+ All Categories
Home > Documents > REPAIR AND IMPROVEMENT OF PVAO FIELD SERVICE …

REPAIR AND IMPROVEMENT OF PVAO FIELD SERVICE …

Date post: 24-Dec-2021
Category:
Upload: others
View: 3 times
Download: 0 times
Share this document with a friend
102
Government of the Republic of the Philippines PHILIPPINE VETERANS AFFAIRS OFFICE Veterans Compound, Camp General Emilio Aguinaldo, Quezon City PHILIPPINE BIDDING DOCUMENTS REPAIR AND IMPROVEMENT OF PVAO FIELD SERVICE EXTENSION OFFICE (FSEO-9) ZAMBOANGA PROJECT LOCATION: CAMP DON BASILIO NAVARRO, UPPER CALARIAN, ZAMBOANGA CITY Sixth Edition
Transcript

Government of the Republic of the Philippines PHILIPPINE VETERANS AFFAIRS OFFICE

Veterans Compound, Camp General Emilio Aguinaldo, Quezon City

PHILIPPINE BIDDING DOCUMENTS

REPAIR AND IMPROVEMENT OF

PVAO FIELD SERVICE EXTENSION

OFFICE (FSEO-9) ZAMBOANGA

PROJECT LOCATION: CAMP DON BASILIO NAVARRO,

UPPER CALARIAN, ZAMBOANGA CITY

Sixth Edition

1

Preface

These Philippine Bidding Documents (PBDs) for the procurement of Infrastructure

Projects (hereinafter referred to also as the “Works”) through Competitive Bidding have been prepared by the Government of the Philippines for use by all branches, agencies, departments, bureaus, offices, or instrumentalities of the government, including government-

owned and/or -controlled corporations, government financial institutions, state universities and colleges, local government units, and autonomous regional government. The procedures and practices presented in this document have been developed through broad experience, and are for mandatory use in projects that are financed in whole or in part by the Government of

the Philippines or any foreign government/foreign or international financing institution in accordance with the provisions of the 2016 revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184.

The PBDs are intended as a model for admeasurements (unit prices or unit rates in a

bill of quantities) types of contract, which are the most common in Works contracting.

The Bidding Documents shall clearly and adequately define, among others: (i) the objectives, scope, and expected outputs and/or results of the proposed contract; (ii) the eligibility requirements of Bidders; (iii) the expected contract duration; and (iv)the

obligations, duties, and/or functions of the winning Bidder.

Care should be taken to check the relevance of the provisions of the PBDs against the requirements of the specific Works to be procured. If duplication of a subject is inevitable in other sections of the document prepared by the Procuring Entity, care must be exercised to

avoid contradictions between clauses dealing with the same matter.

Moreover, each section is prepared with notes intended only as information for the Procuring Entity or the person drafting the Bidding Documents. They shall not be included in the final documents. The following general directions should be observed when using the

documents:

a. All the documents listed in the Table of Contents are normally required for the procurement of Infrastructure Projects. However, they should be adapted as necessary to the circumstances of the particular Project.

b. Specific details, such as the “name of the Procuring Entity” and “address for bid submission,” should be furnished in the Instructions to Bidders, Bid Data Sheet, and Special Conditions of Contract. The final documents should contain neither blank spaces nor options.

c. This Preface and the footnotes or notes in italics included in the Invitation to Bid, BDS, General Conditions of Contract, Special Conditions of Contract, Specifications, Drawings, and Bill of Quantities are not part of the text of the final document, although they contain instructions that the Procuring Entity

should strictly follow.

d. The cover should be modified as required to identify the Bidding Documents as to the names of the Project, Contract, and Procuring Entity, in addition to date of issue.

2

e. Modifications for specific Procurement Project details should be provided in the Special Conditions of Contract as amendments to the Conditions of Contract. For easy completion, whenever reference has to be made to specific

clauses in the Bid Data Sheet or Special Conditions of Contract, these terms shall be printed in bold typeface on Sections I (Instructions to Bidders) and III (General Conditions of Contract), respectively.

f. For guidelines on the use of Bidding Forms and the procurement of Foreign-

Assisted Projects, these will be covered by a separate issuance of the Government Procurement Policy Board.

3

TABLE OF CONTENTS

GLOSSARY OF TERMS, ABBREVIATIONS, AND ACRONYMS ............................ 5

SECTION I. INVITATION TO BID ................................................................. 8

CHAIRMAN, PVAO BIDS AND AWARD COMMITTEE ....................................10

SECTION II. INSTRUCTIONS TO BIDDERS....................................................11

1. Scope of Bid ..................................................................................................... 12

2. Funding Information ......................................................................................... 12

3. Bidding Requirements....................................................................................... 12

4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices................... 12

5. Eligible Bidders ................................................................................................ 13

6. Origin of Associated Goods .............................................................................. 13

7. Subcontracts ..................................................................................................... 13

8. Pre-Bid Conference .......................................................................................... 13

9. Clarification and Amendment of Bidding Documents ........................................ 13

10. Documents Comprising the Bid: Eligibility and Technical Components .............. 14

11. Documents Comprising the Bid: Financ ial Component ...................................... 14

12. Alternative Bids................................................................................................ 14

13. Bid Prices ......................................................................................................... 15

14. Bid and Payment Currencies ............................................................................. 15

15. Bid Security...................................................................................................... 15

16. Sealing and Marking of Bids ............................................................................. 15

17. Deadline for Submission of Bids ....................................................................... 15

18. Opening and Preliminary Examination of Bids .................................................. 16

19. Detailed Evaluation and Comparison of Bids ..................................................... 16

20. Post Qualification ............................................................................................. 16

21. Signing of the Contract ..................................................................................... 16

SECTION III. BID DATA SHEET .................................................................17

SECTION IV. GENERAL CONDITIONS OF CONTRACT ...................................21

1. Scope of Contract ............................................................................................. 22

2. Sectional Completion of Works ......................................................................... 22

3. Possession of Site ............................................................................................. 22

4. The Contractor’s Obligations ............................................................................ 22

5. Performance Security ........................................................................................ 23

4

6. Site Investigation Reports ................................................................................. 23

7. Warranty .......................................................................................................... 23

8. Liability of the Contractor ................................................................................. 23

9. Termination for Other Causes ........................................................................... 23

10. Dayworks ......................................................................................................... 24

11. Program of Work .............................................................................................. 24

12. Instructions, Inspections and Audits .................................................................. 24

13. Advance Payment ............................................................................................. 24

14. Progress Payments ............................................................................................ 24

15. Operating and Maintenance Manuals ................................................................. 25

SECTION V. SPECIAL CONDITIONS OF CONTRACT ......................................26

SECTION VI. SPECIFICATIONS ..................................................................28

SECTION VII. DRAWINGS ........................................................................54

SECTION VIII. BILL OF QUANTITIES .........................................................80

SECTION IX. CHECKLIST OF TECHNICAL AND FINANCIAL DOCUMENTS ........85

FORMS ..................................................................................................88

5

Glossary of Terms, Abbreviations, and Acronyms

ABC – Approved Budget for the Contract.

ARCC – Allowable Range of Contract Cost.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to and in consonance with the requirements of the bidding documents. Also referred to as

Proposal and Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,

Section 5[d])

Bidding Documents – The documents issued by the Procuring Entity as the bases for bids, furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,

Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016 revised IRR, Section 5[e])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

CDA – Cooperative Development Authority.

Consulting Services – Refer to services for Infrastructure Projects and other types of projects or activities of the GOP requiring adequate external technical and professional expertise that are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:

(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv) construction supervision; (v) management and related services; and (vi) other technical services or special studies. (2016 revised IRR, Section 5[i])

Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier or Manufacturer or Distributor or Service Provider for procurement of Goods and Services; Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for Procurement of Consulting Services; as the case may be, as recorded in the Contract

Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring

Entity and to whom the Contract to execute the Work was awarded. Contractor as used in these Bidding Documents may likewise refer to a supplier, distributor, manufacturer, or consultant.

CPI – Consumer Price Index.

DOLE – Department of Labor and Employment.

6

DTI – Department of Trade and Industry. Foreign-funded Procurement or Foreign-Assisted Project – Refers to procurement whose funding source is from a foreign government, foreign or international financing institution as

specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section 5[b]).

GFI – Government Financial Institution.

GOCC – Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except

Consulting Services and Infrastructure Projects, which may be needed in the transaction of public businesses or in the pursuit of any government undertaking, project or activity, whether in the nature of equipment, furniture, stationery, materials for construction, or personal property of any kind, including non-personal or contractual services such as the

repair and maintenance of equipment and furniture, as well as trucking, hauling, janitorial, security, and related or analogous services, as well as procurement of materials and supplies provided by the Procuring Entity for such services. The term “related” or “analogous services” shall include, but is not limited to, lease or purchase of office space, media

advertisements, health maintenance services, and other services essential to the operation of the Procuring Entity. (2016 revised IRR, Section 5[r])

GOP – Government of the Philippines.

Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition, repair, restoration or maintenance of roads and bridges, railways, airports, seaports, communication facilities, civil works components of information technology projects,

irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste management systems, shore protection, energy/power and electrification facilities, national buildings, school buildings, hospital buildings, and other related construction projects of the government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PCAB – Philippine Contractors Accreditation Board.

PhilGEPS - Philippine Government Electronic Procurement System.

Procurement Project – refers to a specific or identified procurement covering goods,

infrastructure project or consulting services. A Procurement Project shall be described, detailed, and scheduled in the Project Procurement Management Plan prepared by the agency which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB Circular No. 06-2019 dated 17 July 2019)

PSA – Philippine Statistics Authority.

7

SEC – Securities and Exchange Commission. SLCC – Single Largest Completed Contract.

UN – United Nations.

8

Section I. Invitation to Bid

Notes on the Invitation to Bid The Invitation to Bid (IB) provides information that enables potential Bidders to decide whether to participate in the procurement at hand. The IB shall be posted in accordance

with Section 21.2 of the 2016 revised IRR of RA No. 9184. Apart from the essential items listed in the Bidding Documents, the IB should also indicate the following:

a. The date of availability of the Bidding Documents, which shall be from the time the

IB is first advertised/posted until the deadline for the submission and receipt of bids;

b. The place where the Bidding Documents may be acquired or the website where it

may be downloaded;

c. The deadline for the submission and receipt of bids; and

d. Any important bid evaluation criteria.

The IB should be incorporated into the Bidding Documents. The information contained in the IB must conform to the Bidding Documents and in particular to the relevant information in the Bid Data Sheet.

9

Republic of the Philippines Department of National Defense

PHILIPPINE VETERANS AFFAIRS OFFICE Veterans Compound

Camp General Emilio Aguinaldo, Quezon City

INVITATION TO BID FOR THE

REPAIR AND IMPROVEMENT OF PVAO FIELD SERVICE EXTENSION OFFICE

(FSEO-9) ZAMBOANGA

1. The Philippine Veterans Affairs Office , through the General Appropriations Act

FY 2021 intends to apply the sum of One Million Five Hundred Thousand Pesos

(Php1,500,000.00) being the Approved Budget for the Contract (ABC) to payments under the contract for REPAIR AND IMPROVEMENT OF PVAO FIELD SERVICE EXTENSION OFFICE (FSEO-9) ZAMBOANGA with Project Identification No.

PVAO-ITB-26-ZAMBOANGA-2021. Bids received in excess of the ABC shall be automatically rejected at bid opening.

2. The Philippine Veterans Affairs Office now invites bids for the above Procurement

Project. Completion of the Works is required within Ninety (90) Calendar Days . Bidders should have completed 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).

3. Bidding will be conducted through open competitive bidding procedures using non-

discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184.

4. Interested bidders may obtain further information from PVAO BAC Secretariat and

inspect the Bidding Documents at the address given below during office hours, 8:00 o’clock in the morning to 5:00 o’clock in the afternoon Mondays thru Fridays.

5. A complete set of Bidding Documents may be acquired by interested bidders on 08

November - 29 November 2021 from given address and upon payment of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by

the GPPB, in the amount of Php5,000.00. It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and PVAO website:

https://pvao.gov.ph/, provided that Bidders shall pay the applicable fee for the Bidding Documents not later than the submission of their bids.

6. The Philippine Veterans Affairs Office will hold a Pre-Bid Conference1 on 16

November 2021, 10:00 am at LAD Conference Room, Veterans Compound, Camp

1 May be deleted in case the ABC is less than One Million Pesos (PhP1,000,000) where the Procuring Entity may not hold a

pre-bid conference.

10

General Emilio Aguinaldo, Quezon City through video conferencing which shall be open to prospective bidders.

7. Bids must be duly received by the BAC Secretariat through manual submission at the

office address indicated below, on or before 09:30 am 29 November 2021. Late bids shall not be accepted.

8. All bids must be accompanied by a bid security in any of the acceptable forms and in

the amount stated in ITB Clause 16.

9. Bid opening shall be on 10:00 am 29 November 2021 at the LAD Conference Room, Veterans Compound, Camp General Emilio Aguinaldo, Quezon City via video

conferencing. Bids will be opened in the presence of the bidders’ representatives who choose to attend the activity.

10. The Philippine Veterans Affairs Office reserves the right to reject any and all bids,

declare a failure of bidding, or not award the contract at any time prior to contract award in accordance with Sections 35.6 and 41 of the 2016 revised IRR of RA No. 9184, without thereby incurring any liability to the affected bidder or bidders.

