section ix · web viewpage 1 of 2 bid form date: ib no: to: ma. lourdes d. velarde duty free...

38
INVITATION TO BID FOR CONSTRUCTION OF DFPC BASKETBALL COVERED COURT (FMD1512) The Duty Free Philippines Corporation (DFPC), through its Corporate Budget 2015 intends to apply the sum of Three Million Eight Hundred Thousand Pesos (PhP3,800,000.00) being the Approved Budget for the Contract (ABC) to payments under the contract for PR#2015100850. Bids received in excess of the ABC shall be automatically rejected at bid opening. DFPC now invites bids for the Supply of Materials and Labor for the construction of basketball covered court. Completion of the Works is required within Seventy (70) calendar days. Bidders should have completed, within ten (10) years from the date of submission and receipt of bids, a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II, Instructions to Bidders. Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least seventy five percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines. Interested bidders may obtain further information from DFPC and inspect the Bidding Documents at the address given below from 9:00AM – 5:00PM, Mondays thru Fridays until 28 July 2014. A complete set of Bidding Documents may be purchased by interested Bidders from the address below and upon payment of a non-refundable fee for the Bidding Documents in the amount of Four Thousand Pesos (PhP4,000.00). It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity, provided that bidders shall pay the fee for the Bidding Documents not later than the submission of their bids.

Upload: others

Post on 21-Mar-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

INVITATION TO BID FOR CONSTRUCTION OF DFPC BASKETBALL COVERED

COURT(FMD1512)

The Duty Free Philippines Corporation (DFPC), through its Corporate Budget 2015 intends to apply the sum of Three Million Eight Hundred Thousand Pesos (PhP3,800,000.00) being the Approved Budget for the Contract (ABC) to payments under the contract for PR#2015100850. Bids received in excess of the ABC shall be automatically rejected at bid opening.

DFPC now invites bids for the Supply of Materials and Labor for the construction of basketball covered court. Completion of the Works is required within Seventy (70) calendar days. Bidders should have completed, within ten (10) years from the date of submission and receipt of bids, a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II, Instructions to Bidders.

Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least seventy five percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines.

Interested bidders may obtain further information from DFPC and inspect the Bidding Documents at the address given below from 9:00AM – 5:00PM, Mondays thru Fridays until 28 July 2014.

A complete set of Bidding Documents may be purchased by interested Bidders from the address below and upon payment of a non-refundable fee for the Bidding Documents in the amount of Four Thousand Pesos (PhP4,000.00).

It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity, provided that bidders shall pay the fee for the Bidding Documents not later than the submission of their bids.

DFPC will hold a Pre-Bid Conference on 16 July 2015 at 10:00AM at the address given below, which shall be open only to all interested parties who have purchased the Bidding Documents.

Deadline for submission of Bids and eligibility requirements shall be on 29 July 2015 at 10:00AM and Bid opening shall immediately follow at 10:15AM at the address given below. Bids will be opened in the presence of the Bidders’ representatives who choose to attend at the address below. Late bids shall not be accepted.

Page 2: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in BDS under ITB Clause 18.

DFPC reserves the right to waive any formality on the eligibility requirements of this project. Furthermore, DFPC reserves the right to reject any and all proposals, to annul the bidding process, or declare a failure of bidding, or not award the contract in any of the situations stated under Section 41 of the Revised IRR of RA 9184, and makes no assurance that a contract shall be entered as a result of this invitation without thereby incurring liability to the affected bidder or bidders.

BAC SecretariatDUTY FREE PHILIPPINES CORPORATION EHA Bldg, Fiesta Mall, Columbia ComplexNinoy Aquino Ave., Parañaque City(632) 552-4343; (632) 5524-337/16555 loc. 3095Telefax: (632) 552-4345, 879-3664, 552 4399 loc [email protected]

(Sgd.) MA. LOURDES D. VELARDEBAC Chairperson

III. Bid Data Sheet

ITB Clause

1.1 The PROCURING ENTITY is DUTY FREE PHILIPPINES CORPORATIONThe name of the Contract is

Construction of DFPC Basketball Covered Court (FMD1512)

The identification number of the Contract is PR#2015100850

2 The Funding Source is:

The Government of the Philippines (GOP) through the 2015 Corporate Budget of Duty Free Philippines Corporation in the amount of :

Three Million Eight Hundred Thousand Pesos (PhP3,800,000.00)

The name of the Project is

Construction of DFPC Basketball Covered Court

Page 3: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

ITB Clause

3.1 No further instructions.

5.1 No further instructions.

5.2 Bidding is restricted to eligible bidders as defined in ITB Clause 5.1.

5.4 No further instructions.

For this purpose, similar contract shall refer to construction project that involves structural steel frame and reinforced concrete component.

