bids and awards committee for infrastructure (bac-i)

16
Bid Bulletin No. 2 Construction Connector Road from MacArthur Highway to NCC Airport Road, Clark Freeport Zone October 2020 / Version 1 Page 1 of 9 BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I) Bidding for the Construction of Connector Road from MacArthur Highway to New Clark City Airport Road, Clark Freeport Zone BID BULLETIN NO. 2 This Bid Bulletin clarifies queries raised during the Pre-Bid Conference held last 29 September 2020, and other matters relative to the aforementioned project. 1. Queries/Questions by Prospective Bidders Issues Raised Clarifications 1. Whether the pay items for construction of field office, provision of living quarters for the engineer, provision of furniture/fixtures, equipment, and appliance for the field office of the engineers (except branded desktop computers core i7-HQ), and the living quarters of the engineers, operation and maintenance of field office, and living quarters for the engineer, provision of communication facilities for the engineer under Part A facilities for the engineer, shall be provided. The pay items, under Part A - Facilities for the Engineer, for the: 1. Construction of field office, 2. Provision of living quarters for the engineer 3. Provision of furniture/fixtures, equipment, and appliance for the field office of the engineers 4. Living quarters of the engineers, operation and maintenance of field office 5. Living quarters for the engineer 6. Provision of communication facilities for the engineers are not included in the Bill of Quantities, since BCDA/CDC are not requiring the said items. 2. Whether a Consortium is allowed to bid for the project. A Consortium or a Joint Venture (JV) is allowed to bid for the project as provided under RA 9184 and its Revised IRR. PCAB Rules on Consortium and Joint Venture shall likewise apply. 3. Whether Asphalting Works can be accepted/considered for the required Single Largest and Completed Contract (SLCC) for the project, i.e. the experience is on Earthworks and Asphalt Overlay but without PCCP. No. UNCONTROLLED WHEN PRINTED OR EMAILED

Upload: others

Post on 15-Jun-2022

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

Bid Bulletin No. 2 – Construction Connector Road from MacArthur Highway to NCC Airport Road, Clark Freeport Zone

October 2020 / Version 1 Page 1 of 9

BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

Bidding for the Construction of Connector Road from MacArthur Highway to New

Clark City Airport Road, Clark Freeport Zone

BID BULLETIN NO. 2

This Bid Bulletin clarifies queries raised during the Pre-Bid Conference held last 29 September 2020, and other matters relative to the aforementioned project. 1. Queries/Questions by Prospective Bidders

Issues Raised Clarifications

1. Whether the pay items for construction of field office, provision of living quarters for the engineer, provision of furniture/fixtures, equipment, and appliance for the field office of the engineers (except branded desktop computers core i7-HQ), and the living quarters of the engineers, operation and maintenance of field office, and living quarters for the engineer, provision of communication facilities for the engineer under Part A facilities for the engineer, shall be provided.

The pay items, under Part A - Facilities for the Engineer, for the:

1. Construction of field office, 2. Provision of living quarters for the

engineer 3. Provision of furniture/fixtures,

equipment, and appliance for the field office of the engineers

4. Living quarters of the engineers, operation and maintenance of field office

5. Living quarters for the engineer 6. Provision of communication facilities

for the engineers are not included in the Bill of Quantities, since BCDA/CDC are not requiring the said items.

2. Whether a Consortium is allowed to bid for the project.

A Consortium or a Joint Venture (JV) is allowed to bid for the project as provided under RA 9184 and its Revised IRR. PCAB Rules on Consortium and Joint Venture shall likewise apply.

3. Whether Asphalting Works can be accepted/considered for the required Single Largest and Completed Contract (SLCC) for the project, i.e. the experience is on Earthworks and Asphalt Overlay but without PCCP.

No.

UNCONTROLLED W

HEN PRINTED O

R EMAILED

Page 2: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

Bid Bulletin No. 2 – Construction Connector Road from MacArthur Highway to NCC Airport Road, Clark Freeport Zone

October 2020 / Version 1 Page 2 of 9

4. Whether the bidder shall consider the cost in its bid proposal the pay items that are not included, i.e. medical room and first aid facilities, construction survey and staking, slope, reference and clearing and grabbing stakes, center-line re-establishment, culvert survey and staking, grad finishing staking, permanent monuments and markers, mobilization and demobilization and environmental requirements under Part B - Other General Requirements.

The pay items, under Part B - Other General Requirements, for the:

1. Medical Room and First aid facilities 2. Construction survey and staking,

slope, reference and clearing and grabbing stakes

3. Center-line re-establishment 4. Culvert survey and staking 5. Grade finishing staking 6. Permanent monuments and markers 7. Mobilization and Demobilization 8. Environmental requirements

are not included in the Bill of Quantities. The medical room and first aid facilities, mobilization and demobilization and Environmental requirements are required in the scope of the Contractor for their own account during the implementation of the Project. The rest of the above-mentioned items are pre-requisites to complete the project within the required specifications. Thus, the cost for these works are deemed included in the unit cost of the affected item of work.

5. Whether the bidders can add other items of materials and equipment as per its methodology or whether they should just follow the daywork schedule provided by BCDA without any changes.

The bidders should follow the dayworks schedule as provided in the bidding documents/forms for the project.

6. Whether Crane, Hydraulic, 2 tonnes, which is no. 1 on the list of minimum equipment requirements, is a cargo truck with boom with lifting capacity of 2 tonnes. Otherwise, can the bidder be provided with specifications for the said requirement with sample picture?