11. For further information, please refer to: Engr. Diomedes C. Palor Head, PVAO BAC Secretariat

PVAO-Bids and Awards Committee Secretariat 2

nd Floor Building No. 4 (Procurement Office)

Veterans Compound, Camp General Emilio Aguinaldo, Quezon City Email Address: [email protected]

Fax Number: 8912-4649 / Telephone Number: 8912-4762

12. You may visit the following websites:

For downloading of Bidding Documents:

1. PVAO Website - https://pvao.gov.ph/

2. Philippine Government Electronic Procurement System (PhilGEPS) Website

8 November 2021

______________________________________

ATTY. ROLANDO D. VILLAFLOR

Chairman, PVAO Bids and Award Committee

11

Section II. Instructions to Bidders

Notes on the Instructions to Bidders

This Section on the Instruction to Bidders (ITB) provides the information necessary for bidders to prepare responsive bids, in accordance with the requirements of the Procuring

Entity. It also provides information on bid submission, eligibility check, opening and evaluation of bids, post-qualification, and on the award of contract.

12

1. Scope of Bid

The Procuring Entity, Philippine Veterans Affairs Office invites Bids for the REPAIR

AND IMPROVEMENT OF PVAO FIELD SERVICE EXTENSION OFFICE (FSEO-9) ZAMBOANGA with Project Identification No. PVAO-ITB-26-

ZAMBOANGA-2021.

The Procurement Project (referred to herein as “Project”) is for the construction of Works, as described in Section VI (Specifications).

2. Funding Information

2.1. The GOP through the source of funding as indicated below for 2021 in the amount of One Million Five Hundred Thousand Pesos (Php1,500,000.00).

2.2. The source of funding is NGA, the General Appropriations Act or Special

Appropriations.

3. Bidding Requirements

The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and its 2016 revised IRR, including its Generic Procurement Manual and associated policies, rules and regulations as the primary source thereof, while the herein clauses shall serve as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only to the ongoing posting, advertisement, or invitation to bid by the BAC through the issuance of a supplemental or bid bulletin.

The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the site, determined the general characteristics of the contracted Works and the conditions for this Project, such as the location and the nature of the work; (b) climatic

conditions; (c) transportation facilities; (c) nature and condition of the terrain, geological conditions at the site communication facilities, requirements, location and availability of construction aggregates and other materials, labor, water, electric power and access roads; and (d) other factors that may affect the cost, duration and

execution or implementation of the contract, project, or work and examine all instructions, forms, terms, and project requirements in the Bidding Documents.

4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices

The Procuring Entity, as well as the Bidders and Contractors, shall observe the highest standard of ethics during the procurement and execution of the contract. They or through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No.

9184 or other integrity violations in competing for the Project.

13

5. Eligible Bidders

5.1. Only Bids of Bidders found to be legally, technically, and financially capable

will be evaluated.

5.2. The Bidder must have an experience of having completed a Single Largest Completed Contract (SLCC) that is similar to this Project, equivalent to at

least fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to current prices using the PSA’s CPI, except under conditions provided for in Section 23.4.2.4 of the 2016 revised IRR of RA No. 9184.

A contract is considered to be “similar” to the contract to be bid if it has the major categories of work stated in the BDS.

5.3. For Foreign-funded Procurement, the Procuring Entity and the foreign

government/foreign or international financing institution may agree on another track record requirement, as specified in the Bidding Document prepared for this purpose.

5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of the 2016 IRR of RA No. 9184.

6. Origin of Associated Goods

There is no restriction on the origin of Goods other than those prohibited by a decision of the UN Security Council taken under Chapter VII of the Charter of the UN.

7. Subcontracts

7.1. The Bidder may subcontract portions of the Project to the extent allowed by the Procuring Entity as stated herein, but in no case more than fifty percent

(50%) of the Project. The Procuring Entity has prescribed that Subcontracting is not allowed.

8. Pre-Bid Conference

The Procuring Entity will hold a pre-bid conference for this Project on the specified date and time and either at its physical address and/or through

videoconferencing/webcasting as indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents

Prospective bidders may request for clarification on and/or interpretation of any part

of the Bidding Documents. Such requests must be in writing and received by the Procuring Entity, either at its given address or through electronic mail indicated in the IB, at least ten (10) calendar days before the deadline set for the submission and receipt of Bids.

14

10. Documents Comprising the Bid: Eligibility and Technical Components

10.1. The first envelope shall contain the eligibility and technical documents of the

Bid as specified in Section IX. Checklist of Technical and Financial

Documents .

10.2. If the eligibility requirements or statements, the bids, and all other documents

for submission to the BAC are in foreign language other than English, it must be accompanied by a translation in English, which shall be authenticated by the appropriate Philippine foreign service establishment, post, or the equivalent office having jurisdiction over the foreign bidder’s affairs in the

Philippines. For Contracting Parties to the Apostille Convention, only the translated documents shall be authenticated through an apostille pursuant to GPPB Resolution No. 13-2019 dated 23 May 2019. The English translation shall govern, for purposes of interpretation of the bid.

10.3. A valid PCAB License is required, and in case of joint ventures, a valid

special PCAB License, and registration for the type and cost of the contract for this Project. Any additional type of Contractor license or permit shall be

indicated in the BDS.

10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project Engineers, Materials Engineers, and Foremen) assigned to the contract to be

bid, with their complete qualification and experience data shall be provided. These key personnel must meet the required minimum years of experience set in the BDS.

10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or under purchase agreements, supported by proof of ownership, certification of availability of equipment from the equipment lessor/vendor for the duration of the project, as the case may be, must meet the minimum requirements for the

contract set in the BDS.

11. Documents Comprising the Bid: Financial Component

11.1. The second bid envelope shall contain the financial documents for the Bid as specified in Section IX. Checklist of Technical and Financial Documents .

11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be

accepted.

11.3. For Foreign-funded procurement, a ceiling may be applied to bid prices provided the conditions are met under Section 31.2 of the 2016 revised IRR of

RA No. 9184.

12. Alternative Bids

15

Bidders shall submit offers that comply with the requirements of the Bidding Documents, including the basic technical design as indicated in the drawings and specifications. Unless there is a value Engineering clause in the BDS, alternative Bids shall not be accepted.

13. Bid Prices

All bid prices for the given scope of work in the Project as awarded shall be

considered as fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances as determined by the NEDA and approved by the GPPB pursuant to the revised Guidelines for Contract Price Escalation guidelines.

14. Bid and Payment Currencies

14.1. Bid prices may be quoted in the local currency or tradeable currency accepted by the BSP at the discretion of the Bidder. However, for purposes of bid

evaluation, Bids denominated in foreign currencies shall be converted to Philippine currency based on the exchange rate as published in the BSP reference rate bulletin on the day of the bid opening.

14.2. Payment of the contract price shall be made in Philippine Pesos

15. Bid Security

15.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security in the amount indicated in the BDS, which shall be not less than the percentage of the ABC in accordance with the schedule in the BDS.

15.2. The Bid and bid security shall be valid until120 calendar days from the date of the submission and opening of the bids. Any bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non-responsive.

16. Sealing and Marking of Bids Each Bidder shall submit one copy of the first and second components of its Bid.

The Procuring Entity may request additional hard copies and/or electronic copies of the Bid. However, failure of the Bidders to comply with the said request shall not be a ground for disqualification.

If the Procuring Entity allows the submission of bids through online submission to the given website or any other electronic means, the Bidder shall submit an electronic copy of its Bid, which must be digitally signed. An electronic copy that cannot be opened or is corrupted shall be considered non-responsive and, thus, automatically

disqualified.

17. Deadline for Submission of Bids

16

The Bidders shall submit on the specified date and time and either at its physical address or through online submission as indicated in paragraph 7 of the IB.

18. Opening and Preliminary Examination of Bids

18.1. The BAC shall open the Bids in public at the time, on the date, and at the place specified in paragraph 9 of the IB. The Bidders’ representatives who are

present shall sign a register evidencing their attendance. In case videoconferencing, webcasting or other similar technologies will be used, attendance of participants shall likewise be recorded by the BAC Secretariat.

In case the Bids cannot be opened as scheduled due to justifiable reasons, the rescheduling requirements under Section 29 of the 2016 revised IRR of RA No. 9184 shall prevail.

18.2. The preliminary examination of Bids shall be governed by Section 30 of the 2016 revised IRR of RA No. 9184.

19. Detailed Evaluation and Comparison of Bids

19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation of all Bids rated “passed” using non-discretionary pass/fail criteria. The BAC shall consider the conditions in the evaluation of Bids under Section 32.2 of

2016 revised IRR of RA No. 9184.

19.2. If the Project allows partial bids, all Bids and combinations of Bids as indicated in the BDS shall be received by the same deadline and opened and

evaluated simultaneously so as to determine the Bid or combination of Bids offering the lowest calculated cost to the Procuring Entity. Bid Security as required by ITB Clause 15 shall be submitted for each contract (lot) separately.

19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016

revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for all the lots participated in by the prospective Bidder.

20. Post Qualification

Within a non-extendible period of five (5) calendar days from receipt by the Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall

submit its latest income and business tax returns filed and paid through the BIR Electronic Filing and Payment System (eFPS), and other appropriate licenses and permits required by law and stated in the BDS.

21. Signing of the Contract

The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall form part of the Contract. Additional Contract documents are indicated in the BDS.

17

Section III. Bid Data Sheet

Notes on the Bid Data Sheet (BDS)

The Bid Data Sheet (BDS) consists of provisions that supplement, amend, or specify in detail, information, or requirements included in the ITB found in Section II, which are specific to each procurement.

This Section is intended to assist the Procuring Entity in providing the specific information in relation to corresponding clauses in the ITB and has to be prepared for each specific procurement.

The Procuring Entity should specify in the BDS information and requirements specific to the circumstances of the Procuring Entity, the processing of the procurement, and the bid evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects should be checked:

a. Information that specifies and complements provisions of the ITB must be

incorporated.

b. Amendments and/or supplements, if any, to provisions of the ITB as necessitated by the circumstances of the specific procurement, must also be incorporated.

18

Bid Data Sheet ITB Clause

5.2 For this purpose, contracts similar to the Project refer to contracts which have the same major categories of work, which shall be Construction and Repair of Building.

7.1 Subcontracting is not allowed.

10.1 The first envelope shall contain the eligibility and technical documents of the

Bid as specified in Section IX (Checklist of Technical and Financial

Documents). For Class “A” Documents (Legal Documents), If PhilGEPS Platinum

Certificate of Registration is not available or the Annex A is not updated during the opening of the bids, the following shall be submitted, together with the PhilGEPS Certificate of Registration:

1. SEC Registration, DTI Registration, or CDA for Cooperatives 2. Valid and Current Mayor’s or Business permit 3. Tax Clearance 4. Philippine Contractors Accreditation Board (PCAB) license and registration

In case of recently expired Mayor’s/Business permit, it shall be accepted together with its official receipt as proof that the bidder has applied for renewal within the period prescribed by the concerned local government unit,

provided that the renewed permit shall be submitted after award of contract but before payment in accordance with item 6.2 of Government Procurement Policy Board (GPPB) Resolution No. 09-2020.

In case the PhilGEPS Platinum Certificate of Registration is not available during bid submission, it shall be submitted as a post-qualification requirement, in accordance with Section 34.2 of the 2016 Revised IRR of R.A. No. 9184.

10.3 Valid PCAB License – Size Range: Small B; License Category: C and D or higher

10.4

The key personnel must meet the required minimum years of experience set below:

KEY PERSONNEL GENERAL EXPERIENCE

RELEVANT EXPERIENCE

Project Engineer – 1 Construction Management

3 Years Minimum

Foreman – 1 Construction

Management

2 Years Minimum

10.5 The minimum major equipment requirements are the following:

Equipment Number of Units

Welding Machine 1 Unit

19

Dump Truck 1 Unit

List of equipment must be supported by the following documents:

a) Owned - Official Receipt or Sales Invoice or Affidavit of Ownership b) Leased/Under Purchase Agreements - Certification of Availability of

Equipment from the equipment lessor/vendor for the duration of the project.

11.1 The second bid envelope shall contain the financial documents for the Bid as specified in Section IX. Checklist of Technical and Financial Documents . For the submission of bidders’ Audited Financial Statements, the following

shall be accepted:

Audited Financial Statement (AFS) manually stamped “received” by

the BIR or its duly accredited and authorized institutions; or

Electronic Audited Financial Statement (eAFS) provided that it will bear proof / evidence that the eSubmission uploads were found to be valid files and duly received by the BIR pursuant to Revenue

Memorandum Circular No. 43-2021. Each bidder is also requested to submit a soft copy of Bill of Quantities and

Detailed Estimates with Summary Sheet in USB/Flash Drive (in Microsoft

Excel and PDF Format). 15.1 The bid security shall be in the form of a Bid Securing Declaration or any of

the following forms and amounts:

a. The amount of not less than Php30,000.00 (2% of ABC) if bid

security is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit;

b. The amount of not less than Php75,000.00 (5% of ABC) if bid

security is in Surety Bond.

16 Each Bidder shall submit one (1) original or certified true copy of the first and second components of its bid. Each Bidder is also requested to submit additional four (4) photocopies of

the first and second components of its bid. Any documents to be submitted by the bidders during the bid opening must be original or a machine copy duly certified as a faithful reproduction of the

original by the bidder or its duly authorized representative. The PVAO BAC will not accept any documents other than the original or a machine copy certified by the bidder or its duly authorized representative during the Bid Opening.