8.1 Subcontracting is not allowed.

8.2 Not applicable.

9.1 The Procuring Entity will hold a pre-bid conference for this Project on:16 July 2015, 10:00AM DUTY FREE PHILIPPINES CORPORATIONEHA Building, Fiestamall,Columbia Complex, Ninoy Aquino Ave.Parañaque City

10.1 The PROCURING ENTITY’s address is:

MA. LOURDES D. VELARDEBAC Chairperson

Thru: BAC Secretariat Tele No : 552 4337 loc 3039, 552 4343Fax No. 879 3664 / 552 4345 / 552 4399 loc. [email protected]

10.3 No further instructions.

12.1 No further instructions.

12.1(a)(i) 2014 General Information Sheet stamped received by the SEC.

12.1(a)(iv) Valid and current Philippine Contractors Accreditation Board (PCAB) license and registration for size range Small B/Category C & D contractor (classification: General Building) for government projects.

13.1 1. Bill of Quantities (Refer to Section VIII, Bidding Documents).2. Bill of Materials (detailed cost breakdown) (Refer to Bidding Form No.

5).

13.1(b) The ABC is

Three Million Eight Hundred Thousand Pesos (PhP3,800,000.00)

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

14.2 No further instructions.

15.4 No further instructions.

16.1 The bid prices shall be quoted in Philippine Pesos.

Page 4: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

ITB Clause

17.1 Bids will be valid until 26 November 2015.

18.1 The bid security shall be in the following forms and amount:

ACCEPTABLE FORMS AMOUNT

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

Two Percent (2%) of the ABC orSeventy Six Thousand Pesos

(PhP76,000.00)

2. Bank draft/guarantee (signed by the appointee) or irrevocable letter of credit (original and machine validated) issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank

3. Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security.

Five Percent (5%) of the ABC orOne Hundred Ninety

Thousand Pesos (PhP190,000.00)

4. Any combination of the foregoing.

Proportionate to share of form with respect to total amount of security

5. Bid Securing Declaration Refer to Bidding Form No. 2

18.2 The bid security shall be valid 26 November 2015.

20.3 Each Bidder shall submit one (1) original and three (3) copies of its Eligibility/Technical Component and Financial Component.

21 The Address for Submission of Bids is:

DUTY FREE PHILIPPINES CORPORATIONEHA Building, Fiestamall,Columbia Complex, Ninoy Aquino Ave., Parañaque City

Page 5: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

ITB Clause

The deadline for Submission of Bids is on

29 July 2015, 10:00AM.

24.1 The place of Bid Opening is

DUTY FREE PHILIPPINES CORPORATIONEHA Building, Fiestamall,Columbia Complex, Ninoy Aquino Ave., Parañaque City

The date and time of Bid opening is on:

29 July 2015, 10:15AM

24.2 No further instructions.

27.3(b) Bid modification is not allowed.

27.4 No further instructions.

28.2(b) 1. 2014 Income Tax Return (form 1701/1702).

2. Business Tax Return (forms 2550M and 2550Q) for the last six (6) months (December 2014 to May 2015) prior to opening of Bids filed thru Electronic Filing and Payment System (EFPS).

Only tax returns filed and taxes paid through the BIR Electronic Filing and Payment System (EFPS) shall be accepted.

28.2(d) 1. Company Profile with names and designation of the company’s officers/partners (original).

2. Location map and photo of the office (original)

31.4(g) 1. Construction schedule and S-curve2. Manpower schedule3. Construction methods4. Equipment utilization schedule, and5. PERT/CPM6. Construction safety and health program approved by the Department

of Labor and Employment. (To be submitted prior to issuance of Notice to Proceed).

7. Contractor’s All Risk Insurance. (To be submitted prior to issuance of Notice to Proceed).

Page 6: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

ITB Clause

32.2 The performance security shall be in the following forms and amount:

Form of Performance Security

Amount of Performance Security

(Equal to Percentage of the Total Contract Price)

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

Ten percent (10%)1 (b) Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank.

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

Thirty percent (30%)

(d) Any combination of the foregoing.

