have pleasure in submitting our Price Bid for the above project in accordance with

scope prepared by Fiji National University.

Tender Price

The tender sum below shall change subject to the requirements of this Project.

No Description Price (FJD VIP)

1 Architectural Design and tender Documentation

2 Services Design and Tender Documentation

3 Structural and Civil Design and Tender Documentation

4 Tender Evaluation

5 Construction Supervision

i) Project Management – Design, Tender, Construction, handover and DLP Stages

ii) Services Supervision

iii) Structural & Civil Supervision

6 Surveys & Studies

i) Topographical Survey and Mapping

ii) Geotechnical Studies and Report

iii) Environmental Impact Assessment

iv) Any other Studies: (Please Specify if Any)

7 Any other item not list above: (Please Specify)

8. Total

(Total Figure in Words)

________________________________________________________________

________________________________________________________________

Contract Duration: The bidder is required to confirm to the Project Deliverables,

milestones and its terms of submission. If the bidder is proposing for alternative durations,

they shall indicate respectively items 5.3 and 5.6.

________________________________________________________________

Consultant: ______________________ Signed: _________________

Address:

________________________________________________________________

Witness: _______________ Signed: _________________

B. TECHNICAL SPECIFICATION

1.0 EXECUTIVE SUMMARY

NTPC has been renting the Marine Drive Centre from March 2014 after the unfortunate fire

occurrence on 30 November 2013.

The cost per annum alone is in the tune of $39, 240.00. Also considering the Centre’s utilities

for Naceva and Marine together with transportation for meeting for our core business

operations. In our effort to manage these costs, construction of a new building to cater for

Marine Drive Center at Naceva is planned for completion by December 2018 so that the

Lautoka operations are consolidated at Naceva wef January 2019. The new buildings will have:

1. 4 Computer labs for effective trainings and will solve problem of sharing PCs 2. 9 Training rooms with partitions which could be converted as lecture theatre for large

capacity events management for NTPC Western and for new and developed programs for future demands by the industry

3. A Sick Bay and a Feeding Bay considering the young mothers who will be bearing children and also reporting to work

4. General office for all technical staff under one roof whereby they feel confortable and environmentally friendly to conduct their respective trainings effectively and efficiently

5. A boardroom for meetings that will be conducted with multimedia projection 6. Students & staff recreation/seating areas & playground. 7. Site for the students/staff new cafeteria with proper eating facilities. 8. Car parking area for staff/customers and landscaping to make it a green campus. 9. The new building, training rooms, workshops to match the industry standards and to be

the state- of- the- art- facilities to showcase to our industry. 10. The new building will have future allowance to be able to build upwards if the demand

is going to rise. (please discuss with DNTPC as the structure will change for future allowance)

11. Access road beside the FEA substations or through the government quarters 12. A storage room to maintain archives for ISO standards 13. A server room for security purposes and IT Office 14. Adequate toilets, washrooms and changing rooms for students and staffs 15. A library is a must for students and staff research work/publications and for professional

development 16. A separate Finance Office as the Finance Officer deals with cash 17. A separate office for Manager/DNTPC 18. An adequate space in the reception area for customers with standard chairs and

mounted TV for waiting customers in the queue.

2.0 SCOPE OF WORK

The university is seeking for the services of reputable Principal Consultant firm for consultancy services for development works of Proposed New Building at Existing Partially Burnt Block A at Fiji National University, Naceva Campus, Lautoka.

2.1 The key outputs of the project are as follows: 2.1.1. Concept Designs, Cost Estimates based on market analysis

2.1.2. Detailed Designs, BoQ, Bid Documents and Cost Estimates based on market

analysis

2.1.3. Assist the FNU with the selection of a qualified contractor/s to construct the

new proposed building.

2.1.4. Supervision of the construction, reporting of the progress of works and

certification of the completed works

2.1.5. Facilitate local authority approvals and submit to FNU with proper handover

documentation.