19.2 Partial bid is not allowed. The goods are grouped in a single lot and the lot shall not be divided into sub-lots for the purpose of bidding, evaluation, and contract award.

20

20 Post-Qualification Requirements 1. Latest income and business tax returns filed and paid through the BIR

Electronic Filing and Payment System (eFPS) 2. Valid and updated PhilGEPS Certificate of Registration (Platinum

Membership)

In case the PhilGEPS Platinum Certificate of Registration was not available during bid submission, it shall be submitted as a post-qualification requirement, in accordance with Section 34.2 of the 2016 Revised IRR of R.A. No. 9184.

21

Additional contract documents relevant to the Project that may be required by existing laws and/or the Procuring Entity, such as:

Construction Schedule and S-curve,

Manpower Schedule,

Construction Methods,

Equipment Utilization Schedule,

Construction Safety and Health Program approved by the DOLE,

And other acceptable tools of project scheduling (PERT/CPM).

21

Section IV. General Conditions of Contract

Notes on the General Conditions of Contract The General Conditions of Contract (GCC) in this Section, read in conjunction with the Special Conditions of Contract in Section V and other documents listed therein, should be a

complete document expressing all the rights and obligations of the parties. Matters governing performance of the Contractor, payments under the contract, or matters affecting the risks, rights, and obligations of the parties under the contract are included in the

GCC and Special Conditions of Contract. Any complementary information, which may be needed, shall be introduced only through the Special Conditions of Contract.

22

1. Scope of Contract

This Contract shall include all such items, although not specifically mentioned, that can be reasonably inferred as being required for its completion as if such items were

expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised IRR, including the Generic Procurement Manual, and associated issuances, constitute the primary source for the terms and conditions of the Contract, and thus, applicable in contract implementation. Herein clauses shall serve as the secondary source for the

terms and conditions of the Contract. This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No. 9184 allowing the GPPB to amend the IRR, which shall be applied to all

procurement activities, the advertisement, posting, or invitation of which were issued after the effectivity of the said amendment.

2. Sectional Completion of Works

If sectional completion is specified in the Special Conditions of Contract (SCC), references in the Conditions of Contract to the Works, the Completion Date, and the Intended Completion Date shall apply to any Section of the Works (other than references to the Completion Date and Intended Completion Date for the whole of the

Works).

3. Possession of Site

3.1 The Procuring Entity shall give possession of all or parts of the Site to the Contractor based on the schedule of delivery indicated in the SCC, which corresponds to the execution of the Works. If the Contractor suffers delay or incurs cost from failure on the part of the Procuring Entity to give possession

in accordance with the terms of this clause, the Procuring Entity’s Representative shall give the Contractor a Contract Time Extension and certify such sum as fair to cover the cost incurred, which sum shall be paid by Procuring Entity.

3.2 If possession of a portion is not given by the above date, the Procuring Entity

will be deemed to have delayed the start of the relevant activities. The resulting adjustments in contract time to address such delay may be addressed

through contract extension provided under Annex “E” of the 2016 revised IRR of RA No. 9184.

4. The Contractor’s Obligations

The Contractor shall employ the key personnel named in the Schedule of Key Personnel indicating their designation, in accordance with ITB Clause 10.3 and specified in the BDS, to carry out the supervision of the Works.

The Procuring Entity will approve any proposed replacement of key personnel only if their relevant qualifications and abilities are equal to or better than those of the personnel listed in the Schedule.

23

5. Performance Security

5.1. Within ten (10) calendar days from receipt of the Notice of Award from the

Procuring Entity but in no case later than the signing of the contract by both parties, the successful Bidder shall furnish the performance security in any of the forms prescribed in Section 39 of the 2016 revised IRR.

5.2. The Contractor, by entering into the Contract with the Procuring Entity, acknowledges the right of the Procuring Entity to institute action pursuant to RA No. 3688 against any subcontractor be they an individual, firm, partnership, corporation, or association supplying the Contractor with labor,

materials and/or equipment for the performance of this Contract.

6. Site Investigation Reports

The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports

referred to in the SCC supplemented by any information obtained by the Contractor.

7. Warranty

7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2 of the 2016 revised IRR, the Procuring Entity shall forfeit its performance security, subject its property(ies) to attachment or garnishment proceedings, and perpetually disqualify it from participating in any public bidding. All

payables of the GOP in his favor shall be offset to recover the costs.

7.2. The warranty against Structural Defects/Failures, except that occasioned-on force majeure, shall cover the period from the date of issuance of the

Certificate of Final Acceptance by the Procuring Entity. Specific duration of the warranty is found in the SCC.

8. Liability of the Contractor

Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability under this Contract shall be as provided by the laws of the Republic of the Philippines.

If the Contractor is a joint venture, all partners to the joint venture shall be jointly and

severally liable to the Procuring Entity.

9. Termination for Other Causes

Contract termination shall be initiated in case it is determined prima facie by the Procuring Entity that the Contractor has engaged, before, or during the implementation of the contract, in unlawful deeds and behaviors relative to contract acquisition and implementation, such as, but not limited to corrupt, fraudulent,

collusive, coercive, and obstructive practices as stated in ITB Clause 4.

24

10. Dayworks

Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of RA No. 9184, and if applicable as indicated in the SCC, the Dayworks rates in the Contractor’s Bid shall be used for small additional amounts of work only when the Procuring Entity’s Representative has given written instructions in advance for

additional work to be paid for in that way.

11. Program of Work

11.1. The Contractor shall submit to the Procuring Entity’s Representative for

approval the said Program of Work showing the general methods, arrangements, order, and timing for all the activities in the Works. The submissions of the Program of Work are indicated in the SCC.

11.2. The Contractor shall submit to the Procuring Entity’s Representative for approval an updated Program of Work at intervals no longer than the period stated in the SCC. If the Contractor does not submit an updated Program of Work within this period, the Procuring Entity’s Representative may withhold

the amount stated in the SCC from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program of Work has been submitted.

12. Instructions, Inspections and Audits

The Contractor shall permit the GOP or the Procuring Entity to inspect the Contractor’s accounts and records relating to the performance of the Contractor and to

have them audited by auditors of the GOP or the Procuring Entity, as may be required.

13. Advance Payment

The Procuring Entity shall, upon a written request of the Contractor which shall be submitted as a Contract document, make an advance payment to the Contractor in an amount not exceeding fifteen percent (15%) of the total contract price, to be made in lump sum, or at the most two installments according to a schedule specified in the

SCC, subject to the requirements in Annex “E” of the 2016 revised IRR of RA No. 9184.

14. Progress Payments

The Contractor may submit a request for payment for Work accomplished. Such requests for payment shall be verified and certified by the Procuring Entity’s Representative/Project Engineer. Except as otherwise stipulated in the SCC, materials and equipment delivered on the site but not completely put in place shall not

be included for payment.

25

15. Operating and Maintenance Manuals

15.1. If required, the Contractor will provide “as built” Drawings and/or operating and maintenance manuals as specified in the SCC.

15.2. If the Contractor does not provide the Drawings and/or manuals by the dates

stated above, or they do not receive the Procuring Entity’s Representative’s approval, the Procuring Entity’s Representative may withhold the amount

stated in the SCC from payments due to the Contractor.

26

Section V. Special Conditions of Contract

Notes on the Special Conditions of Contract

Similar to the BDS, the clauses in this Section are intended to assist the Procuring Entity in providing contract-specific information in relation to corresponding clauses in the GCC found in Section IV.

The Special Conditions of Contract (SCC) complement the GCC, specifying contractual requirements linked to the special circumstances of the Procuring Entity, the Procuring Entity’s country, the sector, and the Works procured. In preparing this Section, the following aspects should be checked:

a. Information that complements provisions of the GCC must be incorporated.

b. Amendments and/or supplements to provisions of the GCC as necessitated by the

circumstances of the specific purchase, must also be incorporated.

However, no special condition which defeats or negates the general intent and purpose of the provisions of the GCC should be incorporated herein.

27

Special Conditions of Contract

GCC Clause

4.1 The Procuring Entity shall give possession of all parts of the Site to the

Contractor upon receipt of Notice to Proceed.

7.2 The warranty against Structural Defects/Failures is Five (5) years.

10 Dayworks are applicable at the rate shown in the Contractor’s original Bid.

11.1 The Contractor shall submit the Program of Work to the Procuring

Entity’s Representative within Ten (10) calendar days of delivery of the Notice of Award.

11.2 The amount to be withheld for late submission of an updated Program of Work is five percent (5%) of contract amount

13 The amount of the advance payment is equivalent to 15% of the

contract price can be released upon the request and subject to the provision stated in the GCC.

14 Progress Payment Schedule: Request for succeeding progress payments shall be allowed only at 50%, 75% of actual work accomplished and

upon final completion (100%) as certified by the Procuring Entity’s Representative. Materials and equipment delivered on the site but not completely put in

place shall not be included for payment.

15.1 The date by which operating and maintenance manuals are required is Thirty (30) calendar days after completion.

The date by which “as built” drawings are required is Thirty (30)

calendar days after completion.

15.2 The amount to be withheld for failing to produce “as built” drawings and/or operating and maintenance manuals by the date required is five

percent (5%) of contract amount.

28

Section VI. Specifications

Notes on Specifications A set of precise and clear specifications is a prerequisite for Bidders to respond realistically and competitively to the requirements of the Procuring Entity without

qualifying or conditioning their Bids. In the context of international competitive bidding, the specifications must be drafted to permit the widest possible competition and, at the same time, present a clear statement of the required standards of workmanship, materials, and performance of the goods and services to be procured. Only if this is done will the

objectives of economy, efficiency, and fairness in procurement be realized, responsiveness of Bids be ensured, and the subsequent task of bid evaluation facilitated. The specifications should require that all goods and materials to be incorporated in the Works be new, unused, of the most recent or current models, and incorporate all recent

improvements in design and materials unless provided otherwise in the Contract. Samples of specifications from previous similar projects are useful in this respect. The use of metric units is mandatory. Most specifications are normally written specially by the

Procuring Entity or its representative to suit the Works at hand. There is no standard set of Specifications for universal application in all sectors in all regions, but there are established principles and practices, which are reflected in these PBDs.

There are considerable advantages in standardizing General Specifications for repetitive Works in recognized public sectors, such as highways, ports, railways, urban housing, irrigation, and water supply, in the same country or region where similar conditions prevail. The General Specifications should cover all classes of workmanship, materials,

and equipment commonly involved in construction, although not necessarily to be used in a particular Works Contract. Deletions or addenda should then adapt the General Specifications to the particular Works.

Care must be taken in drafting specifications to ensure that they are not restrictive. In the specification of standards for goods, materials, and workmanship, recognized international standards should be used as much as possible. Where other particular standards are used, whether national standards or other standards, the specifications should state that goods,

materials, and workmanship that meet other authoritative standards, and which ensure substantially equal or higher quality than the standards mentioned, will also be acceptable. The following clause may be inserted in the SCC.

Sample Clause: Equivalency of Standards and Codes

Wherever reference is made in the Contract to specific standards and codes to be met by the goods and materials to be furnished, and work performed or tested, the provisions of

the latest current edition or revision of the relevant standards and codes in effect shall apply, unless otherwise expressly stated in the Contract. Where such standards and codes are national, or relate to a particular country or region, other authoritative standards that

29

ensure a substantially equal or higher quality than the standards and codes specified will be

accepted subject to the Procuring Entity’s Representative’s prior review and written consent. Differences between the standards specified and the proposed alternative standards shall be fully described in writing by the Contractor and submitted to the Procuring Entity’s Representative at least twenty-eight (28) days prior to the date when the

Contractor desires the Procuring Entity’s Representative’s consent. In the event the Procuring Entity’s Representative determines that such proposed deviations do not ensure substantially equal or higher quality, the Contractor shall comply with the standards specified in the documents.

These notes are intended only as information for the Procuring Entity or the person drafting the Bidding Documents. They should not be included in the final Bidding Documents.

30

SECTION 1. SPECIAL CONDITION

1.1 SITE INVESTIGATION AND REPRESENTATION

The contractor acknowledges that he has satisfied upon transportation, disposal handling and storage of materials and availability of labor, water, and electric quality and quantity

of surface and sub-surface materials to be encountered; the character of equipment and facilities needed preliminary to and during the prosecution of the work; and all other matters which in a way may affect the work or cost under this contract.

1.2 COMMENCEMENT, PROSECUTION AND COMPLETION

To guarantee the faithful performance of the contractor of its obligation under the contract, it shall post a performance security prior to the signing of the contract. This

performance security shall be valid until the issuance by the procuring entity of the Certificate of Final Completion and Acceptance. The Contractor will be required to prosecute said work with due diligence, faithfulness

and energy, the time stated for completion shall include clean-up of the premises and adjacent areas affected by the project. In case of failure on the part of the contractor to complete the work within the time fixed

in the contract or any extension thereof, the Contractor shall pay the Philippine Government as liquidated damages for each calendar day of delay until the work is completed and accepted, the sum of one tenth of one percent of the contract cost of the unfinished works amount per day.