Proportionate to share of form with respect to total amount of

security

V. Special Conditions of Contract

GCC Clause

1.16 The Intended Completion Date shall be Seventy (70) calendar days from the receipt of the Notice to Proceed.

1.21 The Procuring Entity is

DUTY FREE PHILIPPINES CORPORATIONEHA Building, Fiestamall, Columbia ComplexNinoy Aquino Avenue, Paranaque City

1.22 The Procuring Entity’s Representative is Lorenzo C. Formoso Engr. Edgardo IsidroChief Operating Officer FMD ManagerTel. Nos. (632) 879-3559 Telefax (632) 552 4336Fax No. (632) 552-4301 [email protected]

1 As amended by GPPB Resolution 25-2012

Page 7: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

GCC Clause

1.23 The Site is located at EHA Building, Duty Free Philippines, Ninoy Aquino Ave., Paranque City and is defined in the attached drawings.

1.27 The Start Date shall be indicated in the Notice to Proceed.

1.30 The Works consist of Supply of Materials and Labor for the Construction of Covered Court.

2.2 Not applicable.

5.1 The PROCURING ENTITY shall give possession of all parts of the Site to the Contractor the day after the receipt of the Notice to Proceed.

6.5 The Contractor shall employ the following Key Personnel: Project Architect/Project Engineer

Foreman

7.4(c) No further instructions.

7.7 No further instructions.

8.1 No further instructions.

10 None.

12.3 No further instructions.

12.5 Five (5) years.

13 No additional provision

18.3(h)(i) No further instructions.

21.2 The Arbiter is:

Construction Industry Arbitration Commission (CIAC)Arbitration/MediationConstruction Industry Arbitration Commission2/F & 5/F, Executive Center Bldg.369 Gil Puyat Ave., cor. Makati Ave., Makati CityTel Nos.:(+632) 897.0853 / 897.9313E-mail: [email protected]

29.1 No dayworks are applicable to the contract.

31.1 The Contractor shall submit the Program of Work to the Procuring Entity’s Representative within three (3) days of delivery of the Letter of Acceptance.

31.3 The period between Program of Work updates is Seven (7) calendar days.The amount to be withheld for late submission of an updated Program

Page 8: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

GCC Clause

of Work is One Thousand Pesos (PhP1,000.00) for every day of delay.

34.3 The Funding Source is

Government of the Philippines through the 2015 Corporate Budget of Duty Free Philippines Corporation

39.1 The amount of the advance payment is Fifteen percent (15%) of the total Contract Price (Lump sum).

40.1 No further instructions.

51.1 The date by which “as built” drawings are required is upon completion of the Project.“As built” drawings are required prior to payment of the final billing.

51.2 The amount to be withheld for failing to produce “as built” drawings and/or operating and maintenance manuals by the date required is One Thousand Pesos (PhP1,000.00) for every day of delay.

VI. SpecificationsI. Description

The general conditions apply to all works under this section of specifications:

1. Scope of workUnless otherwise specified, the contractor shall furnish all materials, tools, equipment, accessories, transportation, labor and supervision required for the completion of the proposed DFPC basketball covered court as listed herein:

- Secure building permit- Mobilization

- Excavation for CHB and column footing foundation

- Fabrication and installation of rebars for concrete columns

- Pouring of concrete for foundation

- Concrete hollow blocks laying

- Fabrication and installation of forms for concrete columns

- Pouring of concrete for columns

Page 9: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

- Stripping of forms at concrete columns

- Backfilling and compaction

- Fabrication and installation of rebars for flooring

- Pouring of concrete for floor slab

- Fabrication and installation of rebars for concrete beams

- Fabrication and installation of forms for concrete beams

- Pouring of concrete for beams

- Stripping of forms at concrete beams

- Fabrication and installation of trillons

- Fabrication and installation of lateral supports

- Installation of c-purlins

- Installation of pre-painted long span G.I roofing

- Installation of pre-painted G.I gutter and down spout

- Painting works

- Installation of electrical roughing-ins, wiring and fixtures

- Installation of movable fiber glass basketball board with stand

- Installation of electronic score board

- All works deem necessary for the completion of the project

- Clearing, cleaning and turn-over

2. Notes on drawingThe drawing show all the details of the construction, however, where actual conditions at jobsite necessitate a deviation, the contractor shall prepare and submit the new working drawing or detail drawing for DFP's approval.

Page 10: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

II. Structural Specifications

1. Foundation PreparationA. CLEARING, ALIGNMENT & GRADE PREPARATION

a. Prepare the site for construction by clearing and removing all unnecessary elements within the site.

b. Stake-out building layout and setup batter boards. All dimensions must conform with the plans as to the size of the building.

