Sie sind auf Seite 1von 30

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.

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 Secretariat
DUTY FREE PHILIPPINES CORPORATION
EHA Bldg, Fiesta Mall, Columbia Complex
Ninoy Aquino Ave., Paraaque City
(632) 552-4343; (632) 5524-337/16555 loc. 3095
Telefax: (632) 552-4345, 879-3664, 552 4399 loc 834
bacsecretariat@dfp.com.ph

(Sgd.) MA. LOURDES D. VELARDE


BAC Chairperson

III. Bid Data Sheet


ITB Clause

1.1 The PROCURING ENTITY is DUTY FREE PHILIPPINES CORPORATION


The 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

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.
ITB Clause

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 CORPORATION
EHA Building, Fiestamall,
Columbia Complex, Ninoy Aquino Ave.
Paraaque City

10.1 The PROCURING ENTITYs address is:


MA. LOURDES D. VELARDE
BAC Chairperson
Thru: BAC Secretariat
Tele No : 552 4337 loc 3039, 552 4343
Fax No. 879 3664 / 552 4345 / 552 4399 loc. 834
bacsecretariat@dfp.com.ph

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.

17.1 Bids will be valid until 26 November 2015.


ITB Clause

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

ACCEPTABLE FORMS AMOUNT

1. Cash or cashiers/managers
check issued by a Universal or
Commercial Bank

2. Bank draft/guarantee
(signed by the appointee) or Two Percent (2%) of the ABC or
irrevocable letter of credit
(original and machine Seventy Six Thousand Pesos
validated) issued by a Universal (PhP76,000.00)
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 Five Percent (5%) of the ABC or
insurance company duly
certified by the Insurance One Hundred Ninety Thousand
Commission as authorized to Pesos (PhP190,000.00)
issue such security.
Proportionate to share of form
4. Any combination of the
with respect to total amount of
foregoing.
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 CORPORATION
EHA Building, Fiestamall,
Columbia Complex, Ninoy Aquino Ave., Paraaque City
The deadline for Submission of Bids is on
29 July 2015, 10:00AM.

24.1
The place of Bid Opening is
DUTY FREE PHILIPPINES CORPORATION
EHA Building, Fiestamall,
Columbia Complex, Ninoy Aquino Ave., Paraaque City
ITB Clause

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 companys
officers/partners (original).
2. Location map and photo of the office (original)

31.4(g) 1. Construction schedule and S-curve


2. Manpower schedule
3. Construction methods
4. Equipment utilization schedule, and
5. PERT/CPM
6. Construction safety and health program approved by the Department
of Labor and Employment. (To be submitted prior to issuance of Notice
to Proceed).
7. Contractors All Risk Insurance. (To be submitted prior to issuance
of Notice to Proceed).
ITB Clause

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

Amount of Performance
Security
Form of Performance Security
(Equal to Percentage of the
Total Contract Price)
()a Cash or
cashiers/managers check issued
by a Universal or Commercial
Bank.
()b Bank Ten percent (10%)1
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 Thirty percent (30%)
surety or insurance company duly
certified by the Insurance
Commission as authorized to issue
such security; and/or
()d Any Proportionate to share of form
combination of the foregoing. 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 CORPORATION
EHA Building, Fiestamall, Columbia Complex
Ninoy Aquino Avenue, Paranaque City

1.22 The Procuring Entitys Representative is


Lorenzo C. Formoso Engr. Edgardo Isidro
Chief Operating Officer FMD Manager
Tel. Nos. (632) 879-3559 Telefax (632) 552 4336
Fax No. (632) 552-4301 isidroec@dfp.com.ph

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 As amended by GPPB Resolution 25-2012


GCC Clause

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/Mediation
Construction Industry Arbitration Commission
2/F & 5/F, Executive Center Bldg.
369 Gil Puyat Ave., cor. Makati Ave., Makati City
Tel Nos.:(+632) 897.0853 / 897.9313
E-mail: ciapciac@info.com.ph

29.1 No dayworks are applicable to the contract.


31.1 The Contractor shall submit the Program of Work to the Procuring
Entitys 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
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).
GCC Clause
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. Specifications
I. Description
The general conditions apply to all works under this section of
specifications:

1. Scope of work
Unless 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

- 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 drawing
The 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.

II. Structural Specifications

1. Foundation Preparation
A. 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 CONCRETE
A. 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 STORAGE


a. 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. PRODUCTS
A. 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
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 CONSISTENCY


a. 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 & 25 50mm


footings

C. MIXING CONCRETE
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. EXECUTION
A. 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 CONCRETE
a. 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
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 CONCRETE
a. 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 CONCRETE
a. 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
provide ample time for inspection of reinforcing steel bars before
any mixing and placing of concrete is commenced.