1.3 PLANS, DRAWINGS, MAPS, SPECIFICATIONS AND SCHEDULES

The contractor shall submit Construction Schedule in the form of S-Curve and Pert CPM,

equipment schedule, and manpower schedule and as required by the PVAO Engineer prior to the commencement. Also the contractor shall keep at the site a copy of the plans and drawings, specifications and schedules and shall at all times give the PVAO Engineer access thereto. These drawings, maps and specifications are property of the PVAO and

shall be surrendered before final acceptance of the project and/or construction.

1.4 WATER

All water bills shall be at expense of PVAO. The PVAO shall furnish all water necessary for the proper prosecution of the work covered by the contract. All such connection shall be removed by the contractor when the temporary service is no longer needed.

1.5 ELECTRICITY

All electric bills shall be at expense of PVAO. The PVAO shall furnish all the electricity necessary for the proper prosecution of the work covered by the contract. All such

31

connection shall be removed by the contractor when the temporary service is no longer needed.

1.6 LABOR

The contractor shall comply with the existing rules and regulations applicable to the jurisdiction wherein the work is performed with respect to conditions or employment and wage rate of laborers and other personnel in connection with the project.

1.7 PROTECTION OF EXISTING STRUCTURES, UTILITIES, AND WORK

The Contractor shall protect all existing structures, utilities and work of any kind against

damage or interruption of services. Damage or interruption of service occurred therein shall be restored immediately by or at the expense of the contractor. In case there are materials, equipment and furniture that will cause obstruction during the execution of works, the contractor shall be responsible for transferring and returning back the same to

its original and/or designated location.

1.8 SITE POSSESION

The PVAO shall grant site possession of the site to the Contractor in carrying out the specified works.

1.9 LICENSED PROFESSIONAL

The contractor shall use on the project, a sufficient number of licensed architect or engineer to carry on the work in a manner acceptable to the project inspector.

1.10 SPECIAL CONDITIONS FOR FINAL PAYMENTS

Application for final payment shall be accomplished with Statement of Worked Accomplished based on the construction schedule and bill of quantities, Inspection report

by PVAO Engineer, Approved Request for Variation Orders if applicable, Photos before, during and after the construction of items of work accomplished, and submission of final As-Built Plans signed and sealed by a Licensed Engineer.

1.11 SUSPENSION OF WORK

Any suspension of work must be duly justified by the project representative of the contractor and must be transmitted by the fastest means available direct to the Philippine

Veterans Affairs Office within 24 hours from date of suspension, copy furnished other offices concerned. Decision thereon will be transmitted to the PVAO Engineer for appropriate action.

SECTION 2. STATEMENT OF WORK

2.1 SCOPE

32

The work consists of furnishing all material, labor, equipment and performing all operations necessary in the in accordance with approved plans and specification.

2.2 DESCRIPTION OF WORK

SCOPE OF WORKS

A. General Requirement

A.1. Mobilization and Demobilization A.2 Permits and Clearances A.3 Occupational Health and Safety A.4 Project Billboard

B. Demolition, Hauling, Excavation and Backfilling Works B.1 Demolition, Haul out and Modification of Existing Structures B.2 Clearing and Grubbing

B.3 Excavation Works

C. Reinforced Concreting Works C.1 Reinforced Concreting Works

D. Steel and Roofing Works D.1 Fabrication and Installation of Base plates and Trusses D.2 New Roofing Works

D.3 Application of Sealant and Replacement of Valley Gutter on old Roof

E. Construction of Walls, Trench Drain and Ceiling E.1 Construction of Masonry Walls E.2 Construction of Trench Drain

E.3 Construction of Ceiling

F. Installation of Stainless Steels, Acrylic Shields and Slotted Steel Shelves F.1 Supply and installation of Stainless Steel Signage and logo

F.2 Supply and installation of Acrylic Shield at Front Line Counter F.3 Fabrication and Installation of Slotted steel Shelves

G. Installation of Tiles and Cabinets as per plan

G.1 Concrete Topping works G.2 Installation of Floor and Wall Tiles finishes and accessories G.3 Installation of Countertop tiles and Fabrication of Cabinets

H. Installation of Doors and Relocation of Windows H.1 Supply and Installation of Doors, Door Hardware and accessories H.2 Relocation of Windows and Grilles

I. Electrical Works I.1 Installation of Wirings, Cables and fittings I.2 Installation of lightings, switches and outlets I.3 Installation of Panel Board and Breakers

33

J. Plumbing Works J.1 Installation of Water line pipes and fittings J.2 Installation of Sewer, Vent, Drainage line pipes and fittings J.3 Installation of fixtures and railing

K. Painting Works K.1 Painting Works

i. Painting in three (3) coat application of all structure including the walls,

floors and column of all Concrete structure, Fiber Cement and Gypsum as per plan.

ii. Painting in three (3) coat application of Wooden features as per plan. iii. Primer Painting of Steel Structures.

L. Mechanical Works L.1 Supply and Installation of Air-Conditioning Units L.2 Re-installation of Air-conditioning Units

M. Supply and Delivery of Furniture M.1 Supply and Delivery of Furniture

Note: All construction debris such as concrete, wood, earth and other debris accumulated during the construction shall be hauled and disposed the same in proper disposal area at the expense of the contractor however materials removed with corresponding value shall remain and shall be hauled in a designated end user’s staging

area.

2.3 COORDINATION OF WORK The schedule of order and progress of work that the contractor shall submit must be

adapted and coordinated with the PVAO Engineer. In case where the contractor has accidentally destroyed existing structures, furniture, and equipment during the execution of the works or to destroy existing structures to accommodate his/her work, he/she shall repair the damages and restore the said structure to their original condition or replaced or

repair the furniture and equipment as the case maybe at his own expense.

SECTION 3. GENERAL REQUIREMENTS, MOBILIZATION AND

DEMOBILIZATION

3.0 SCOPE

The work includes mobilization and demobilization of equipment, materials, and

employees to the site. Also includes furnishing of labor, materials, tools, equipment, supplies, and appurtenance necessary to complete the construction of temporary facilities and project billboards needed in the project. Also includes securing of permits to national and local authorities such as but not limited to building permit, demolition permit,

sanitary and environmental permit necessary to start the project.

3.1 MOBILIZATION/DEMOBILIZATION

34

The contractor upon receipt of the notice to proceed shall immediately mobilize and transport his equipment materials and employees to the site and demobilize and remove the same after the completion of the project. Also all kinds of construction debris shall be hauled by the contractor and disposed the same in a proper place of disposal at his own

expense.

3.2 SECURITY

All personnel of the contractor shall be subject to existing security protocols implemented by the agency and shall be provided with the temporary identification cards for their temporary access inside the compound. The contractor shall take ample precautions against fire by keeping away flammable materials, and ensure that such materials are

properly handled and stored. Fires shall not be built within the area of construction except when permitted by the PVAO Engineer.

3.4 OCCUPATIONAL HEALTH AND SAFETY PROGRAM

The contractor shall submit health and safety plan indicating therein basic construction hazards and potential dangers with its corresponding prevention and protection. Contractor shall provide standard PPE's for all his workers and employees inside the job

site. Also fire extinguisher shall be provided in the execution of hot works. Further, due to the declaration of public health emergency by the President through Proclamation No. 922 s 2020 to address the Corona Virus (COVID 19), please be guided

accordingly with the Construction Guidelines for Project Implementation during the period of Public Health Emergency formulated by the chosen TWG of Philippine Domestic Construction Board an implementing board of the Construction Industry Authority of the Philippines.

SECTION 4. MATERIAL AND CONSTRUCTION REQUIREMENTS Materials to be used in doing the work item called for, shall include cost at source,

including processing, fabricating, crushing, stockpiling, loading, expenses for hauling to project site, handling and storage expenses.

4.1 Concrete Works

Contractor shall use Portland Cement Type 1 of a brand approved by the PVAO Engineer. Water shall be clean and free from injurous amount of oil, acids, alkalics, salts, organic materials or other substances that may be deleterious to concrete and steel. Use of

Admixture shall be subject to prior approval by the PVAO Engineer if it is till necessary or not.

Fine Aggregates shall consist of natural sand, manufactured sand, or a combination

thereof. It shall consist of hard, tough, durable and uncoated particles. The shape of particles shall be generally rounded or cubical and reasonably free from elongated pieces. The use of beach sand shall be prohibited.

35

Coarse Aggregate shall consist of washed gravel crushed stone or rock or a combination thereof conforming to ASTM C33. It shall consist of hard, tough durable, clean and uncoated particles. All foreign materials and dust shall be removed. A coarse aggregate shall be generally rounded or cubical and shall be reasonably free from flat and elongated

particles. It shall be graded from fine to coarse and shall be separated into size group. Use 19mm (3/4") for slab on grade, columns, beams, suspended slabs and tie beams. For footings use 38mm (1 1/2") coarse aggregate.

Reinforcing Steel Bars shall be locally manufactured deformed billet steel bars conforming to Philippine Standard, Grade 275, intermediate grade (40,000psi.). Reinforcing steel bars shall be cut, and bend in accordance with the approved detailed drawings, it shall not be straightened, re-bend in a manner that will injure the material.

Contractor elects, to have cut and bent off the site or shall maintain an on-site bar cutting and bending shop/plant following standard safety procedures. Concrete Forms shall be wood, plywood or steel. Plywood shall not be less than 6mm

thick and shall be free from irregularities, dents and sags. Forms shall be coated with non-staining form coating compound such as form oil of the approved make.

Contractor shall use Class A Concrete Mixture with minimum Compressive

strength of 3000 psi.

4.2 Site Works

Scope The section includes site clearing, earthwork and site drainage and utilities construction of septic tank/septic vault for sharp objects in accordance with the drawing and specification.

Applicable Documents The latest edition of the following Standards and Specifications shall form part of these specifications:

ASTM American Society for Testing and Materials. C131 Resistance to Abrasion of Small Size Coarse Aggregate by use of the

Los Angeles Machine.

D698 Moisture-Density Relations of Soils using 5.5 lb. (2.5 kg) Rammer and 12 in (304.8 mm) Drop

D1556 Density of Soil in place by the Sand Cone Method D1557 Moisture-Density Relations of Soils using 10 lb. (4.5 kg) Rammer and

18 in (457 mm) Drop. D2487 Classification of Soils for Engineering Purposes C-14 Concrete Sewer, Storm Drain and Culvert Pipe. C-76/C-497 Class II Reinforced Concrete pipes

A-74 Cast Iron Soil Pipes and Fittings Material Requirements:

Selected Fill Material

36

Selected fill materials shall consist of pit run gravel, disintegrated rock, sand and or other similar materials. The material shall not contain more than 35% passing the No. 200 sieve; and fraction of the material passing the No. 40 sieve shall have a liquid limit not

greater than 35 and plasticity index not greater than 12.

Gravel Fill

Gravel fill shall consist of hard durable particles or fragments of stones or gravel. It shall be clean and free from vegetable matters, lumps or balls of clay and other deleterious material. The proportion of the material passing the 0.075 mm (No. 200) sieve shall not be greater than 0.66 (two thirds) of the fraction passing the 0.425 mm (No. 40) sieve. The

fraction passing the 0.425 mm (No. 40) sieve shall have a liquid limit of not more than 25 plasticity index of not more than 6 as determined by AASHTO T89 and T90. Gravel bedding 100 mm (4”) in depth or as shown on the drawing shall be placed, spread and compacted through tamping and underneath footing, slabs, on fill and slabs on grade.

Base and Sub-base Course

Aggregate sub-base shall consist of pit run gravel, talus rock, disintegrated granite, sand,

shale cinders, coral or other similar materials, or additional filler for blending, selected under the direction of the Consultant. The maximum dimension of any particle shall not be greater than two-thirds of the required thickness of the layer in which it is to be placed. Over-sized materials if present shall be removed at the pit by screens, or hand picking. If

necessary, to obtain proper uniformity, mixing shall blend additional filler. The fraction to aggregate sub-base materials including any additional filler passing the 0.075 mm (No. 200) sieve shall not be more than two-thirds (2/3) of that passing the 0.425 mm (No. 40) sieve. The fraction passing the 0.425-mm sieve shall have a liquid limit not greater than

25 and plasticity index of not more than 6. Earthwork

Site Demolition All superficial obstructions shall be demolished and removed from the site to disposal areas approved by the PVAO Engineer.

Clearing and Grubbing

(a) Clearing

All areas within which the structure or related construction has to be accomplished shall be completely cleared of matted roots, trees brush, snags, vegetation, rubbish, spoils and other objectionable matters. All combustible materials form clearing

operation shall be completely burned or removed from the site of work or otherwise disposal off as directed by the PVAO Engineer. All materials to be burned shall be piled neatly and when in suitable condition shall be burned completely. Piling for burning shall be done in such a manner and location as cause least fire risk. All

burning shall be thorough that the cleared materials can be reduced to ashes. The

37

Contractor shall at all times take special precautions to prevent fire form spreading and shall have available at all times, suitable equipment and supplies, for use in preventing and fighting fires.

(b) Grubbing Grubbing shall consist of the removal of tree stumps, brush and rubbish from the work areas to be occupies by permanent structures, from other areas within the

indicated clearing limits as directed by the PVAO Engineer. Trees and shrubs to be retained shall be protected properly form damage. Stumps shall be removed entirely. Roots and matted roots shall be grubbed and cut to at least 450 mm below the existing surface.

Structural Excavation

All excavation shall be performed by the Contractor to the excavation lines, grades and

slopes and profiles shown in the drawings, or as directed by the Project Manager. All excavation shall be performed in the dry condition, unless otherwise approved by the PVAO Engineer.