2.1.6. Management during the Defects Liability Period (DLP)

2.2. The scope of services of the Consulting Firm will include but not necessarily be

limited to the following:

2.2.1. Review and verify all available primary and secondary data and concept

collected or made available by FNU to be able to prepare concept designs,

detailed designs, BoQ, Bid Documents and Cost Estimates for the

procurement and construction stages;

2.2.2. Carry out feasibility studies including all the required engineering surveys and

investigations such as topographical surveys, geo-technical investigation,

construction material survey, identification of underground utilities, etc. as

applicable to the project. All surveys and investigations shall be accurate and

plotted for the review of the FNU. The feasibility studies will include the

environmental assessment for the project, if required. The cost of this shall be

allowed by the bidder, if this will not be used, it will be deducted from the

contract sum.

2.2.3. Prepare detailed work plan, progress reports and implementation schedule for

the project to ensure effective monitoring and timely project outputs, and

regularly update the same;

2.2.4. Prepare the engineering designs of the project in sufficient detail to ensure

clarity and understanding by all stakeholders. All the design should be in

conformity with international building standards and all other relevant

ordinances, regulations, by-laws of Fiji, etc. as may be applicable.

2.2.5. The detailed designs will, as a minimum, include tender and construction level

drawings, detailed cost estimates, necessary calculations to determine and

justify the engineering details for project, associated contract documentation

to include condition of particular applications, detailed specifications,

engineering drawings, BoQ, implementation schedule, and any other relevant

detail necessary for effective project implementation. The technical

specifications should be in accordance with the relevant FNU specification or

the best international practices and should be prepared to achieve the highest

standards of quality. For adopting market rates for the detailed cost estimates,

proper current market rate/prices analysis should be carried out. Tender

Documentation and Contract must be in compliance to AS4000 – 2007.

Construction drawings should be prepared with sufficient details to permit

contractors to carry out construction work effectively, unambiguously and with

the highest standards of quality;

2.2.6. Carry out contract administration requirements such as measurement of

works, certification and payment of the contractor’s bills, release of retention

money, approval of variation as per FNU policies, time extension and

contractor’s claim, issue of completion certificate, financial closure of contract,

management during the DLP and any other contract administration

requirement;

2.2.7. Support the FNU in preparation of bid documents using FNU standard bidding

document template. The bid documents will include the environmental

management plan(s) from the approved environmental assessment(s) which

have been updated based on detailed design;

2.2.8. Assist the FNU in issuing invitation for bids, addendum/corrigendum, and

clarifications to the bidders’ queries, pre-bid meeting/s, receiving of bids and

evaluation, award of contract, signing of contract and compilation of the

signed contract documents including construction drawings. Assist the FNU

in reviewing and approving the contractor’s construction environment

management plan (CEMP) prior to commencement of physical works;

2.2.9. Assist FNU in assessing compliance of contract specific bank guarantees,

insurances and advise FNU on the expiry, renewal and forfeiting of the same

when and where necessary;

2.2.10. Assist the FNU to set the indicators for the baseline on the project and provide

essential information during design and construction phase, such as capital

cost per GFA, space efficiency, express total useable floor area, total water

consumption per year, total electricity consumption per year, total CO2 output

per year, etc.

2.2.11. Carry out financial due diligence and also an assessment of the capacity of

FNU for maintaining the new facilities in good working order for its economic

life; and

2.2.12. Carry out any other project-related services as deemed necessary and

required by FNU.

3.0 DESIGN PHASE

The Scope of Services of the Consultant Firm will include but not necessarily be limited to the

following:

3.1. Detailed Design of Campus Buildings, and Infrastructure

3.1.1. The Consultant Firm will ensure detailed designs are based on the Concept

Design provided by FNU and at all times conform to international building

standards and all other relevant ordinances, regulations, by-laws of Fiji, etc.

as may be applicable.

3.1.2. Drawings & Technical Scope (architectural, civil, structural, electrical (incl.

Solar PV system), Mechanical, Hydraulics, Fire, Communications & Data and

others as required). The drawings shall include car parks, pavements,

drainage and landscape adjacent to the project site.