2. CAST-IN-PLACE CONCRETEA. SCOPE

a. Furnish materials and equipments and perform labor required to complete :- Proportioning- Mixing- Placement- Curing and- Finishing concrete

b. All pertinent provisions of the General Conditions form part of this section.

B. PROTECTION AND STORAGEa. Cement - cement shall be delivered either in unbroken bags of

the manufacturer and stored in a waterproof shed with a raised boarded floor, or delivered in bulk for bulk storage. Rebagged cements sold in the market shall not be accepted.

b. Aggregates - prevent from inclusion of foreign matter. Maintain storage piles in a manner that will afford good drainage. Prevent segregation of particle size.

C. DESIGN STRENGTH OF CONCRETE

All structural concrete ( footing foundation, column, beams and floor slab ) shall be as indicated on the Construction Notes and in no case the concrete strength fc' is less than 3,000 PSI (20.68 Mpa).

3. PRODUCTSA. MATERIALS

a. Cement

Use only one brand of portland cement throughout the project. Portland cement shall conform to the standard specification for Portland cement (ASTM Designation C-150) for type 1 cement.

b. Concrete Aggregates

Page 11: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

Fine aggregates - shall be well washed and shall be sharp and free from clay, chalk, organic matter and other impurities. It shall comply with the requirements of ASTM C-33.

Coarse Aggregates - shall be gravel or crushed rock or other suitable material and shall be well washed and free from sand, clay quarry refuse and other impurities. It shall comply with the requirements of ASTM C-33

c. Water

Water supplied by local undertaking only shall be used for mixing concrete, mortar and grout. It shall be free from organic or other harmfull substances in solution or suspension, and shall be tested for suitability in accordance with ASTM Standard.

B. CONCRETE PROPORTION AND CONSISTENCYa. Cement and aggregates

Make proportions so as to produce the desired compressive strength as well as mixture which will work readily into the corners and angles of the forms and around the reinforcement with the method of placing materials to avoid segregation or accumulation of excess free water on the surface.

Concrete for reinforced work shall comply with the requirements of the National Structural Code for Building, unless this specification contains different requirements.

b. Measurement Measure concrete materials such that the proportions can be

accurately controlled and easily checked at any time during work.

Conform measurement of materials for ready mixed concrete to STANDARD SPECIFICATIONS FOR READY MIXED CONCRETE - ASTM C-94

Never exceed the water content by 20 liters of water per bag of cement for all portions in the structures. Limit slumps to the following:

Portions of structure Slump

Reinforced concrete beams 12 – 25mm

Reinforced concrete column & footings

25 – 50mm

C. MIXING CONCRETE

Page 12: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

a. Concrete shall be mixed in batch type mixer (or transit mixers) of approved design. The volume of materials inserted per batch shall not exceed the manufacturer's rated capacity and the volume of each batch shall be such that only whole bags of cement will be used. The mixer drum shall be emptied completely before being refilled. All materials shall be mixed until the concrete is uniform in colour and consistency.

At commencement and on completion of each mixing period, the drum of the mixer shall be thoroughly washed out with clean water and it shall be kept free from hardened or partially set concrete

b. Under special circumstances the engineer or architect may allow hand-mixing of concrete. The ingredients shall be mixed dry on a watertight platform until a uniform colour is obtain. Clean water shall be added gradually and the whole mass turned over at least three times in a wet state until it attains a slightly wet consistency.

c. Retempering of concrete shall not be permitted. Transit mixes undeposited after 1 hr and 20 min after mixing water has been added shall be discarded.

4. EXECUTIONA. PREPARATION

a. Inspect and clean all forms and check all installations (electrical, rebars, etc.) before placing concrete.

b. Wet surface thoroughly and grout before placing concrete on old concrete.

c. Clean all laitance from previous pouring and possibly expose aggregates before renewing pouring.

B. DEPOSITING CONCRETEa. The concrete shall be thoroughly worked into all parts of the

shuttering and between and around the steel reinforcement, and compacted by approved methods to give a dense and compact concrete, free from voids of any kind. Great care shall be taken to prevent the displacement or deformation of the steel reinforcement during concreting. Concrete placed against shuttering to form an exposed surface shall be particularly well vibrated or otherwise compacted to produce a perfectly smooth finish.

b. Concreting shall be carried out continuously in each section completed in a single working day unless specially authorized by the architect or engineer.

C. CURING OF CONCRETE

Page 13: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

a. Keep concrete continuously wet or moist for at least two (2) weeks after placing.

b. Begin curing as soon as concrete has attained its final set or not beyond three (3) hours after its disposition.