(a) Excavation for Structure and Trenches

Excavations carried out below the depth indicated on the drawing without the approval of the PVAO Engineer shall be refilled to the proper grade with thoroughly

compacted suitable fill materials to the satisfaction of the PVAO Engineer except for footing excavation where concrete shall be replaced to the bottom of the excavations; additional work of this nature shall be at the Contractor’s expense. Where an existing structure lies adjacent to excavation line, adequate shoring and bracing shall be

provided to prevent damage to persons and properties. Shoring, bracing and sheeting shall be removed in a manner to prevent caving-in. The grading in the vicinity of excavated areas shall be dome to prevent surface water from running into excavation and embankments. Water pumped from excavations shall be diverted to suitable

disposal points. Trenches for pipelines shall be excavated along straight lines and provided with minimum of 150-mm space between the outside of the pipe and the side of the trench or bracing. Additional excavation shall be made for each joint to allow for joining.

Trench excavation, other than rock, shall be excavated at least 50 mm above final invert grade; the remainder of the excavation shall be shaped manually, and graded to provide uniform bearing when the pipe if laid. Unless otherwise indicated, backfill

cover over water sewer, drainage and electrical conduit pipes shall not be less than 300-mm depth.

(b) Excavation Under Pavement and Concrete Slabs

The entire area of the original ground under pavements and concrete slabs shall be excavated to remove all objectionable matter, sod, muck, rubbish and other unsuitable material to a minimum depth of 300 mm.

38

Filling and Backfilling Fill and backfill materials shall consist of suitable materials from excavation or from approved borrow areas, and shall be free from roots, wood scraps, vegetations, and other

extraneous materials and from large clods of earth or stones greater than 100 mm. No fill material shall be placed until the surface to be filled has been approved. Soil Poisoning

This item shall consist of furnishing and applying soil treatment for termite control. At the time soil poisoning is to be applied, the soil to be treated shall be in friable

condition with low moisture content so as to allow uniform distribution of the toxicant agents. Toxicant shall be applied at least twelve (12) hours prior to placement of concrete, which shall be in contact with treated materials.

Treatment of the soil on the exterior sides of the foundation walls, grade beams and similar structures shall be done prior to final grading and planting or landscaping work to avoid disturbance of the toxicant barriers by such operations.

Areas to be covered by concrete slab shall be treated before placement of granular fill used as capillary water barrier at a rate of 12 liters per square meter with Type 1 working solution after it has been compacted and set to required elevation.

Material Requirements Termite control chemicals or toxicants shall be able to immediately exterminate termites or create barriers to discourage entry of subterranean termites into the building areas. The

toxicants maybe classified into the following types and according to use. 1.1 Type I Liquid Termite Concentrate This type of toxicant shall be specified for drenching soil beneath foundations of the

proposed buildings. The concentrate shall be diluted with water in the proportion of 1 liter of concentrate materials to 65 liters of water or as specified by the manufacturer. 1.2 Type II Liquid Termicide Ready Mixed Solution

This type of toxicants that comes in ready mixed solution shall be used as wood preservative by drenching wood surfaces to the point of run-off.

4.3 Masonry Works

4.3.1 Plastering Contractor shall use a class B (refer to table 4.3.1-1) mortar composed of well graded fine aggregates and Portland cement type 1. Plastering shall be applied with 20mm thickness

well levelled and finished ready for painting. Table 4.3.1-1 Quantity of Cement and Sand for Plaster per Square Meter using Class B

Mixture Class Cement in Bags Per Plaster Thickness

Class A 0.288 0.36 0.45

39

Class B 0.192 0.24 0.30

Class C 0.144 0.18 0.225

Sand 0.016 0.02 0.025

4.3.2 CHB Laying

Contractor shall use 150mm (6") thick x 200 (8") x 400 (16") CHB for exterior walls and 100mm (4") thick x 200 (8") x 400 (16") for Interior walls otherwise specified as per plan.

Mixture Table 4.3.1-1 for laying or 12 bags of portland cement per cubic meter of mortar. For CHB rebar, use 10mm horizontal and vertical bars both spaced at 600mm on center. #16 G.I. Tie Wire shall be used for splicing of rebar.

Masonry walls shall be placed level and plumb all around. One section of the walls shall not be placed in advance of the others, unless specifically approved.

4.4 Metal Works

Applicable Specifications & Standard The latest edition of the following specifications and standards referred to herein after by

basic designation only, shall form part of the specification: ASTM American Society for Testing and Materials A36/A36M Specification for Structural Steel

A53 Steel Pipe Zinc Coated Welded and Seamless Black and Hot-Dip A307 Bolts and Studs, 60, 000 psi Tensile Strength A325 Standard Specification, high Strength Bolts for Joints A570 Hot-rolled Carbon Steel Sheet and Strip, Structural Quality

A611 Steel, Cold-Rolled Steel, Carbon, Structural Quality AWS American Welding Society D1.1 Structural Welding Code, Steel AISC American Institute of Steel Construction, Specification for the Design,

Fabrication, Erection of Structural Steel for Buildings. AISI American Iron Steel Institute, Specification for the Design of Light

Gage Cold-Formed Steel Structural Members

Structural Steel Shapes Plates and Bars Unless otherwise shown or specified on the drawing, structural steel shapes plates and bars shall conform to ASTM specification A36/A6M. Refer to plan for more details and

features.

Hot-Formed Steel Sheet and Strip

Unless otherwise shown or specified on the drawings, hot-formed steel and strip shall conform steel and strip shall conform to ASTM A570. Refer to plan for more details and features.

40

Bolts, Nuts and Washer It shall conform to specification STM A370, with a minimum yield point of 33, 000 psi,

unless otherwise shown in the drawings. Heavy hexagonal structural bolts, heavy hexagonal nuts and hardened washers, shall be quenched and tarpapered medium-carbon steel bolts, nuts and washers complying with ASTM A325.

Screw and Expansion Bolts Screw and Expansion bolts be of standard commercial grade, and of the sizes and types indicated as approved by the PVAO Engineer.

Electrodes Electrodes for are welding shall be E60, or E70, AWS D1.

Galvanizing Unless otherwise specified, galvanizing shall be of standard quality, hot-dipped process

of 1.25 ounces per square foot of coating. Galvanized surface that are damaged prior to final acceptance shall be repaired using and approved repair compound to the satisfaction of the PVAO Engineer.

Stainless Steel Lettering and Logo Stainless steel 304 Bended plates shall be used for the letterings as specified in the plans. Every letter shall have a minimum dimension of 8” height and 50mm thick and have a

Stainless Mirror Finish. Stainless steel 304 painted and engraved signage shall be used for the PVAO Logo. The Logo shall have a minimum diameter of 18”.

All Stainless Letterings and Logo shall be properly installed by means of brackets, bolt, tox and screw in position indicated in the plans. Joints and surfaces that are damaged prior to final acceptance shall be repaired using and approved repair compound to the

satisfaction of the PVAO Engineer.

Shop Painting Unless otherwise specified of indicated in the drawings, all structural steel work (except

galvanized surfaced and surfaces that will be painted with epoxy) shall be given a shop coat of red lead or zinc chromate primer. Roofing Materials

The following shall be used on the Roof: - 2"x4"x1.2mm C-Purlins - 10mmDia x6m Plain Bar Sag Rod

- 0.50mm Pre-Painted Corrugated Roofing Panel - 24" Bend x 8' x 0.50mm Pre-Painted G.I. Ridge Roll

41

- 24" Bend x 8' x 0.50mm Pre-Painted G.I.Spanish End Flashing - 24" Bend x 8' x 0.50mm Pre-Painted G.I. Valley Gutter - 12mm x 1.22m x 2.44m Fiber Cement Fascia Board

- RE-500 Adhesive Anchor (Structural Epoxy) - 2 1/2" Metal Texscrew - 5/32" Blind Rivets

- Vulcaseal

Slotted Steel Shelves

The following shall be used on the Steel Shelves: - 1.50”x2.25”x2mmx3m Slotted Angle Bar - 2"x2mmx3m Slotted Flat Bar

- Corner Plate - Bolt, washers and nuts - plastic footer

- 3/4"x4'x8' Marine Plywood - Wood preservative anti termite solution

Mild Steel Trench Grating

- Use Anti-Corrosive 5mm thick Mild Steel Trench Grating (Hot Dipped Galvanized) with 2 Twister Bars on 1” x 1” 5mm thick Anti-corrosive Mild Steel Angle Bar (Hot Dipped Galvanized) as per plan.

Miscellaneous Metals Miscellaneous metals including fastenings, anchorage’s and incidentals not specifically mentioned herein or in other section of this specifications but are required to complete the

work, for which there are no detailed drawings, shall be provided and installed in accordance with standard practice of the trades as approved by the PVAO Engineer.

4.5 Carpentry Works

Doors Doors schedule, color and design shall be in accordance with the plans. Wooden Doors

shall have 44-mm thickness, unless otherwise specified or shown on plans. Type of Doors

(1) Single Panel Solid Core door or Hollow Core Flush Door Single Panel Solid Core Door or Hollow Core Flush Door (with or without Tempered Glass Window) shall be hinged to 2” by 6” KD wood jamb.

Lumber

Lumber for doors shall be of commercial grade, of the approved quality of each kind, well-seasoned, thoroughly dry and free from loose or unsound knots, shakes, pitch pockets, or other imperfections affecting its strength, durability or appearance.

42

(a) Door frames in contact with concrete shall be tanguile or lawaan, good grade of design size and thickness as indicated in the drawings. (b) Door studs, nailed and frames shall be tanguile or lawaan, S4S and kiln dried with not more than fourteen percent (14%) moisture content.

(2) PVC Door

The contractor shall use 0.80m x 2.10m PVC Door w/ louvers on PVC Jamb and hinges. PVC doors shall have PVC Knob pad at the door knob or lever.

Hardware Hardware for doors and windows shall be acceptable foreign and local products of the types, materials, sizes and mechanism as indicated on the drawings, and shall be free

from any mark or other defect. Lockset

The Door knob shall be Privacy function, ANSI Grade 3

The Lever Lockset shall be Entrance function, ANSI Grade 3

Hinges shall be the type size and capacity as indicated on the drawings, however, the

Contractor shall verify each hardware item as to weight and other load of doors and windows, and minor modifications may be made without change in construction cost. Hinges

Butt (Mortise) Hinges for wooden door

Each panel of hinged door shall be provided with two (2) butts for doors 1.50 m or less in

height; three (3) butts, over 1.50 m high and not over 2.10 m in height. Doors of a greater height than 2.10m, unless otherwise specified, shall be provided with an additional one- (1) butt for each 0.65-m or fraction thereof. Size of the Butt Hinges required as follows:

Thickness of Door Width of door Size of Butt Hinges

21 mm or 25 mm

(7/8” or 1”)

63 mm (2-1/2”)

28 mm (1-1/8”) 75 mm x 75 mm

(3” x 3”)

44 mm (1-3/4”) 100mm x 100mm (4” x 4”)

56 mm x 63 mm (2-1/4” x 2-1/2”)

125 mm x 125 mm (5” x 5”)

Other Door Accessories

Toilet Signage (PWD, Male and Female)

43

Windows and Grilles Windows including Grilles shall be relocated as per plan. Functionality, security and safety shall be duly considered during the relocation of windows and grilles. Refer to plan for more details and features.

Cabinets Unless specified differently on the plan, cabinets shall be made out of the following

criteria: - 3/4 Marine Plywood in Dark Oak Wood Stain and Clear Gloss Varnish Finish for

Cabinet including Kickboard

- Cabinets shall have side trims on the edges and corners as protection for unwanted dents.

- Cabinet handles shall be made out of Stainless Steel. - Cabinets shall use concealed hinges only.

Acrylic Shield Use 2.40m x 0.50m x 6mm thk Acrylic Shield to be mounted at the side wall as per plan.

Use applicable Acrylic Accessories for fixing and mounting and Clear Rubber Gasket on the connection of old and new Acrylic. Ceiling Works

Contractor shall use the following:

- 9mm thk Gypsum board (Use Moisture resitant as applicable) framed and hanged

with 12mm x 38mm Double Furring Channel and 0.40mm thk Wall Angle - Fiber Cement Board (6mm thk - 1.22m x 2.44m) on 12mm x 38mm Double

Furring Channel Spaced at 400mm - Wooden Ceiling L-Vent (0.60m x 0.15m x 18mm thk) shall be used on the Eaves

Ventilation as per plan - 4’x2’x12mm Acoustic Mineral Fiber Ceiling Board on Main Tee Runner and

Cross T runner w/ 6mm Ø Hanger Rod.

Other Ceiling Materials: - #6 x1'' Gypsum Metal Screw - 1-1/2" Concrete Screw with Plastic Toks

- #6 x1'' Metal Screw - #1/8 x 3/4" Blind Rivets

4.6 Tile Works

Floor and Wall Tiles Tiles shall be standard grade with the following specifications:

600mm X 600mm Porcelain High Gloss Tiles (Light Beige), use Cream Tile Grout (Floor Tiles)

600mm X 600mm Porcelain Tiles In Rough Finish (Light Grey), use Grey Tile

Grout (Floor Tiles)

44

600 X 600mm Porcelain Accent Wall Tiles (Light Brown), use White Tile Grout (Wall Tiles)

600mm X 600mm Porcelain Accent Wall Tiles (Light Grey), use White Tile

Grout (Wall Tiles)

600mmx600mm Porcelain Tiles (Polished Black) for Countertop And Splashboard

600 X 600mm Porcelain High Gloss Tiles (Light Beige), use Cream Tile Grout for

Transaction Area Countertop.