3.1.3. Furniture Design/Specifications

3.1.4. All works will be designed with cost estimates based on market analysis and

be within the financing envelope set for the project.

3.1.5. Particular consideration should be given in the detailed design to the:

- Sustainable Development using “Green Campus” Principles, efficient and

cost effective operations;

- Cyclone Certification;

- Allowance for Solar PV Installation on Roofs;

- Provision for water storage/ water tanks to harvest rain water for campus

needs;

- Modern Teaching & Learning Space Designs that prioritizes quality,

maximizes utilization and provides flexibility over time to meet changing

pedagogical needs;

- Ensuring Life Cycle Cost Assessments to identify the most cost effective

solutions considering the local context and availability of maintenance

support;

- Provision for disabled persons;

- Provision of backup power to priority infrastructure and campuses services

3.2. Details of Surveys and Studies

3.2.1. Topographical Survey and Mapping - The Consulting Firm shall use the

existing Topographical survey plan supplied by FNU and make necessary

changes if required. The consulting Firm shall confirm existing topography on

site, road details, drainage, power lines, telecommunication lines, water

supply lines, sewer lines, building details for the project site.

3.2.2. Geotechnical Survey - The Consulting Firm will subcontract geotechnical

investigation services to a recognized and experienced firm for geotechnical

investigation to prepare a comprehensive Foundation Engineering Report

covering inter alia but not limited to: type of foundation (deep foundation vs.

shallow foundation, etc.), determination of maximum allowable foundation soil

contact pressure, and foundation structure design.

3.2.3. The payments for surveys, investigations and studies will be paid through

respective items in the Consultant Firm’s budget. The Consulting firm is

required to include the cost for all the surveys and other studies not mentioned

herein. The FNU may request detailed estimates for each survey and study

during contract negotiations.

4.0 CONSTRUCTION PHASE

The Scope of Services of the Consultant Firm will include but not necessarily be limited to the

following:

4.1. Regularly undertake project site inspections, oversee contractor’s works and guide the

contractor on the activities and works, and provide concrete suggestions to FNU for

improvement if required;

4.2. Ensure weekly site meetings are held with key site personnel, contractors on the ground

and report on these to FNU in an agreed format.

4.3. Undertake quality assurance tests on building materials and structural materials used in

construction for compliance with specifications and standards;

4.4. Regularly monitor contractor’s environmental management plans on the subprojects;

4.5. Provide all necessary support to the FNU in communicating with and monthly reporting

to all relevant authorities such as relevant ministries and government bodies, and all other

relevant stakeholders as required by the FNU; and

4.6. Provide required certification including those from local authorities via the construction

firm, and provide final certification upon completion in all trades.

5. INPUTS AND OUTPUTS OF THE CONSULTANT FIRM

The Consultant Firm will provide inputs to and outputs from both the design and construction

phases of the project.

5.1. Design Phase Inputs. The Consultant Firm will provide the following team members but

not limited to:

5.1.1. Project Manager/ Team Leader & Architect;

5.1.2. Structural Design Engineer;

5.1.3. Civil Engineer;

5.1.4. Electrical Engineer;

5.1.5. Mechanical Engineer;

5.1.6. Quantity Surveyor;

5.1.7. Solar PV Specialist;

5.1.8. Telecommunications Specialist;

5.1.9. Any other whose services may deemed necessary.

5.2. Design Phase Outputs. The Consultant Firm shall produce the following outputs for the

design phase:

5.2.1. Attend to Design Brief meeting, and provide Preliminary Design Report which will

include revised concept drawings with cost estimates within 2 weeks after award.