D. REPAIR OF CONCRETEa. Imperfections

Complete repair within 24 hours after removal of forms. Remove fins neatly from exposed surfaces. Remove damaged or honeycomb concrete and replace with

drypack, rich mortar or concrete with peagravel to produce a sound concrete mass.

b. Large Bulges

Remove large bulges and abrupt irregularities by brushing, hammering and or grinding.

c. Cost Implication

The cost of all labor, materials and equipment used in the repair of all members shall be borne by the Contractor.

E. TEST OF CONCRETEa. A number of tests on concrete are required during the progress

of work. The strength of concrete shall be determined by tests on 6-in dia by 12-in high concrete cylinder made, cured and tested (28-days) in accordance with ASTM specifications.

b. The contractor shall provide the moulds and samples to be taken at the place of deposit as directed by the Architect/Engineer without cost to the Owner. The cost of capping, transporting and testing of samples shall be borne by the Contractor.

F. FAILURE OF TEST SAMPLES

In any case of failure to meet specified strengths, the Contractor may at his expense obtain concrete core samples from the poured concrete and have their compressive strength determined by a competent testing authority which shall be taken as a conclusive evidence of its strength and integrity, provided the coring will not impair the safety of the structure and can be satisfactorily restored.

G. INSPECTION OF CONCRETE

Concreting shall be proportioned, mixed and deposited only in the presence of the Architect/Engineer or its authorized representative. The Engineer shall be notified in advance (at least 2 days) to

Page 14: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

provide ample time for inspection of reinforcing steel bars before any mixing and placing of concrete is commenced.

5. REINFORCEMENTA. MATERIALS

Main Steel rebars shall conform with the Philippine Standard (PS 275), and for ties and stirrups use Intermediate Grade, or as indicated in the design of the members.

B. BENDING AND SPLICING

All rebars shall be bent cold before the bars are placed in position. No heating will be allowed except at welded joints or as specified in plans.

C. PLACING REINFORCEMENT

All reinforcement shall be set out exactly as shown on the working drawings. It shall be supported by an adequate number of small precast concrete blocks with tying wire cast in, or with other approved spacers. The bars shall be adequately tied at intersections and at splicing with 18 gauge annealed steel wire.

D. COVER TO REINFORCEMENT

Reinforcing bars shall be provided with the following minimum cover of concrete:

a. To each end of reinforcing bar, not less than 25mm nor less than twice the diameter of the bar.

b. To a longitudinal reinforcing bar in a column/pedestal, not less than 40mm nor less than the diameter of the bar.

c. To a longitudinal reinforcing bar in a beam, not less than 25mm nor less than the diameter of the bar.

E. TESTING OF STEEL REINFORCEMENT All steel reinforcements shall be approved through adequate

tension test before being in use. Testing of steel rebars shall be done in tension in accordance

with the ASTM standard for testing. The cost of sampling, lathe machining and testing shall be borne by the Contractor.

Page 15: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

III. MATERIAL SPECIFICATIONS

A. TEMPORARY ENCLOSURE Use coco lumber for frames and nailers Use blue sack for perimeter enclosure

B. FORMWORKS Use matured coco lumber for frames and nailers ½” thk. Plywood

C. CONCRETE WORKS All reinforcing bars should be free from rust or corrosion Reinforcing bars should be grade 40 ( PNS 275 ) Use ¾” gravel and wash sand for concreting Use 6” Concrete Hollow Blocks 2,000 psi

D. ROOFING WORKS Use 0.6mm thk. GI Rib type long span color roof and Spanish gutter

( beige ) 1.4mm thk. C-purlins 5mm thk. Angle bars schedule 40 GI pipes All joints should be in full weld All metal/steel materials shall be painted with epoxy paint

E. ELECTRICAL WORKS Panel board 3 phase bolt on type, main – 125 amp 3P, branches –

50 amp 3P and 20 amp single phase 400 watts high bay metal halide Stranded wire, THHN EMT pipe for all electrical conduits Power outlet, Universal type rated 220V, 60HZ with weather proof

cover All electrical fixtures, rated 220V, 60HZ All works should be in accordance with Philippine Electrical Code

F. OTHERS 2 units movable basketball board & ring, fiber glass board, spring

loaded basketball ring w/ heavy duty net

Page 16: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

2 sets of basket ball electronic score board, shot clock, home & visitor, timeout and team penalty

Basketball court shall be painted with epoxy paint for floor finishes includes floor levelling and liners

All concrete and steel structure shall be painted

Additional Documentary Requirement:

Certificate of Site Inspection (Refer to Bidding Form No. 7)

________________________________ _____________________________

Signature over printed name Position

Duly authorized to sign this Specifications for and on behalf of ________________

Bidding Form No. 1

FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK

Year 20___

1 Total Assets

2 Current Assets

3 Total Liabilities

4 Current Liabilities

5 Net Worth (1-3)

6 Net Working Capital (2-4)

Page 17: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

The Net Financial Contracting Capacity (NFCC) based on the above data is computed as follows:

NFCC = K (current asset – current liabilities) minus value of all outstanding works under ongoing contracts including awarded contracts yet to be started

NFCC = P ____________________________________

K = 10 (for a contract of one year or less)K = 15 (for a contract of more than one year up to two years)

K = 20 (for a contract more than two years)

Submitted by:

_____________________________________________

Name of Bidder

_____________________________________________

Signature of Authorized Representative over Printed Name

Date: __________________________

Bidding Form No. 2 Page 1 of 2

REPUBLIC OF THE PHILIPPINES ) CITY OF _______________________ ) S.S. x-------------------------------------------------------x

BID-SECURING DECLARATION

Invitation to Bid/Request for Expression of Interest No.1: [Insert reference number]

To: Duty Free Philippines Corporation

Fiestamall, Columbia Complex,

Ninoy Aquino Avenue, Parañaque City

I/We, the undersigned, declare that: 1. I/We understand that, according to your conditions, bids must be supported by a Bid

Security, which may be in the form of a Bid-Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract with any procuring entity for a period of two (2) years upon receipt of your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration, if I/we have committed any of the following actions:

Page 18: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

(i) Withdrawn my/our Bid during the period of bid validity required in the Bidding Documents; or

(ii) Fail or refuse to accept the award and enter into contract or perform any and all acts necessary to the execution of the Contract, in accordance with the Bidding Documents after having been notified of your acceptance of our Bid during the period of bid validity.

3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the following circumstances:

(a) Upon expiration of the bid validity period, or any extension thereof pursuant to your request;

(b) I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right;

(c) I am/we are declared as the bidder with the Lowest Calculated and Responsive Bid/Highest Rated and Responsive Bid, and I/we have furnished the performance security and signed the Contract.

Bidding Form No. 2Page 2 of 2

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at [place of execution].

[Insert NAME OF BIDDER’SAUTHORIZED REPRESENTATIVE]

[Insert signatory’s legal capacity]Affiant

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ______ and his/her Identification Card No. _______ issued on ______ at ______.

Page 19: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC Serial No. of Commission ___________ Notary Public for ______ until _______ Roll of Attorneys No. _____ PTR No. __, [date issued], [place issued] IBP No. __, [date issued], [place issued]

Doc. No. ___ Page No. ___ Book No. ___ Series of ____.

Bidding Form No. 3Page 1 of 2

Omnibus Sworn Statement

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

A F F I D A V I T

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:

1. Select one, delete the other:If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office address at [address of Bidder];If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder];

2. Select one, delete the other:If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name of the Project] of the [Name of the Procuring Entity];If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document

Page 20: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

showing proof of authorization (e.g., duly notarized Secretary’s Certificate issued by the corporation or the members of the joint venture)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted;

6. Select one, delete the rest:If a sole proprietorship: I am not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

Bidding Form No. 3Page 2 of 2

If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a corporation or joint venture: None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards;

8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder:a) Carefully examine all of the Bidding Documents;b) b)Acknowledge all conditions, local or otherwise, affecting the implementation of the

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

andd) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project]; ande) Responsible for any erroneous interpretation or conclusion out of the data

furnished by the DFPC.

Page 21: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines.

_____________________________________Bidder’s Representative/Authorized Signatory

SUBSCRIBED AND SWORN to before me this _____ day of _______________ 20___, in ________________, by herein affiant, who has satisfactorily proven to me his/her identity thru his/her ______________________________ Identification Card No. ____________________, that he/she is the same person who signed the foregoing instrument before me and acknowledged that he/she executed the same.