Tile Trim Outside Corner on edges and corners

Use Tile Grout Color as specified in the plan. Color and pattern shall be as specified in the drawing or as approved by the PVAO Engineer. For all other floor finishes not indicated, refer to schedule or call-out specifications of finishes indicated in the plan.

Adhesive Materials As required by the PVAO Engineer or as follows: Adhesive Materials for Tiles: Use Tile cement based Adhesive designed for bonding

all sizes of earthenwares (Ceramic & Clay) and mosaic tiles (porcelain & earthenware) for floor and wall tiles installation on concrete surfaces.

Surface preparation

Old tiles shall be removed or demolished. No Old tiles shall be covered by new tiles in the construction. Concrete surface shall be rectified with Concrete topping prior to tiling works. Cementitious Waterproofing Paint shall be used as waterproofing agent on surface as specified on the plan. Concrete surface shall be flattened, be inspected

and accepted by PVAO Engineer prior to installation of tiles.

4.7 Painting Works

Paint Schedule: a) Concrete: Cement plaster over concrete use:

1. Preparation of exterior and interior concrete walls

Prepare masonry surface to be painted by removing all dirt, dust, oil and grease stains and efflorescence. Treat with masonry Neutralizers # 44 or approve equivalent. Mix one liter of Masonry neutralizer with 16 liters of water, then apply liberally by brush and let dry

overnight before rinsing with water. Let dry. 2. Coat concrete eco-friendly primer and sealer 3. Coats textures paint 3.1. Apply two coats of semi-gloss exterior paint as per plan.

3.2. 2 finish coat semi-gloss paint as per plan.

b) Steel structures: 1. Wash all metal surfaces with mineral sprints or detergents to remove

any dirt or grease before applying materials. Where rust or scale is present, wire brush or sand paper clean before painting. Treat rusty

45

portions with Metal Etching Solution # 71 or approve equivalent. Rinse and let dry.

2.Coat Red Oxide PRIMER paint

c) Interior Work (use latex or enamel paint finish as applicable) Plywood/gypsum/fiber cement boards or concrete Ceiling/walling use: (Roller Painted)

1. 1 priming coat flat paint

2. 2 finish coat semi-gloss paint as per plan. Door Panels and Jambs: (Brush Painted)

1. Use paint remover as applicable 2. 1 coat of Oil Wood Stain of color as specified in the plan

3. 2 coats of Lacquer Sanding Sealer 4. 2 coats of Clear Gloss Lacquer and

Vents, Chair Rails, Baseboard, and Cornice : (Brush Painted) 1. 1 priming coat flat paint Enamel

2. 2 finish coat gloss QDE paint as per plan.

Note: For paint color and schedule, please refer to plans. All exposed electrical and plumbing fixtures shall be included in the painting to be aesthetically uniform to wall and

to ceiling. Other Materials to use:

o Paint Brush 2" o Paint Brush 4"

o Paint Roller 7" o Baby Paint Roller o Stoppa Rugs o Paint Tray

o 2" Mesh Tape o Sandpaper o Masking Tape 1"

4.8 Electrical Works Scope

The work includes furnishing all labor, materials, apparatuses, equipment and supplies required and performing all operations necessary for the complete installation of all electrical works, all in strict accordance with the plans and specifications. The specifications are accompanied by floor plans of the building showing the location of

all outlets and the switch control, the layout of the branch circuit and the riser diagram. The drawings and these specifications are complementary to each other, and what is called for by one shall be as binding as if called for by both. Any conflict between the two shall be referred to the Engineer or his duly authorized representative.

Standard for Materials and Workmanship

46

All materials shall be new and shall conform to the latest standards of the Philippine Electrical Code in every case where such standards have been established for that particular type of materials in question. All work shall be executed in a workmanlike manner and shall present a neat mechanical

appearance when completed.

Codes, Permits and Inspection

The installation shall comply with all the laws applying to electrical installation, in effect with the latest regulations of the Philippine Electrical Code where such regulations do not conflict with the laws and regulations of the public utility company furnishing the electrical service.

The standard rules of the Philippine Bureau of Industrial Safety; the American Institute of Electrical Engineers; the rules and regulations of the latest Philippine Electrical Code and the rules and regulations of the local utility company.

Grounding of Interior Wiring System All metallic supports, cabinets and equipment shall be grounded in accordance with latest rules of the Philippine Electrical Code.

Utilization Voltage

Shall be 1 phase, 60 cycles, 230 V AC, 2 wire system or as required on the plans. Service

conductors shall be overhead or underground and of the size and type indicated on the plans.

Service Entrance

Shall be 1 phase, 60 cycles, 230 V AC, 2 wire system or as required on the plans. Service conductors shall be overhead or underground and of the size and type indicated on the plans.

Lightings

T8 LED troffer lighting fixture

o Wattage: 2x18 watts, T8 o Voltage: 230VAC o Fixture: white o Color: warm white

o IP Rating: IP20 o Configuration: Double Ended o Mounting: Recessed mounted o Dimension: 1200mm x 290mm

o Finish: Powder Coated

Vertical downlight o Bulb: LED 15 watts, daylight, E27 o Voltage: 230VAC

o Fixture: 6-inch diameter, white o Mounting: Recessed mounted

47

Hanging LED Fire exit signage o Design Label: Arrow, Running Man, Exit o Label: Double Face

o Wattage: 4 Watts o Burning Time: Upto >90 Minutes o Material: Aluminum Housing+ Glass Panel o Input Voltage: AC 220V – 265V 50/60 Hz

o Battery Type: Ni-Cd Battery o Battery Protection: Over-Charge and Over-discharge Protection o Light Source: High Brightness LED SMD o IP Rating: IP 40

LED Emergency light, twinhead (white) o Wattage: 2x3 watts o Light heads: two fully adjustable glare-free round shape light heads o Burning Time: up to 90 minutes

o Material: injection-molded thermoplastic ABS housing o Input Voltage: 220V – 250V, 60Hz o Battery type: ni-cd battery o Battery Protection: Over charge and over-discharge protection

o Light source: High brightness LED SMD o Housing color: white o IP Rating: IP40

Conduit and Fittings Conduits shall be Electrical Metal Tubing (EMT), PVC, Flexible PVC or RSC as required on the plans. Conduits shall be sized as required to accommodate the number of

conductors in accordance with the table shown in the latest Philippine Electrical Code or as indicated on the drawings. Minimum size of conduit shall be 1/2 inch or 15 mm o or as specified in the plan Poly-vinyl-chloride (PVC) conduit shall be heavy wall, schedule 40, with factory made

bends, couplings and fittings. No conduits shall be used in any system smaller than 15 mm (½ inch) diameter electric trade size, nor shall have more than four (4) 90 degree bends in any one run and where necessary, pull boxes shall be provided as directed.

No wire shall be pulled into any conduit until the conduit system is completed in all details, in the case of concealed work until all rough plastering masonry has been completed, and in the case of exposed work until the conduit work has been completed in every detail.

The ends of all conduits shall be tightly plugged to exclude plaster, dust and moisture while the construction of building is in progress. All conduits shall be reamed to remove all burrs.

Outlets, Boxes and Fittings

At all outlets of whatever kind, for all system, there shall be provided a suitable fitting,

which shall be either a box or other device especially designed to receive the type of fitting to be mounted thereon.

48

All utility boxes intended for outlet devices shall be especially designed to receive the particular type of device to be mounted and should be deep enough to accept and fit the total number of conductors and device required.

In case of lighting fixtures, their outlet fittings shall be provided with suitable supports of size and kind required by the lighting fixture to be hung. Fixture studs shall be 9 mm dia.

Wires and Cables All wires shall be stranded copper, soft-drawn and annealed, 98% conductivity, smooth and true of a cylindrical form and variation shall be within 1% of the actual size called

for. Wires and cables for power and lighting system shall be plastic insulated for 600 volts working pressure type “THWN”.

Control leads for motors or lighting shall be or type “TW”. No wire smaller than 3.5 mm

2 shall be used for lighting and power system unless

otherwise indicated in the plan. Provide for all service, feeder, branch, control and signaling circuit conductors. Color shall be green for grounding conductors, and white for neutrals. The color of the

ungrounded conductors in different voltage systems shall be as follows: 1 Phase - Black Phase - Phase A (Red), Phase B (Yellow), Phase C (Blue)

Wall Outlets and Plates Receptacle outlets shall be 15 Ampere, 250V, 3 prong and parallel grounded type. Locking type and other special purpose receptacle outlets shall be as indicated in the

drawings. Provide weather proof metal receptacle plate cover for each convenience receptacle outlet indicated as weather proof.

Receptacle with Ground Fault Circuit Interrupter (GFCI) shall be rated 15A, 3 Prong grounding type, 220V parallel slot with 15 milliampere current sensitivity.

Panel boards and Cabinets Distribution panels shall be of the same type as lighting panels except equipped with three poles (3 phase system) or two poles (1 phase system) industrial branch circuit breakers of

sizes, voltage ratings and interrupting capacity as called for on plans. All circuit breakers for distribution and power panel shall be industrial type molded case circuit breakers. All distribution and lighting panels shall be provided with permanent panel designation

and directory. Submit sample for approval of Engineer/Architect prior to fabrication.

49

Panel designation shall be similar to panelboard schedule and panel directory shall be provided with circuit number, breaker rating, size of wire and conduit.

Individual Breakers and Switches

Provide individual circuit breakers, safety switches and disconnect switches where indicated on plans. Voltage ratings shall be suitable in each case of service application. Enclosures shall be General Purpose, NEMA Type 1, except where specifically noted on

plans or assembled on panel cabinets. All protective devices shall meet NEMA and Underwriter’s Laboratories, Inc. specifications.

Circuit breakers shall consist of a quick-make, quick-break type entirely trip-free operating mechanism with contacts, arc-interrupter, and thermal magnetic trip unit for each pole, all enclosed in a molded-phenolic case. The thermal-magnetic trip unit shall provide time-delayed overload protection, and in case of overload or short circuit current

in any one pole. Circuit breaker shall be trip indicating, with the tripped position of breaker handle midway between “ON” and “OFF” positions. All circuit breakers to be installed shall be Plug-in type. Existing Panel board and

breakers are plug-in type. All circuit breakers rated above 225 amperes shall have interchangeable trip units. Unless otherwise specified, minimum interrupting level for 230 volts circuit breakers shall be 5,000 amperes.

Hangers

Use 3/8" x 3m Threaded Rod Hanger connected with 1" Conduit Hanger with Bolt,

washer and screw as support for the fixtures. Use M8 Ordinary Expansion Bolt and Threaded Rod Hanger Channel for the connection of Hanger rod to concrete soffits. Use Metal clips as needed for the lighting fixture support.

Other Material Requirements:

Ground terminal

½” ɸ Flexible PVC conduit

20mm ɸ x 3000mm Grounding rod with clamp

4.9 Plumbing Works

Scope of Work These items shall consist of furnishing all materials, tools, equipment and fixtures required as shown on the Plans for the satisfactory performance for

the entire plumbing system including installation in accordance with the Uniform Plumbing Code of the Philippines and this Specification.

- For cold waterline, use 1/2"Ø PPR-PN 16 Cold Waterline and 1/2"Ø PPR-PN16

fittings and clips as needed. - For Sewer, Vent and drainage line, use 2” and 3” PVC orange pipe as per plan,

50

Other material requirements:

4" x 4" Stainless Steel Floor Drain PVC Solvent (100cc)

Lavatory with Soap Holder and Stainless Steel faucet, Vitreous China Material, 420x475x620mm dimension

Water Closet-Tank Type, Vitreous China Material, 680x380x760mm dimensions w/ Fittings, complete with accessories

Stainless Steel Bidet, Polished Finish, SS304 Stainless Steel Kitchen Sink, SS304, 500 X 380 X 160mm dimension,

Satin Finish Stainless Steel Kitchen Faucet, SUS 304 ROTATING FAUCET

6mm thk x 500mm x 800mm Frameless Mirror – Rectangular 38mm ∅ x 1.50mm thk Schedule 40 Grade 304 Stainless with SS

mounting bracket and anchor bolts Miscellaneous 2" & 3” PVC orange pipe fittings

o 2"Dia 45Deg Elbow o 2" Dia Clean out

o 3"Dia 45Deg Elbow o 3"Dia 90Deg Elbow o 3" Dia Clean out o 2"Diax4"Dia Wye

o 2"Diax2"Dia Wye o 3"Diax3"Dia Wye o 3"Dia PVC Coupling o other fixture as applicable

Miscellaneous 1/2"Ø PPR-PN16 fittings o PN 16 Tee, 1/2"x1/2"x1/2" Dia o PN 16 Elbow, 90Degx1/2" Dia o PN 16 Adaptor 1/2" Dia

o PN 16 Coupling 1/2" Dia

4.10 Mechanical Works

Supply and Installation of Air-Conditioning Units

SPLIT TYPE

(2.0 HP)

Technology Inverter

Normal Size 2.0 hp

Cooling Capacity

(kJ/h)

Between 5,815-21,050

EER -

BTU/HR/WT

(kJ/W-h)

Between 11.1-15.1

Current (Amps) Between 1.8-10.2

Power

Consumption

Not more than 2,100

51

(Watts)

Sound Level - L/H

(dB)

Not more than 48 high

Refrigerant R410A

Frequency (Hz) 60Hz

Phase Single Phase

Remote Yes

OTHER FEATURES

Compressor Should have Separate Breaker of

Enclosed Circuit Breaker in NEMA 3R Enclosure, 30AT, MCCB, Bolt-on Type

Air Swing Mode

Temperature Setting features

LED Display

With Remote

WARRANTY

Compressor 5 years warranty

Others Free cleaning during the first year

24/7, 7 days a week, 365

Days Customer Care

Original Parts Available

SUMMARY OF REQUIREMENTS

a. Item Breakdown:

QTY UNIT DESCRIPTION

1 Set AIRCON, SPLIT INVERTER TYPE, WALL MOUNTED, 2.0 HP

WITH CONDENSING UNIT

b. The contractor shall supply, install and deliver the following: i. Provide all installation materials, tools needed & manpower:

1. Copper pipes, rubber insulation, control wiring, conduit, PVC drain lines polytheline, Freon, bracket

2. Copper piping with superlon insulation for suction line

3. Copper piping with superlon insulation for Discharge line

4. PVC piping for drain

5. Base for hanging or mounted unit

52

6. Outdoor unit connecting power cable and required cable from power for indoor socket to stabilizer and from stabilizer to AC unit

ii. System vacuuming test

iii. Testing turn over iv. And other necessary to complete and put the system in operation.