5. REINFORCEMENT
A. 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.

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
thk. Plywood

C. CONCRETE WORKS
All reinforcing bars should be free from rust or corrosion
Reinforcing bars should be grade 40 ( PNS 275 )
Use 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
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
Year 20___

2 Current Assets

3 Total Liabilities

4 Current Liabilities

5 Net Worth (1-3)

6 Net Working Capital (2-4)

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, Paraaque 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:

(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. 2


Page 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 BIDDERS


AUTHORIZED REPRESENTATIVE]
[Insert signatorys 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 ______.

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. 3


Page 1 of 2

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )


CITY/MUNICIPALITY OF ______ ) S.S.

A F F I D AV I T

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

1. Select one, delete the other:


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

2. Select one, delete the other:


If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have full
power and authority to do, execute and perform any and all acts necessary to represent it
in the bidding for [Name of the Project] of the [Name of the Procuring Entity];
If a partnership, corporation, cooperative, or joint venture: I am granted full power and
authority to do, execute and perform any and all acts necessary and/or to represent the
[Name of Bidder] in the bidding as shown in the attached [state title of attached document
showing proof of authorization (e.g., duly notarized Secretarys 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. 3


Page 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;
and
d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project]; and
e) Responsible for any erroneous interpretation or conclusion out of the data
furnished by the DFPC.

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.

_____________________________________
Bidders 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. 4


Page 1 of 2

Bid Form

Date: ______________________
IB No: ______________________

To: Ma. Lourdes D. Velarde


Duty Free Philippines Corporation
Fiestamall, Columbia Complex,
Ninoy Aquino Avenue, Paraaque 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;

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. 4


Page 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: __________________
Bidding Form No. 6
Page 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.,
Paraaque City (hereinafter called theEntity) 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
Bidders 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 Bidders conforme thereto;
(m) Other contract documents that may be required by existing laws
and/or the Entity.
Bidding Form No. 6
Page 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]
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. Cruz
Procuring Entitys Representative
PROPOSED DFPC COVERED COURT
BILL OF MATERIALS

TEMPORARY ENCLOSURE
U-
Material Description QTY. Cost Amount
bd.ft
2" x 3" x 8' coco lumber 540 .
Blue sack ( 2.4m x 100m ) 1 roll
Assorted nails 5 kls
Total Amount : P 0.00

EARTHWORKS
U-
Material Description QTY. Cost Amount
Staking-out, Layout 1 lot
cu.
Excavation 100 m.
cu.
Filling materials 270 m.
cu.
Backfilling 82 m.
Total Amount : P 0.00

FORMWORKS
U-
Material Description Qty. COST Amount
2,52 bd.ft
2" x 3" x 10' coco lumber 0 .
1/2" x 4' x 8' ordinary plywood 30 pcs
Assorted nails 25 kls
SUB TOTAL : P 0.00

CONCRETE WORKS
U-
Material Description QTY. Cost Amount
16mm x 6 m rebars 522 pcs
10mm x 6 m rebars 984 pcs
1,13 bag
Portland Cement 5 s
cu.
Wash Sand 65 m.
cu.
3/4" Gravel 123 m.
# 16 Tie wire 3 rolls
Concrete Hollow Blocks 6" 750 pcs
Total Amount : P 0.00

ROOFING WORKS
U-
Material Description Qty. 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 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 GI pipe sch. 40 84 pcs
6mm x 1.22m x 2.44m ms plate 7 pcs
16mm x 0.50m anchor bolt w/ double 108 pcs
nut and washer
box
Welding rod 10 es
box
1/8" x 1/2" blind rivet 2 es
4,00
2" teckscrew 0 pcs
tube
Silicone sealant clear 15 s
3" PVC pipe 42 pcs
3" 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 WORKS
U-
Material Description QTY. Cost Amount
Panel 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
3.5mm Thhn stranded wire 2 rolls
30mm Thhn stranded wire 60 mts
1" EMT conduit 5 pcs
1" EMT coupling 4 pcs
1" 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 QUANTIT


CONSTRUCTION OF DFPC BASKETBAL

LABOR
ITEM DESCRIPTION MATERIAL UNIT COST ESTIMATED
DIRECT
No. COST 35% COST
1 Temporary enclosure
1
2 Earthworks LOT
1
3 Formworks LOT
1
4 Concrete works LOT
1
5 Roofing works LOT
1
6 Electrical works LOT

LUMP SUM ITEMS:

1
7 1 Lot mobilization / demobilization and LOT
equipment rental ( mobile crane )
1
8 1 Lot supply of movable fiber glass basketball LOT
board, spring loaded basketball ring
& nylon net ( 2 units )
1 Lot supply of basketball electronic score 1
9 board, LOT
shot clock, home & visitor, time-out
& team penalty
1 Lot supply of labor & materials for 1
10 application LOT
of epoxy paint for floor finishes includes
floor
levelling and liners
1
11 1 Lot building permit LOT

______________________________ __________
Signature over printed name

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

Das könnte Ihnen auch gefallen