_______________________

(Notary Public)

Doc. No. _______Page No. _______Book No. _______Series of _______

Bidding Form No. 4Page 1 of 2

Bid Form

Date: ______________________

IB No: ______________________

To: Ma. Lourdes D. VelardeDuty Free Philippines CorporationFiestamall, Columbia Complex,Ninoy Aquino Avenue, Parañaque City

We, the undersigned, declare that:

(a) We have examined and have no reservation to the Bidding Documents, including Addenda, for the Contract Construction of Covered Court (FMD1512);

(b) We offer to execute the Works for this Contract in accordance with the Bid and Bid Data Sheet, General and Special Conditions of Contract accompanying this Bid;

Page 22: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

The total price of our Bid, excluding any discounts offered in item (d) below is: [insert information];

The discounts offered and the methodology for their application are: [insert information];

(c) Our Bid shall be valid for a period of 120 days from the date fixed for the Bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of [insert percentage amount] percent of the Contract Price for the due performance of the Contract;

(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from the following eligible countries: [insert information];

(f) We are not participating, as Bidders, in more than one Bid in this bidding process, other than alternative offers in accordance with the Bidding Documents;

(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the Contract, has not been declared ineligible by the Funding Source;

Bidding Form No. 4Page 2 of 2

(h) We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal Contract is prepared and executed; and

(i) We understand that you are not bound to accept the Lowest Evaluated Bid or any other Bid that you may receive.

Name:

In the capacity of:

Signed:

Duly authorized to sign the Bid for and on behalf of:

Date: __________________

Page 23: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque
Page 24: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

Bidding Form No. 6Page 1 of 2

Form of Contract Agreement

THIS AGREEMENT, made this [insert date] day of [insert month], [insert year] between Duty Free Philippines Corporation, EHA Bldg, Fiesta Mall, Columbia Complex, Ninoy Aquino Ave., Parañaque City (hereinafter called the“Entity”) and [name and address of Contractor] (hereinafter called the “Contractor”).

WHEREAS, the Entity is desirous that the Contractor execute [name and identification number of contract] (hereinafter called “the Works”) and the Entity has accepted the Bid for [insert the amount in specified currency in numbers and words] by the Contractor for the execution and completion of such Works and the remedying of any defects therein.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents shall be attached, deemed to form, and be read and construed as part of this Agreement, to wit:

(a) General and Special Conditions of Contract;(b) Drawings/Plans;(c) Specifications;(d) Invitation to Apply for Eligibility and to Bid;(e) Instructions to Bidders;(f) Bid Data Sheet;(g) Addenda and/or Supplemental/Bid Bulletins, if any;(h) Bid form, including all the documents/statements contained in the

Bidder’s bidding envelopes, as annexes;(i) Eligibility requirements, documents and/or statements;(j) Performance Security;(k) Credit line issued by a licensed bank, if any;(l) Notice of Award of Contract and the Bidder’s conforme thereto;(m) Other contract documents that may be required by existing laws

and/or the Entity.

Page 25: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

Bidding Form No. 6Page 2 of 2

3. In consideration of the payments to be made by the Entity to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Entity to execute and complete the Works and remedy any defects therein in conformity with the provisions of this Contract in all respects.

4. The Entity hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects wherein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the times and in the manner prescribed by this Contract.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed the day and year first before written.

Signed, sealed, delivered by the (for the Entity)

Signed, sealed, delivered by _____________the ________________ (Contractor)

Binding Signature of PROCURING ENTITY

________________________________________________

Binding Signature of Contractor

_____________________________________________

[Addendum showing the corrections, if any, made during the Bid evaluation should be attached with this agreement]

Page 26: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

Bidding Form No. 7

CERTIFICATE OF SITE INSPECTION

In compliance with the requirements of the Duty Free Philippines Corporation,

_______________________________________ hereby certify that we have inspected the

premises for the Construction of DFPC Basketball Covered Court.

Name and Signature of authorized representative

Position: ____________________________________

Bidder's Company Name: _______________________

Attested by:

____________________________

Elmer S. CruzProcuring Entity’s Representative

Page 27: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

PROPOSED DFPC COVERED COURT

Page 28: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

BILL OF MATERIALS

TEMPORARY ENCLOSUREMaterial Description QTY. U - Cost Amount2" x 3" x 8' coco lumber 540 bd.ft. Blue sack ( 2.4m x 100m ) 1 roll Assorted nails 5 kls

Total Amount : P 0.00

EARTHWORKSMaterial Description QTY. U - Cost AmountStaking-out, Layout 1 lot Excavation 100 cu.m. Filling materials 270 cu.m. Backfilling 82 cu.m.