5.2.2. Brief fortnightly progress reports in an agreed format with FNU.

5.2.3. Draft Final design report within 6 weeks from award of contract, which will include

all necessary surveys and engineering investigations, BOQ, and cost estimates

5.2.4. Final designs documentation, technical specifications, BOQ, cost estimates, Bid

Documentation to FNU Procurement Guidelines (FNU will carry out the tender

process) within 1 week of comments from FNU on the draft final design report;

5.3. Design Phase Milestones

Milestones Terms of Submission

Award of Contract and Design Brief Start

Preliminary Design Report 2 weeks after award

Draft Design Report 6 weeks after award

Final Design Report & Bid Documents Within 1 week of comments from

client on Draft Design Report

5.4. Construction Phase Inputs. The Consultant Firm for construction phase activities shall

consist of members as follows but not limited to:

5.4.1. Project Manager/Team Leader & Architect;

5.4.2. Structural and Civil Engineer;

5.4.3. Building Services Engineer;

5.5. Construction Phase Outputs. The Consultant Firm shall produce the following outputs

for the construction phase;

5.5.1. Complete Bid evaluation reports (technical and financial) for all proposed works

contracts within 2 weeks from the close of Tender for all civil works;

5.5.2. Manage the mobilization of contractor for major civil works

5.5.3. Supervise construction works carried out by the contractor/s in accordance with

design documentation & technical specifications, contract specifications and FNU

conditions of contract;

5.5.4. Monitoring of contractor compliance with the approved construction environmental

monitoring plan (CEMP);

5.5.5. Fortnightly and Monthly project progress reports in an agreed format with FNU;

5.5.6. Assess contractor’s claims and prepare and submit interim and final payment

certificates to FNU for payment together with necessary supporting documents;

5.5.7. Provide practical completion report in an agreed format 2 week after physical

completion of the project;

5.5.8. Update/revise and provide FNU “As-Built Drawings” under the scope of works;

5.5.9. Provide Project completion report and all practical completion certification,

manuals and drawings 2 Weeks after receiving the comments on the practical

completion report from the FNU;

5.5.10. An asset management plan with annual expenditure forecast for routine and cyclic

maintenance of the new facilities within 1 month of physical completion of the works;

5.5.11. Monitoring, Assessment and Sign off of repairs during the Defects Liability Period;

and

5.5.12. Defects liability period report and final completion certification at the end of the

defects liability period.

5.6. Construction Phase Milestones

Milestones Terms of Submission

Tender Period 4 weeks

Tender Evaluation 2 weeks from close of

tender

Civil Works Contract Signing

3 weeks from completion of tender

evaluation

Mobilization Complete 1 week from contract

signing

Construction Supervision Period 7 months

Final Completion Report and Certification

Within 2 weeks of physical works

completion

Defects Liability Period Report

Following Final Completion Reports&

Certification

6.0 CONSULTANT FIRM TEAM COMPOSITION AND TERMS OF REFERENCE

The consulting firm must provide the following:

6.1. Key personnel and other relevant team members should have relevant Qualification and extensive experience in the relevant fields

6.2. The team leader and Project manager shall have at least 5-8 years of Project management experience in similar scale projects

6.3. Past Projects with project value 6.4. Organisation Structure and company profile, if there is a joint venture, provide

their company profile and structure as well.

draw

ing

sche

dule

FNU NACEVA CAMPUS, LAUTOKARENOVATION & EXTENSION TO EXISTING PARTIALLY

BURNT BLOCK A - CONCEPT 2

::

:DESIGN

DRAWN

DATE

CONCEPT ISSUE

16/03/16

PAUL

PAUL

DEPARTMENT OF PROPERTIES & FACILITIESPrincess Road, Samabula, Fiji. P. O. Box 3722, Samabula.

Tel: (679) 338 1044 Fax: (679) 337 0375, www.fnu.ac.fj

FIJI NATIONAL UNIVERSITY

ARCHITECTURAL DRAWINGS

A01 - EXISTING SITE PLAN

A02 - PROPOSED SITE PLAN

A03 - EXISTING FLOOR PLAN

A04 - PROPOSED FLOOR PLAN

DESCRIPTION

LM

AS SHOWN

DATEBYREV.