Re-installation of Air-conditioning Units

- For the Re-installation of One (1) unit of Air Conditioning Units (Split Type FCU

and ACCU)

o Replacement of Refrigerant Piping (maximum of 10 meters) and fittings complete with rubber insulation and wrapped finished with Non-adhesive PVC tape for all indoor units

o Wrapping of Non-adhesive PVC tape to all indoor pipings

o Leak testing o Fixing of Drain Pipe o Fixing of Electrical Controls o Dehydration and Vacuuming of System

o Charging of Appropriate Refrigerant o Testing and Commissioning

4.11 Supply and Delivery of Furniture

2 Seater Gang Chair with Backrest

o 2-seater gang chair with backrest o Material: Black Powder Coated Metal Legs and Frames, PVC Seat and

Back o Color: Green o Minimum Dimensions: 110(W) x 63(D) x 77(H) cm o Beam thickness: 2mm

o Minimum Width per Seat: 50cm o Weight-bearing 150KG per seat o arm and leg are 1.0mm metal chrome

3 Seater Gang Chair with Backrest and Arm Rest o 3-seater gang chair with backrest and Armrest o All parts are powder coated and stainless Steel o Color: Silver

o Minimum Dimensions: 175(W) x 63(D) x 77(H) cm o Minimum Gross Weight: 26kgs o Seat Thickness: 1.6mm o Beam thickness: 2mm

o Minimum Width per Seat: 50cm o Weight-bearing 150KG per seat o arm and leg are 1.0mm metal chrome

Acrylic Wall Separator with Anodized Aluminum Extrusion and Castor Iron

Wheels with Locking

53

o 6mm thk Acrylic o 50 mm Anodized Aluminum Extrusion o 50 mm diameter Castor iron Wheel with 2 lockings o Dimensions: 1.20(W) x 1.65(H) m

SECTION 5. CONSTRUCTION METHODOLOGY Contractor shall submit construction methodology for the works indicated in the

preceding section prior to execution of works. The construction methodology shall be duly approved by the PVAO Engineer.

SECTION 6. METHOD OF MEASUREMENT AND BASIS OF PAYMENT

All scope shall be paid in units indicated in the bill of quantities that include but not limited to the following, linear meter (lim), lot and square meter (sq.m.), cubic meter (cu.m.) sets, lot and kilograms (kgs.). Scope of works shall include furnishing, placing,

installing of all materials, labor, equipment and tools necessary to complete the construction of the proposed project.

SECTION 7. WARRANTY

Contractor shall be responsible for the 1-year liability period of the proposed project unless the Contractor alter its responsibility in the form of Surety Bond issued by GSIS or Insurance Company duly certified by the Insurance Commission as authorized to issue

such security pursuant to the Revised IRR of RA 9184.

54

Section VII. Drawings

55

56

57

58

59

60

61

62

63

64

65

66

67

68

69

70

71

72

73

74

75

76

77

78

79

80

Section VIII. Bill of Quantities

Notes on the Bill of Quantities

Objectives The objectives of the Bill of Quantities are:

a. to provide sufficient information on the quantities of Works to be performed to enable Bids to be prepared efficiently and accurately; and

b. when a Contract has been entered into, to provide a priced Bill of Quantities for use in

the periodic valuation of Works executed. In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient detail to distinguish between the different classes of Works, or between Works of

the same nature carried out in different locations or in other circumstances which may give rise to different considerations of cost. Consistent with these requirements, the layout and content of the Bill of Quantities should be as simple and brief as possible.

Daywork Schedule A Daywork Schedule should be included only if the probability of unforeseen work, outside the items included in the Bill of Quantities, is high. To facilitate checking by the Entity of

the realism of rates quoted by the Bidders, the Daywork Schedule should normally comprise the following:

a. A list of the various classes of labor, materials, and Constructional Plant for which

basic daywork rates or prices are to be inserted by the Bidder, together with a statement of the conditions under which the Contractor will be paid for work executed on a daywork basis.

b. Nominal quantities for each item of Daywork, to be priced by each Bidder at Daywork rates as Bid. The rate to be entered by the Bidder against each basic Daywork item should include the Contractor’s profit, overheads, supervision, and other charges.

Provisional Sums A general provision for physical contingencies (quantity overruns) may be made by including

a provisional sum in the Summary Bill of Quantities. Similarly, a contingency allowance for possible price increases should be provided as a provisional sum in the Summary Bill of Quantities. The inclusion of such provisional sums often facilitates budgetary approval by avoiding the need to request periodic supplementary approvals as the future need arises.

Where such provisional sums or contingency allowances are used, the SCC should state the manner in which they will be used, and under whose authority (usually the Procuring Entity’s Representative’s).

81

The estimated cost of specialized work to be carried out, or of special goods to be supplied, by other contractors should be indicated in the relevant part of the Bill of Quantities as a particular provisional sum with an appropriate brief description. A separate procurement procedure is normally carried out by the Procuring Entity to select such specialized

contractors. To provide an element of competition among the Bidders in respect of any facilities, amenities, attendance, etc., to be provided by the successful Bidder as prime Contractor for the use and convenience of the specialist contractors, each related provisional sum should be followed by an item in the Bill of Quantities inviting the Bidder to quote a

sum for such amenities, facilities, attendance, etc.

Signature Box

A signature box shall be added at the bottom of each page of the Bill of Quantities where the authorized representative of the Bidder shall affix his signature. Failure of the authorized representative to sign each and every page of the Bill of Quantities shall be a cause for rejection of his bid.

These Notes for Preparing a Bill of Quantities are intended only as information for the Procuring Entity or the person drafting the Bidding Documents. They should not be included in the final documents.

82

BILL OF QUANTITIES (Price must be TAX inclusive)

PROJECT: REPAIR AND IMPROVEMENT OF PVAO FIELD SERVICE EXTENSION OFFICE

(FSEO-9) ZAMBOANGA

LOCATION: CAMP DON BASILIO NAVARRO, UPPER CALARIAN, ZAMBOANGA CITY

* Use two (2) decimal places in computing line items

DESCRIPTION UNIT QUANTITY UNIT

COST AMOUNT

A GENERAL REQUIREMENTS

A.1 Mobilization and Demobilization lot 1.00

A.2 Permits and Clearances lot 1.00

A.3 Occupational Health and Safety lot 1.00

A.4 Project Billboard sq.ft 32.00

B DEMOLITION, HAULING, EXCAVATION AND BACKFILLING WORKS

B.1 Demolition, Haul out and Modification of Existing Structures

sq.m 122.71

B.2 Clearing and Grubbing sq.m 15.29

B.3 Excavation Works cu.m 6.82

C REINFORCED CONCRETING WORKS C.1 Reinforced Concreting Works cu.m 5.47

D STEEL AND ROOFING WORKS

D.1 Fabrication and Installation of Base plates and Trusses

sets 9.00

D.2 New Roofing Works sq.m 35.95

D.3 Application of Sealant and Replacement of Valley Gutter on old Roof

sq.m 121.55

E CONSTRUCTION OF WALLS, TRENCH DRAIN AND CEILING

E.1 Construction of Masonry Walls sq.m 68.18

E.2 Construction of Trench Drain sq.m 4.70

E.3 Construction of Ceiling sq.m 98.03

F INSTALLATION OF STAINLESS STEELS, ACRYLIC SHIELDS AND SLOTTED

STEEL SHELVES

F.1 Supply and installation of Stainless Steel Signage and logo

sets 19.00

F.2 Supply and installation of Acrylic Shield at Front Line Counter

sq.m 1.60

F.3 Fabrication and Installation of Slotted steel Shelves

sets 4.00

G INSTALLATION OF TILES AND CABINETS AS PER PLAN

G.1 Concrete Topping works sq.m 55.77

G.2 Installation of Floor and Wall Tiles finishes and accessories

sq.m 72.57

G.3 Installation of Countertop tiles and Fabrication of Cabinets

sq.m 11.58

83

H INSTALLATION OF DOORS AND RELOCATION OF WINDOWS

H.1 Supply and Installation of Doors, Door Hardware and accessories

sets 4.00

H.2 Relocation of Windows and Grilles sets 2.00

I ELECTRICAL WORKS

I.1 Installation of Wirings, Cables and fittings li.m 115.00

I.2 Installation of lightings, switches and outlets units 36.00

I.3 Installation of Panel Board and Breakers sets 3.00

J PLUMBING WORKS

J.1 Installation of Water line pipes and fittings li.m 26.00

J.2 Installation of Sewer, Vent and Drainage line

pipes and fittings li.m 49.00

J.3 Installation of fixtures and railing sets 5.00

K PAINTING WORKS

K.1 Painting Works sq.m 801.37

L MECHANICAL WORKS

L.1 Supply and Installation of Air-Conditioning Units

units 1.00

L.2 Re-installation of Air-conditioning Units units 1.00

M SUPPLY AND DELIVERY OF FURNITURE M.1 Supply and Delivery of Furniture units 10.00

(TOTAL A TO M)

R E C A P I T U L A T I O N

I TOTAL A TO M

II OVERHEAD, CONTINGENCY AND MISCELLANEOUS (OCM)

III CONTRACTOR'S PROFIT

IV GOVERNMENT TAXES

GRANDTOTAL

Note: See attached Specifications, Plans and Drawings

Name of Company (in print)

Name and Signature of Owner/Company Authorized Representative

Telephone No.

Date

84

DETAILED ESTIMATES

PROJECT: REPAIR AND IMPROVEMENT OF PVAO FIELD SERVICE EXTENSION OFFICE (FSEO-9) ZAMBOANGA

Item of Work:

Item Number:

Quantity:

Unit of Measurement:

* Use two (2) decimal places in computing line items

A. INDIRECT COST

I. Materials

Description Unit Quantity Unit Cost Amount

Total Materials Cost

II. Labor

Position No. Days Rate/day Amount

Output/day

Total Labor Cost

Labor Unit Cost

III. Equipment

Type No. Days Rate/day Amount

Output/day

Total Equipment Cost

Equipment Unit Cost

IV. Other Cost Necessary to Complete the Project

Description Unit Quantity Unit Cost Amount

Total of other cost

TOTAL DIRECT COST

B. INDIRECT COST

1. OCM (Max of 12% excluding mobilization/demobilization, Health and Safety)

2. Contractors Profit (Max of 10% excluding mobilization/demobilization)

TOTAL INDIRECT COST

C. TAXES (5% OF TDC+TIC)

TOTAL ITEM COST

ITEM UNIT COST Note: This is a sample format only. Bidder may revise the form as long as the bidder provides detailed estimates for each

line item indicated in the Bill of Quantities including a Summary Sheet of indicating the unit prices of construction materials,

labor rates, and equipment rentals.

Prepared by:

85

Name and Signature of

Bidders Authorized Representative

Section IX. Checklist of Technical and Financial

Documents

Notes on the Checklist of Technical and Financial Documents The prescribed documents in the checklist are mandatory to be submitted in the Bid, but

shall be subject to the following:

a. GPPB Resolution No. 09-2020 on the efficient procurement measures during a State of Calamity or other similar issuances that shall allow the use of alternate

documents in lieu of the mandated requirements; or

b. any subsequent GPPB issuances adjusting the documentary requirements after the effectivity of the adoption of the PBDs.

The BAC shall be checking the submitted documents of each Bidder against this checklist to ascertain if they are all present, using a non-discretionary “pass/fail” criterion pursuant to Section 30 of the 2016 revised IRR of RA No. 9184.

86

Checklist of Technical and Financial Documents

I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

Legal Documents

⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);

or ⬜ (b) Registration certificate from Securities and Exchange Commission (SEC),

Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives or its equivalent document;

and

⬜ (c) Mayor’s or Business permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas;

and

⬜ (e) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by the Bureau of Internal Revenue (BIR).