Total Amount : P 0.00

FORMWORKS

Material Description Qty.U - COST Amount

2" x 3" x 10' coco lumber 2,520 bd.ft. 1/2" x 4' x 8' ordinary plywood 30 pcs Assorted nails 25 kls

SUB TOTAL : P 0.00

CONCRETE WORKSMaterial Description QTY. U - Cost Amount16mm Ø x 6 m rebars 522 pcs 10mm Ø x 6 m rebars 984 pcs Portland Cement 1,135 bags Wash Sand 65 cu.m. 3/4" Gravel 123 cu.m. # 16 Tie wire 3 rolls Concrete Hollow Blocks 6" 750 pcs

Total Amount : P 0.00

Page 29: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

ROOFING WORKS

Material Description Qty.U - COST Amount

0.6mm x 1m x 24m Rib type color roof (beige) 32 pcs 0.6mm x 0.815m x 2.44m colored spanish 30 pcs gutter (beige) 1.4mm x 50mm x 100mm C-purlin 160 pcs 12mm Ø x 6m plain round bar 72 pcs 5mm x 40mm x 6m angle bar 54 pcs 5mm x 25mm x 6m angle bar 275 pcs 50mm Ø GI pipe sch. 40 84 pcs 6mm x 1.22m x 2.44m ms plate 7 pcs 16mm Ø x 0.50m anchor bolt w/ double 108 pcs nut and washer Welding rod 10 boxes 1/8" x 1/2" blind rivet 2 boxes 2" teckscrew 4,000 pcs Silicone sealant clear 15 tubes 3"Ø PVC pipe 42 pcs 3"Ø PVC elbow 90° 28 pcs Epoxy paint 10 gals Epoxy primer 10 gals Lacquer thinner 20 gals Cotton rugs 10 kls

SUB TOTAL : P 0.00

ELECTRICAL WORKSMaterial Description QTY. U - Cost AmountPanel Board 3 phase bolt-on 1 set main - 125 amp 3P branch - 6 pcs - 20 amp 2P 1 pc - 50 amp 3P High bay metal hallide 400 watts 15 sets 2 x 36 watts flourescent lamp w/ fixtures 12 sets Junction box metal 27 pcs Utility box metal 4 pcs Duplex universal convenience outlet with 4 sets weather proof cover 1/2" EMT conduit 62 pcs 1/2" EMT coupling 62 pcs 1/2" EMT straight connector 124 pcs 3.5mm² Thhn stranded wire 2 rolls 30mm² Thhn stranded wire 60 mts

Page 30: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

1¼" EMT conduit 5 pcs 1¼" EMT coupling 4 pcs 1¼" EMT straight connector 2 pcs Electrical tape (big) 5 rolls

Total Amount : P 0.00

LUMP SUM ITEMS :

1 Lot mobilization / demobilization and equipment rental ( mobile crane )

1 Lot supply of labor & materials for fabrication of fiber glass board, spring loaded basketball ring and net

1 Lot supply of labor & materials for fabrication of basketball electronics score board, shot clock, home and visitor, time- out & team penalty

1 Lot supply of labor & materials for application of epoxy paint for floor finishes includes floor levelling and liners

1 Lot building permit

Total Amount : P 0.00

Note:DFPC reserves the right to require other materials not listed above, should these be needed in the completion of the entire works. It is the Bidder's responsibility to include in its bid price, the cost of all other materials necessarily included in the works, in accordance with the approved Architectural plans.

_________________________ _____________________Signature over printed name Position

Duly authorized to sign this Bill of Materials for and on behalf of _____________________

VIII. BILL OF QUANTITIESCONSTRUCTION OF DFPC BASKETBALL COVERED COURT

Page 31: Section IX · Web viewPage 1 of 2 Bid Form Date: IB No: To: Ma. Lourdes D. Velarde Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque

ITEM DESCRIPTION MATERIAL UNITLABOR COST ESTIMATED

No.   COST   35%DIRECT COST

1 Temporary enclosure        

2 Earthworks  1

LOT    

3 Formworks  1

LOT    

4 Concrete works  1

LOT    

5 Roofing works  1

LOT    

6 Electrical works  1

LOT                 LUMP SUM ITEMS:                   

7 1 Lot mobilization / demobilization and  1

LOT      equipment rental ( mobile crane )        

8 1 Lot supply of movable fiber glass basketball  1

LOT      board, spring loaded basketball ring          & nylon net ( 2 units )        

91 Lot supply of basketball electronic score board,  

1 LOT    

  shot clock, home & visitor, time-out          & team penalty        

101 Lot supply of labor & materials for application  

1 LOT    

  of epoxy paint for floor finishes includes floor        

  levelling and liners          

11 1 Lot building permit  1

LOT                   

                          

______________________________ ______________________________Signature over printed name

Duly authorized to sign this Bill of Quantities for and on behalf of _____________________________