+ All Categories
Home > Documents > INVITATION TO BID FOR - Duty Free Philippines … Documents_8.pdf12.1(a)(iii) Valid and current...

INVITATION TO BID FOR - Duty Free Philippines … Documents_8.pdf12.1(a)(iii) Valid and current...

Date post: 26-May-2018
Category:
Upload: duongque
View: 219 times
Download: 0 times
Share this document with a friend
25
INVITATION TO BID FOR CONSTRUCTION OF DFPC MULTI-PURPOSE BUILDING (FMD1713) The Duty Free Philippines Corporation (DFPC), through its Corporate Budget 2017 intends to apply the sum of Seven Million Two Hundred Fifty Eight Thousand Nine Hundred Nineteen Pesos and 26/100 (PhP7,258,919.26) being the Approved Budget for the Contract (ABC) to payments under the contract for PR#2017101537. 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 multi- purpose building. Completion of the Works is required within Ninety (90) calendar days. Bidders should have completed, within five (5) 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. A complete set of Bidding Documents may be acquired by interested Bidders on 27 October 2017 from the address below and upon payment of an applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount of Seven Thousand Two Hundred Pesos (PhP7,200.00). 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 08 November 2017 at 2:00PM at the address given below, which shall be open to prospective bidders Bids must be duly received by the BAC Secretariat at the address below on or before 22 November 2017 at 2:00PM. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18. Bid opening shall be on 22 November 2017 at 2:15PM 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. DFPC reserves the right to reject any and all bids, declare a failure of bidding, or not to award the contract at any time prior to contract award in accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders.
Transcript

INVITATION TO BID FOR CONSTRUCTION OF DFPC MULTI-PURPOSE BUILDING

(FMD1713)

The Duty Free Philippines Corporation (DFPC), through its Corporate Budget 2017 intends to apply the sum of Seven Million Two Hundred Fifty Eight Thousand Nine Hundred Nineteen Pesos and 26/100 (PhP7,258,919.26) being the Approved Budget for the Contract (ABC) to payments under the contract for PR#2017101537. 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 multi-purpose building. Completion of the Works is required within Ninety (90) calendar days. Bidders should have completed, within five (5) 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. A complete set of Bidding Documents may be acquired by interested Bidders on 27 October 2017 from the address below and upon payment of an applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount of Seven Thousand Two Hundred Pesos (PhP7,200.00). 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 08 November 2017 at 2:00PM at the address given below, which shall be open to prospective bidders Bids must be duly received by the BAC Secretariat at the address below on or before 22 November 2017 at 2:00PM. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18. Bid opening shall be on 22 November 2017 at 2:15PM 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. DFPC reserves the right to reject any and all bids, declare a failure of bidding, or not to award the contract at any time prior to contract award in accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders.

For further information, please refer to: BAC Secretariat DUTY FREE PHILIPPINES CORPORATION EHA Bldg, Fiesta Mall, Columbia Complex Ninoy Aquino Ave., Parañaque City (632) 552-4343; (632) 5524-337/16555 loc. 3095 Telefax: (632) 552-4345, 879-3664, 552 4399 loc 834 [email protected]

(Sgd.) MICHAEL JAMES V. CHUA 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 MULTI-PURPOSE BUILDING (FMD1713)

The identification number of the Contract is FMD1713.

2 The Funding Source is:

The Government of the Philippines (GoP) through the 2017 Corporate Budget

of Duty Free Philippines Corporation in the amount of :

Seven Million Two Hundred Fifty Eight Thousand Nine Hundred Nineteen Pesos and 26/100 (PhP7,258,919.26)

The name of the Project is

CONSTRUCTION OF DFPC MULTI-PURPOSE BUILDING

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 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:

08 November 2017, 10:00AM

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

10.1 The PROCURING ENTITY’s address is:

MICHAEL JAMES V. CHUA BAC Chairperson

Thru: BAC Secretariat Tele No : 552 4337 loc 3039, 552 4343 Fax No. 879 3664 / 552 4345 / 552 4399 loc. 834 [email protected]

10.4 No further instructions.

12.1 No further instructions.

12.1(a)(iii) 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.