Technical Documents

⬜ (f) Statement of the prospective bidder of all its ongoing government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid; and

⬜ (g) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except under conditions provided under the rules;

and ⬜ (h) Philippine Contractors Accreditation Board (PCAB) License;

or Special PCAB License in case of Joint Ventures; and registration for the type and cost of the contract to be bid; and

⬜ (i) Original copy of Bid Security. If in the form of a Surety Bond, submit also a

certification issued by the Insurance Commission;

or Original copy of Notarized Bid Securing Declaration; and

(j) Project Requirements, which shall include the following:

⬜ a. Organizational chart for the contract to be bid;

⬜ b. List of contractor’s key personnel (e.g., Project Manager, Project Engineers, Materials Engineers, and Foremen), to be assigned to the contract to be bid, with their complete qualification and experience

data;

⬜ c. List of contractor’s major equipment units, which are owned, leased, and/or under purchase agreements, supported by proof of ownership or certification of availability of equipment from the equipment

87

lessor/vendor for the duration of the project, as the case may be; and

⬜ (k) Original duly signed Omnibus Sworn Statement (OSS); and if applicable, Original Notarized Secretary’s Certificate in case of a corporation, partnership, or cooperative; or Original Special Power of

Attorney of all members of the joint venture giving full power and authority to its officer to sign the OSS and do acts to represent the Bidder.

Financial Documents

⬜ (l) The prospective bidder’s audited financial statements, showing, among others, the prospective bidder’s total and current assets and liabilities, stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year which should not be earlier than

two (2) years from the date of bid submission; and

⬜ (m) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC).

Class “B” Documents

⬜ (n) If applicable, duly signed joint venture agreement (JVA) in accordance with RA No. 4566 and its IRR in case the joint venture is already in existence;

or

duly notarized statements from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful.

II. FINANCIAL COMPONENT ENVELOPE

⬜ (o) Original of duly signed and accomplished Financial Bid Form; and

Other documentary requirements under RA No. 9184

⬜ (p) Original of duly signed Bid Prices in the Bill of Quantities; and

⬜ (q) Duly accomplished Detailed Estimates Form, including a summary sheett indicating the unit prices of construction materials, labor rates, and equipment

rentals used in coming up with the Bid; and

⬜ (r) Cash Flow by Quarter.

88

Forms

89

Bid Form for the Procurement of Infrastructure Projects [shall be submitted with the Bid]

_________________________________________________________________________

BID FORM

Date : _________________ Project Identification No.: PVAO-ITB-26-ZAMBOANGA-2021

To: [name and address of Procuring Entity] Having examined the Philippine Bidding Documents (PBDs) including the

Supplemental or Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly

acknowledged, we, the undersigned, declare that:

a. We have no reservation to the PBDs, including the Supplemental or Bid Bulletins, for the Procurement Project: [insert name of contract];

b. We offer to execute the Works for this Contract in accordance with the PBDs; c. The total price of our Bid in words and figures, excluding any discounts offered

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

information];

e. The total bid price includes the cost of all taxes, such as, but not limited to:

[specify the applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii) local taxes, and (iv) other fiscal levies and duties], which are itemized herein and

reflected in the detailed estimates, f. Our Bid shall be valid within the period stated in the PBDs, and it shall remain

binding upon us at any time before the expiration of that period;

g. 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, or a Performance Securing Declaration in lieu of the

the allowable forms of Performance Security, subject to the terms and conditions of issued GPPB guidelines

2 for this purpose;

h. 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;

i. We understand that this Bid, together with your written acceptance thereof

2 currently based on GPPB Resolution No. 09-2020

90

included in your notification of award, shall constitute a binding contract between us, until a formal Contract is prepared and executed; and

j. We understand that you are not bound to accept the Lowest Calculated Bid or any

other Bid that you may receive. k. 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 and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for the [Name of Project] of the [Name of the Procuring Entity].

l. We acknowledge that failure to sign each and every page of this Bid Form, including the Bill of Quantities, shall be a ground for the rejection of our bid.

Name: ___________________________________________________________________ Legal Capacity: ____________________________________________________________

Signature: ________________________________________________________________ Duly authorized to sign the Bid for and behalf of: __________________________________

Date: ___________________

91

Bid Securing Declaration Form

[shall be submitted with the Bid if bidder opts to provide this form of bid security]

_________________________________________________________________________

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

BID SECURING DECLARATION

Project Identification No.: PVAO-ITB-26-ZAMBOANGA-2021

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 procurement 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 the 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 No. 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; and

c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we

have furnished the performance security and signed the Contract.

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 OR ITS AUTHORIZED

REPRESENTATIVE]

[Insert signatory’s legal capacity]

Affiant

[Jurat]

92

[Format shall be based on the latest Rules on Notarial Practice]

Omnibus Sworn Statement (Revised)

[shall be submitted with the Bid]

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:

1. [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];

2. [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], as shown in the attached duly

notarized Special Power of Attorney;

[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], as shown in the attached [state title of attached document showing proof of

authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership Resolution, or

Special Power of Attorney, whichever is applicable;)];

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, by itself or by relation,

membership, association, affiliation, or controlling interest with another blacklisted

person or entity as defined and provided for in the Uniform Guidelines on Blacklisting;

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:]

93

[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;

[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; and

8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in

compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;

b. Acknowledging all conditions, local or otherwise, affecting the implementation of the

Contract;

c. Making an estimate of the facilities available and needed for the contract to be bid, if

any; and

d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

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.

10. In case advance payment was made or given, failure to perform or deliver any of the

obligations and undertakings in the contract shall be sufficient grounds to constitute

criminal liability for Swindling (Estafa) or the commission of fraud with unfaithfulness

or abuse of confidence through misappropriating or converting any payment received

by a person or entity under an obligation involving the duty to deliver certain goods or

services, to the prejudice of the public and the government of the Philippines pursuant

to Article 315 of Act No. 3815 s. 1930, as amended, or the Revised Penal Code.

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

____________, Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED

REPRESENTATIVE]

[Insert signatory’s legal capacity]

Affiant

94

[Jurat]

[Format shall be based on the latest Rules on Notarial Practice]

COMPUTATION OF NET FINANCIAL CONTRACTING CAPACITY

[shall be submitted with the Bid if a committed Line of Credit from a Universal or Commercial Bank is not available]

The Net Financial Contracting Capacity (NFCC) is computed as follows:

NFCC = [(Current assets minus current liabilities) (15)] minus the 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. wherein the value of K is 15

regardless of the period or duration of the project.

DESCRIPTION AMOUNT Current Assets

Minus: Current Liabilities

Sub-Total

Multiplied by Value of K

Sub-Total

Minus the 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

NFCC=

95

STATEMENT OF ALL ONGOING GOVERNMENT AND PRIVATE CONTRACTS,

INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED

[shall be submitted with the Bid]

Business Name: ___________________________________________________

Business Address: ___________________________________________________

Name of Contract/

Project Cost

a. Owner’s Name

b. Address c. Telephone

Nos.

Nature of

Work

Bidder’s Role

a. Date

Awarded b. Date Started

c. Date of Completion

% of

Accomplishment

Value of

Outstanding Works/

Undelivered Portion

Description

% Planned Actual

Government

Private

Total Cost

This statement shall be supported with the following documents from two (2) of the biggest

contracts:

1. Notice of Award and/or Contract/Purchase/Job Order;

2. Notice to Proceed;

3. Certificate of Accomplishment signed by the owner or authorized representative.

_______________________________________

Name & Signature of Authorized Representative

___________________

Date

Instructions:

a. State all ongoing contracts including those awarded but not yet started (government and private

contracts which may be similar or not similar to the project being bidded) prior to date of bid

submission.

96

b. If there is no ongoing contract including awarded but not yet started as of the aforementioned

period, state none or equivalent term. c. The total amount of the ongoing and awarded but not yet started contracts should be consistent with

those used in the Net Financial Contracting Capacity (NFCC).

d. For contracts with the private sector, an equivalent document shall be submitted.

STATEMENT OF SINGLE LARGEST COMPLETED CONTRACT WHICH ARE

SIMILAR IN NATURE [shall be submitted with the Bid]

Business Name : ___________________________________________________

Business Address : ___________________________________________________

Name of Contract

a. Owner’s

Name b. Address c. Telephone

Nos.

Nature

of Work

Bidder’s Role

a. Amount at Award

b. Amount of Completion

c. Duration

a. Date

Awarded

b. Contract Effectivity

c. Date

Completed

Description

%

Government

Private

This statement shall be supported with the following documents:

1. Notice of Award and/or Contract/Purchase/Job Order;

2. Notice to Proceed; 3. Certificate of Acceptance or Certificate of Completion or Official Receipt of Last Payment

made or CPES with a final rating of at least Satisfactory.

_______________________________________

Name & Signature of Authorized Representative

___________________

Date

Instructions:

a. The SLCC should have been completed (i.e., accepted) within the period of November 29, 2016 to

November 28, 2021.

b. Similar contract shall refer to Construction and Repair of Building.

97

c. Pursuant to Section 23.4.2.4 of the 2016 Revised IRR of RA No. 9184, the Bidder shall have an

SLCC that is at least one (1) contract similar to the Project, and whose value, adjusted to current prices using the PSA’s CPI, must be at least fifty percent (50%) of the ABC to be bid.

d. For contracts with the private sector, an equivalent document shall be submitted.

Contract Agreement Form for the Procurement of Infrastructure Projects (Revised)

[not required to be submitted with the Bid, but it shall be submitted within ten (10) days after receiving the

Notice of Award]

_________________________________________________________________________

CONTRACT AGREEMENT

THIS AGREEMENT, made this [insert date] day of [insert month], [insert year] between [name and address of PROCURING ENTITY] (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 [contract price in words and figures in specified currency] 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 as required by the 2016 revised Implementing Rules

and Regulations of Republic Act No. 9184 shall be deemed to form and be read

and construed as part of this Agreement, viz.: a. Philippine Bidding Documents (PBDs);

i. Drawings/Plans;

ii. Specifications; iii. Bill of Quantities; iv. General and Special Conditions of Contract; v. Supplemental or Bid Bulletins, if any;

b. Winning bidder’s bid, including the Eligibility requirements, Technical and Financial Proposals, and all other documents or statements submitted;

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; c. Performance Security; d. Notice of Award of Contract and the Bidder’s conforme thereto; and

e. Other contract documents that may be required by existing laws and/or the

98

Procuring Entity concerned in the PBDs. Winning bidder agrees that

additional contract documents or information prescribed by the GPPB

that are subsequently required for submission after the contract

execution, such as the Notice to Proceed, Variation Orders, and

Warranty Security, shall likewise form part of the Contract. 3. In consideration for the sum of [total contract price in words and figures] or such

other sums as may be ascertained, [Named of the bidder] agrees to [state the object of the contract] in accordance with his/her/its Bid.

4. The [Name of the procuring entity] agrees to pay the above-mentioned sum in

accordance with the terms of the Bidding.

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

[Insert Name and Signature] [Insert Signatory’s Legal Capacity]

for: [Insert Procuring Entity]

[Insert Name and Signature] [Insert Signatory’s Legal Capacity]

for:

[Insert Name of Supplier]

Acknowledgment [Format shall be based on the latest Rules on Notarial Practice]

99

100

Quantity:

Unit Quantity Unit Cost Amount

pcs 61.00 145.00 8,845.00

pcs 16.00 100.00 1,600.00

pcs 45.00 135.00 6,075.00

pcs 12.00 148.00 1,776.00

pcs 74.00 435.00 32,190.00

pcs 2.00 200.00 400.00

pcs 12.00 350.00 4,200.00

55,086.00

No. Days Rate/day Amount

1 5.00 900.00 4,500.00

2 5.00 700.00 7,000.00

2 5.00 550.00 5,500.00

21.96 sq.m/day

17,000.00

154.83

No. Days Rate/day Amount

1 5.00 75.00 375.00

1 5.00 200.00 1,000.00

1,375.00

12.52

Unit Quantity Unit Cost Amount

-

73,461.00

12% 8,815.32

10% 7,346.10

16,161.42

5% 4,481.12

Unit of Measurement : sq.m

DETAILED ESTIMATE

Name of Project: Repair/Renovation of Lapu Lapu Hall 2nd Floor

Item of Work: Construction of Dry Wall, CHB Wall and Pantry Counter Top

Item Number: E.1 Construction of Drywall partition

109.80

Total Materials Cost

A. DIRECT COST

I. Materials

Description

t=0.5mm 33.5mm x 75mm x 3m Stud Furring

Channel

t=0.5mm 33mm x 50mm x 3m Stud Furring

Channel

t=0.5mm 33mm x 75mm x 3m Track Furring

Channel

#6 x1'' Gypsum Metal Screw (1 Box = 100

Pcs)

Gypsum Board (12mm thk - 1.22m x 2.44m)

#1/8 x 3/4" Blind Rivets (800 Pcs/Box)

4"x8ft Wooden Baseboard

Type

II. Labor

Position

Foreman

Skilled

Labor

Output/day

Total Labor Cost

Labor Unit Cost

III. Equipment

1. OCM

SH-702 Hand Riveter compatible w/ Blind

rivet

Electric Hand Drill

Total Equipment Cost

Equipment Unit Cost

IV. Other Cost Necessary to Complete the Project

Description

Total of other cost

TOTAL DIRECT COST

B. INDIRECT COST

ITEM UNIT COST 857.05

2. Contractors Profit

TOTAL INDIRECT COST

C. TAXES (5% OF TDC+TIC)

TOTAL ITEM COST 94,103.54

101


Recommended