DRAWING No:

PROJECT No:

DRAFTING CHECK:DRAFTED:

DESIGNED:

SCALE:

BE PROVEN ON JOB BY THE CONTRACTOR. ARE APPROXIMATE ONLY AND THEIR EXACT POSITION SHALL

ON JOB PRIOR TO STARTING WORKS AND SHALL IMMEDIATELY NOTIFY THE ENGINEER/ ARCHITECT OF ANY DISCREPANCIES.WARNING : THE LOCATION OF UNDERGROUND SERVICES

THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS ON

DRAFT 11/07/2015LM-

SHEET TITLE:PROJECT: DESIGN CHECK:

A01REVISION:

-

LM LM

LM

DEPARTMENT OF PROPERTIES & FACILITIESPrincess Road, Samabula, Fiji. P. O. Box 3722, Samabula.

Tel: (679) 338 1044 Fax: (679) 337 0375, www.fnu.ac.fj

FIJI NATIONAL UNIVERSITY FNU NACEVA CAMPUS, LAUTOKARENOVATION & EXTENSION TO EXISTING

PARTIALLY BURNT A-BLOCKEXISTING SITE LAYOUT

PLAN- CONCEPT 2

CONCEPT ISSUE84 560 boundary line

35 270 boundary line

25 930 boundary line

84 6

50 b

ound

ary

line

35 47

0 boundary lin

e

86 670 boundary line

69 5

90 b

ound

ary

line

27 0

00 b

ound

ary

line

Drainage Reserve 2m wide

Drainage

Reserve 2m

wide

Drainage Reserve 2m wide

Dra

inag

e R

eser

ve 2

m w

ide

Dra

sa A

ve

Nac

eva

Stre

et

28 240 boundary line

LOCALITY PLANN.T.S

SUBJECT AREA

Existing Workshop

SUBJECT BUILDING

MainEntry / Exit

Existing Garage

win

ter

sun

SE b

reez

esu

mm

ersu

n

N

Legal Description Lot :01Plan :SO5203Tikina :VitogoArea :1.4081ha

1952

4448

7

18729

2450 15963

4623

4

5121

6

Existing QuartersBlock

Existing QuartersBlock

Existing Carpark

Plumbing tower

ExistingWashroom

Existing Garage

DESCRIPTION

-

AS SHOWN

DATEBYREV.

DRAWING No:

PROJECT No:

DRAFTING CHECK:DRAFTED:

DESIGNED:

SCALE:

BE PROVEN ON JOB BY THE CONTRACTOR.

ARE APPROXIMATE ONLY AND THEIR EXACT POSITION SHALL

ON JOB PRIOR TO STARTING WORKS AND SHALL IMMEDIATELY

NOTIFY THE CLIENT OF ANY DISCREPANCIES.

WARNING : THE LOCATION OF UNDERGROUND SERVICES

THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS ON

DRAFT ---

SHEET TITLE:PROJECT:

DESIGN CHECK:

REVISION:

FIJI NATIONAL UNIVERSITYFNU

L.M

-L.M

A02

CONCEPT ISSUE

PROPOSED SITE PLANCONCEPT 2

FNU NACEVA CAMPUS, LAUTOKARENOVATION & EXTENSION TO EXISTING

PARTIALLY BURNT BLOCK A @

01

RAM

P UP

84

6

50

b

ou

nd

ary lin

e

ReceptionA

rea

PASSA

GE

Staff Office

Male

washroom

Female

washroom

CO

MPUTER

LAB 1

TUTORIA

LRO

OM

1TUTO

RIAL

ROO

M 2

TUTORIA

LRO

OM

3

TUTORIA

LRO

OM

4TUTO

RIAL

ROO

M 5

TUTORIA

LRO

OM

6TUTO

RIAL

ROO

M 7

TUTORIA

LRO

OM

8O

PEN A

REA

TUTORIA

LRO

OM

11TUTO

RIAL

ROO

M 12

TUTORIA

LRO

OM

13TUTO

RIAL

ROO

M 14

TUTORIA

LRO

OM

15

PASSA

GE

Front entryRear entry

Fire Exit

Fire Exit

Fire Exit

Fire ExitFire Exit

Fire Exit

WA

LKWA

Y

WALKWAY

TUTORIA

LRO

OM

10

Fire Exit

PORTE C

OC

HERE

Office entry

TUTORIA

LRO

OM

9

WALKWAY

Fire Exit

84 560 b

o

u

n

d

ary lin

e

25 930 b

ou

nd

ary lin

e

8

6

6

7

0

b

o

u

n

d

a

r

y

lin

e

6

9

5

9

0

b

o

u

n

d

a

r

y

lin

e

2

7

0

0

0

b

o

u

n

d

a

r

y

lin

e

D

rain

age R

eserve 2m

w

ide

Drainage R

eserve 2m

w

ide

D

ra

in

a

g

e

R

e

s

e

rv

e

2

m

w

id

e

Dravuni St

Naceva S

treet

28 240 boundary line

Existing Workshop

Plumbing tower

MAIN ENTRY

3

5

4

7

0

b

o

u

n

d

a

r

y

l

i

n

e

ExistingSecuruty Booth

PROPOSED BUILDING

FLOOR AREA = 940sq.m

PROPOSED SITE PLAN - CONCEPT 2SCALE 1:500

2

0

8

3

3

3

9

2

1

0

1952

15963

1

2

7

8

2

7600

Existing Quarters

Existing Quarters

Existing Workshop

Existing Washroom

57

01

0

Existing Garage

Existing C

arpark

PROPOSED CAR PARK

TOTAL AREA = 238.135sq.m

Existing C

arpark

Slope

BOARDROOMFloor Area = 23sqm

MANAGERFloor Area = 17sqm

RECEPTION

CLASSROOM 3Floor Area = 69sqm

THEATRE HALLFloor Area = 138sqm

CLASSROOMFloor Area = 51sqm

OFFICEFloor Area = 18sqm

COMPUTER LABFloor Area = 43sqm CLASSROOM 4

Floor Area = 43sqm

STORESFloor Area = 9sqm

KITCHENFloor Area = 23sqm

FOYERFloor Area = 31sqm

MENS W/CFloor Area = 12sqm

W/CFloor Area = 8sqm

PASSAGEPASSAGE

PORTECOCHERE

4555

02

4555

03

4555

04

4555

05

4555

06

4555

07

4555

08

4555

09

4555

10

4555

110177

85

B

1940

C

8475

D

A

OFFICEFloor Area = 21sqmLADIES W/C

Floor Area = 10sqm

EXISTING FLOOR LAYOUT PLANSCALE 1:150

TOTAL FLOOR AREA = 840sqm

CLASSROOMFloor Area = 51sqm

OFFICEFloor Area = 15sqm

OFFICEFloor Area = 10sqm

OFFICEFloor Area = 15sqm

SECRETARYFloor Area = 17sqm

W/CFloor Area =

8sqmCANTEEN

Floor Area = 14sqm

COMPUTER LABFloor Area = 43sqm

DESCRIPTION

LM

AS SHOWN

DATEBYREV.

DRAWING No:

PROJECT No:

DRAFTING CHECK:DRAFTED:

DESIGNED:

SCALE:

BE PROVEN ON JOB BY THE CONTRACTOR. ARE APPROXIMATE ONLY AND THEIR EXACT POSITION SHALL

ON JOB PRIOR TO STARTING WORKS AND SHALL IMMEDIATELY NOTIFY THE ENGINEER/ ARCHITECT OF ANY DISCREPANCIES.WARNING : THE LOCATION OF UNDERGROUND SERVICES

THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS ON

DRAFT 11/07/2015LM-

SHEET TITLE:PROJECT: DESIGN CHECK:

A03REVISION:

-

-

LM

FIJI NATIONAL UNIVERSITYFNU NACEVA CAMPUS, LAUTOKA

RENOVATION & EXTENSION TO EXISTINGPARTIALLY BURNT A-BLOCK

EXISTING FLOOR LAYOUTPLAN

CONCEPT 2

CONCEPT ISSUE-

DESCRIPTION

PB

AS SHOWN

DATEBYREV.