12.1(b)(ii.2) The minimum work experience requirements for key personnel are the following:

Key Personnel General

Experience Relevant Experience

Project Manager 10 years 10 years

Project Engineer/Architect 5 years 5 years

Foremen 3 years 3 years

ITB Clause

12.1(b)(iii.3) The minimum major equipment requirements are the following:

Equipment Capacity Number of Units

Mobile Crane 10 tons 1

Backhoe with Breaker 5 tons 1

Compactor 2 tons 1

13.1 (b) This shall include all of the following documents:

1) Bill of Materials (Detailed estimates, including a summary sheet indicating the unit prices of construction materials, labor rates, and equipment rentals used in coming up with the Bid) (Refer to Bidding Form No. 5); and

2) Cash flow by month or payment schedule.

13.2 The ABC is

Seven Million Two Hundred Fifty Eight Thousand Nine Hundred Nineteen Pesos and 26/100 (PhP7,258,919.26)

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.

16.3 No further instructions.

17.1 Bids will be valid 22 March 2018.

ITB Clause

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 or

One Hundred Forty Five Thousand One Hundred Seventy Eight Pesos and 39/100 (PhP145,178.39)

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 or

Three Hundred Sixty Two Thousand Nine Hundred Forty

Five Pesos and 96/100

(PhP362,945.96)

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

18.2 The bid security shall be valid 22 March 2018.

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., Parañaque City

The deadline for Submission of Bids is on

22 November 2017, 2:00PM.

24.1 The place of Bid Opening is

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

ITB Clause

The date and time of Bid opening is on:

22 November 2017, 2:15PM.

24.2 No further instructions.

24.3 No further instructions.

27.3 Partial bid is not allowed. The infrastructure project is packaged in a single lot and the lot shall not be divided into sub-lots for the purpose of bidding, evaluation, and contract award.

27.4 No further instructions.

28.2 1. 2016 Income Tax Return (form 1701/1702) with Audited Financial

Statement.

2. Business Tax Return ((forms 2550M/2551M and 2550Q/2551Q)) for the last six (6) months (May to October 2017) 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.

31.4(f) 1. Updated General Information Sheet received by the SEC

2. BIR Certificate of Registration

3. Construction schedule and S-curve

4. Manpower schedule

5. Construction methods

6. Equipment utilization schedule

7. PERT/CPM

8. Company profile

9. Location map and photo of the office

10. Construction safety and health program approved by the Department of Labor and Employment. (To be submitted prior to issuance of Notice to Proceed).

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

V. Special Conditions of Contract

GCC Clause

GCC Clause

1.17 The Intended Completion Date shall be Ninety (90) calendar days from the receipt of the Notice to Proceed.

1.22 The Procuring Entity is

DUTY FREE PHILIPPINES CORPORATION EHA Building, Fiestamall, Columbia Complex Ninoy Aquino Avenue, Paranaque City

1.23 The Procuring Entity’s Representative is

Vicente Pelagio A. Angala Engr. Edgardo C. Isidro Chief Operating Officer FMD Manager Tel. Nos. (632) 879-3559 Telefax (632) 552 4336 Fax No. (632) 552-4301 [email protected]

1.24 The Site is located at

EHA Building, Duty Free Philippines, Ninoy Aquino Ave., Paranaque City and is defined in the attached drawings.

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

1.31 The Works consist of Supply of Materials and Labor for the Construction of Multi-Purpose Building.

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 Manager

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:

GCC Clause

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: [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 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 2017 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. Specifications

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

- Installation of temporary enclosure

- Excavation for CHB and column footing foundation and steel sheet piling

- Fabrication and installation of rebars for column footing and concrete columns

- Pouring of concrete for column footing foundation

- Fabrication and installation of forms for concrete columns

- Pouring of concrete for columns

- Stripping of forms at concrete columns

- Fabrication and installation of rebars for tie beams

- Fabrication and installation of forms for tie beams and concrete columns

- Pouring of concrete for tie beams and column

- Laying of concrete hollow blocks

- Stripping of forms at concrete column and tie beams

- 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 trillions and 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

B. 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.

STRUCTURAL SPECIFICATIONS

SECTION 01 FOUNDATION PREPARATION

1.1 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.

SECTION 02 CAST-IN-PLACE CONCRETE

2.1 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. 2.2 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.

2.3 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).

SECTION 03 PRODUCTS

3.1 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 harmful substances in solution or suspension, and shall be tested for suitability in accordance with ASTM Standard.

3.2 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 litres 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

3.3 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 obtained. 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.

SECTION 04 EXECUTION 4.1 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.

4.2 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.

4.3 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.

4.4 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 dry pack, rich mortar or concrete

with pea gravel 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. 4.5 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.

4.6 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.

4.7

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.