DRAWING No:

PROJECT No:

DRAFTING CHECK:DRAFTED:

DESIGNED:

SCALE:

BE PROVEN ON JOB BY THE CONTRACTOR.

ARE APPROXIMATE ONLY AND THEIR EXACT POSITION SHALL

ON JOB PRIOR TO STARTING WORKS AND SHALL IMMEDIATELY

NOTIFY THE CLIENT OF ANY DISCREPANCIES.

WARNING : THE LOCATION OF UNDERGROUND SERVICES

THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS ON

DRAFT ---

SHEET TITLE:PROJECT:

DESIGN CHECK:

REVISION:

FIJI NATIONAL UNIVERSITYFNU

-

PB LM

A04

CONCEPT ISSUE

PROPOSED FLOOR LAYOUT PLANCONCEPT 2

FNU NACEVA CAMPUS, LAUTOKARENOVATION & EXTENSION TO EXISTING

PARTIALLY BURNT A-BLOCK

PORTE COCHERE

4555

03

4555

04

4555

05

4555

06

4555

07

4555

0802

01

RAMP UP

84 650 boundary line

ReceptionArea

PASSAGE

COMPUTERLAB 1

TUTORIALROOM 2

TUTORIALROOM 3

TUTORIALROOM 4

TUTORIALROOM 5

TUTORIALROOM 6

TUTORIALROOM 7

TUTORIALROOM 8

OPEN AREA

TUTORIALROOM 10

TUTORIALROOM 11

TUTORIALROOM 12

TUTORIALROOM 13

PASSAGE

Office entry

Rear entry

PROPOSED FLOOR LAYOUT PLAN-CONCEPT 2SCALE 1:200

Fire Exit Fire Exit

Fire Exit

Fire ExitFire ExitFire Exit

WALKWAY

B

A

18200

1

9

5

2

24380 Proposed Rear extension

48764876487648764876

27330 Existing Building

81

70

81

70

14

95

24550

1952

4

7

2

9

ROOM CLASSIFICATIONTUTORIAL ROOM 1-15COMPUTER LAB 1

TOTAL FLOOR AREA

OPEN AREA

746 sq.m43.5 sq.m152.5sq.m

STAFF OFFICE 90 sq.mTOTAL INTERNAL FLOORAREA

1032 sq.m

57010

PROPOSED CARPARK6 car capacity

MAIN ENTRY

WALKWAY

WA

LKW

AY

WA

LKW

AY

9700

7600

4555

ReceptionArea

Staff Office

Malewashroom

Femalewashroom

Front entry

PORTE COCHERE

Office entry

TUTORIALROOM 1

TUTORIALROOM 9

TUTORIALROOM 14

TUTORIALROOM 15

TUTORIAL ROOM 1SEATING CAPACITY

21FLOOR AREA

43.51sq.mTUTORIAL ROOM 2 21TUTORIAL ROOM 3 21

TUTORIAL ROOM 4 21TUTORIAL ROOM 5 21TUTORIAL ROOM 6 21 49sq.mTUTORIAL ROOM 7 21

TUTORIAL ROOM 8 21TUTORIAL ROOM 9 21

TUTORIAL ROOM 10 21TUTORIAL ROOM 11 21TUTORIAL ROOM 12 21TUTORIAL ROOM 13 21TUTORIAL ROOM 14 21TUTORIAL ROOM 15 21

COMPUTER LAB 1 21STAFF OFFICE 18 90sq.mOPEN AREA &

PASSAGE- 152.5sq.m

49sq.m

49sq.m49sq.m49sq.m49sq.m49sq.m49sq.m49sq.m

43.51sq.m43.51sq.m43.51sq.m43.51sq.m

43.51sq.m43.51sq.m

5300 Front Extension

TOTAL FLOOR AREA:EXISTING BUILDINGPROPOSED REAR EXTENSION

TOTAL FLOOR AREA:

PROPOSED CAR PARK

594sq.m438sq.m238.135sq.m

ExistingSecurityBooth

150040003000

1000