SECTION 05 REINFORCEMENT 5.1 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.

5.2 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.

5.3 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 gauges annealed steel wire.

5.4 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.

5.5 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.

MATERIAL SPECIFICATIONS A. TEMPORARY ENCLOSURE

- Use coco lumber for frames and nailers - Use 0.6mm x 1m x 2.4m rib type color roof (beige) 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 - 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 Specification 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)

The Net Financial Contracting Capacity (NFCC) based on the above data is computed as follows: NFCC = [(Current assets – current liabilities) (15)] minus value of all outstanding or uncompleted portions of the projects under ongoing contracts including awarded contracts yet to be started coinciding with the contract to be bid.

The values of the domestic bidder’s current assets and current liabilities shall be based on the latest Audited Financial Statements submitted to the BIR. NFCC = PhP ____________________________________

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 [Insert reference number]

To: [Insert name and address of the Procuring Entity]

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, within fifteen (15) days from receipt of written demand by the procuring entity for the

commission of acts resulting to the enforcement of the bid securing declaration under Sections

23.1(b), 34.2, 40.1 and 69.1, except 69.1 (f), of the IRR of RA 9184; without prejudice to other legal

action the government may undertake.

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 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 BIDDER’S AUTHORIZED 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. ______.

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.

AFFIDAVIT

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:

2. Select one, delete the other:

If a sole proprietorship: I am the sole proprietor or authorized representative 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];

3. Select one, delete the other:

If a sole proprietorship: As the owner and sole proprietor or authorized representative of [Name of

Bidder], I have full power and authority to do, execute and perform any and all acts necessary to

participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the

[Name of the Procuring Entity] [insert “as shown in the attached duly notarized Special Power of Attorney”

for the authorized representative];

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 to participate, submit the bid, and to sign and execute

the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], accompanied by the

duly notarized Special Power of Attorney, Board/Partnership Resolution, or Secretary’s Certificate,

whichever is applicable;

4. [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;

5. 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;

6. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized

representative(s) to verify all the documents submitted;

7. Select one, delete the rest:

If a sole proprietorship: The owner or sole proprietor is 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;

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

9. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder:

a) Carefully examine all of the Bidding Documents;

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].

e) Responsible for any erroneous interpretation or conclusion out of the data furnished by

the DFPC.

10. [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 [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 Community Tax Certificate 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. 4 Page 1 of 2

Bid Form

Date: _________________________

IB No: ________________________

To: MICHAEL JAMES V. CHUA

Duty Free Philippines Corporation

Fiestamall, 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 DFPC MULTI-PURPOSE BUILDING (FMD1713);

(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;

(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 Calculated Bid or any other Bid that you

may receive.

Bidding Form No. 4 Page 2 of 2

(j) We likewise certify/confirm that the undersigned, is the duly authorized representative of the

bidder, and granted full power and authority to do, execute and perform any all acts

necessary to participate, submit the bid, and to sign and execute the ensuing contract for the

CONSTRUCTION OF DFPC MULTI-PURPOSE BUILDING of Duty Free Philippines Corporation.

(k) We acknowledge that failure to sign each and every page of this Bid Form, including the Bill

of Quantities, shall be ground for the rejection of our bid.

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., 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 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; and all other documents submitted (e.g Bidder’s

response to request for clarifications on the bid), including corrections to the bid,

if any, resulting from the Procuring Entity’s bid evaluation;

(i) Eligibility requirements, documents and/or statements;

(j) Performance Security;

(k) Notice of Award of Contract and the Bidder’s conforme thereto;

(l) Other contract documents that may be required by existing laws and/or the

Entity.

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.

Bidding Form No. 6 Page 2 of 2

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 MULTI-PURPOSE BUILDING

Name and Signature of authorized representative

Position: ____________________________________

Bidder's Company Name: _______________________

Attested by:

____________________________

Elmer S. Cruz Procuring Entity’s Representative

Bidding Form No. 8

Request for Reconsideration Date of Issuance MICHAEL JAMES V. CHUA Duty Free Philippines Corporation Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque City Dear Sir: In relation to the results of the Bid Opening/Post-Qualification conducted for the bidding of the (Name of Project) held on (date and time) at (venue) , we would like to request for reconsideration the decision of “Ineligibility” of our of our firm on the following grounds: We are hoping for your consideration. Very truly yours, Name of the Representative of the Bidder Position of the Representative Name of the Bidder Received by the BAC: __________________________

Date:______________________


Recommended