Cargo Truck with Boom with a lifting capacity of 2 tonnes will be considered.

UNCONTROLLED W

HEN PRINTED O

R EMAILED

Page 3: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

Bid Bulletin No. 2 – Construction Connector Road from MacArthur Highway to NCC Airport Road, Clark Freeport Zone

October 2020 / Version 1 Page 3 of 9

7. Whether a project manager is not required for the project?

The requirements for key personnel are indicated in the bidding documents for the project.

8. Whether the bidder can be

provided with the format of Curriculum vitae (CV) for the key personnel to be nominated. Whether the number of years of experience of the key personnel can be a combination of construction of road and buildings or mostly construction of roads only.

CV Format is attached as “Annex A”. The nominated personnel must have the required years of experience with respect to their nominated position. However, the key personnel requirements stated in the bidding documents are just minimum requirements.

9. Whether the bidders need to submit separate DUPA for each item for items with the same activity/work or whether they need to submit one (1) DUPA only for items with the same activity/work. Whether the bidders can be provided with a summary list of DUPA.

No need to submit DUPA for each item of work. The bidder shall use the Form for the Detailed Cost Estimates of the project which is attached as “Annex B”..

10. Why is it that the provision of service vehicle stated in the BOQ is 450 calendar days when the project duration is only 360 calendar days?

The service vehicle will be utilized for a period of Three Hundred Sixty Calendar Days (360) for the duration of the contract. The correct contract duration for the Project is Three Hundred Sixty (360) Calendar Days.

11. Whether the total quantity of structural sheet pile is 100,000 linear meters as stated in the BOQ,, because based on the computation of a bidder, the total quantity is only 75,000 linear meters.

For bidding purposes, the quantity for the structural sheet pile of 100,000 linear meters on the Bidding Documents (BOQ) will remain as estimated quantity. These quantities will be subjected to as-stake quantities during implementation. In case there are any changes or additional work items during implementation, it will be treated as Variation Order in accordance with Annex E of RA 9184 - Contract

UNCONTROLLED W

HEN PRINTED O

R EMAILED

Page 4: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

Bid Bulletin No. 2 – Construction Connector Road from MacArthur Highway to NCC Airport Road, Clark Freeport Zone

October 2020 / Version 1 Page 4 of 9

Implementation Guidelines for the Procurement of Infrastructure Projects.

12. Whether the Concrete Slab and Pile Cap works is included in the structural sheet pile pay item.

Whether the structures involved in structural concrete class A under Part F - Road Construction.

The quantity of rebar and concrete for slab and pile cap is included under PART F – Road Construction Item 404 Reinforcing Steel Grade 40 and Item 405(1) Structural Concrete Class “A” (fc’=28MPa), respectively.

13. Whether the bidders need to include the supporting documents for the required list of ongoing projects in its bid submission or they can submit it during post-qualification.

Yes. As stated in the bidding documents for ongoing government and private contracts: “Statement of all on-going government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to be bid shall be supported by contracts or Notices of Award or Notices to Proceed.”

14. Whether the bidder needs to attach the updated accomplishment report for ongoing projects.

The bidders should follow the format for the actual and planned accomplishment as provided in the bidding documents for the project.

15. Whether the bidders can add items for labor, materials, and equipment.

The bidders should just follow what is being required in the bidding documents for the project. There is no need to include additional items in the Daywork rates.

16. Whether the bidders can apply a discount in their bid and whether they can just put “no discount” or “not applicable” if they will not apply a discount on their bid. Whether the bidder can just handwrite the discount of their bid.

Yes, the discount should be written in numbers and words. Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the duly authorized representative/s of the Bidder.

17. Whether the bidders can still submit their requests for clarifications until 18 October 2020 considering that the deadline for bid submission is 28 October 2020, and under R.A. 9184, the bidders can still submit their requests for clarifications at least

The prospective bidders may still send their requests for clarifications until 5:00 PM of 14 October 2020.

UNCONTROLLED W

HEN PRINTED O

R EMAILED

Page 5: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

Bid Bulletin No. 2 – Construction Connector Road from MacArthur Highway to NCC Airport Road, Clark Freeport Zone

October 2020 / Version 1 Page 5 of 9

10 calendar days before the set deadline of bid submission.

18. Whether the SLCC, NFCC and On-going Projects of all partners in a Joint Venture (JV) shall be submitted, or whether the BAC shall only consider those of the the lead JV partner.

The JV can submit only one (1) SLCC for a JV or Consortium, where the SLCC should be a project of any of the members of JV and/or Consortium. Each member of a JV or Consortium should submit its NFCC individually. The partners in a JV or Consortium should not add or combine their NFCC into one and use it in the JV’s or Consortium’s bid submission for the NFCC requirement.

19. Please provide the following: - Format of Statement of

Availability

- Format for List of Equipment - Format for List of Contractor’s

Personnel

- Dimension for Sheet pile

The Format of Statement of Availability of Key Personnel and Equipment is attached as “Annex C” The Format of List of Equipment is attached as “Annex D”. The Format of List of Contractor’s Personnel is attached as “Annex E”. The specification of the Steel Sheet Pile is: Length = 15m Weight = 48kg/m Modulus = 2250 cu.cm/m. Please see G-21 (Typical Dike Details, Side Ditch, & Coping Beam Details)

20. Whether it is ok to include some of the Post-Qualification requirements such as Proof of Accomplishment?

For the purpose of submission of bids, it is not required to attach the Proof of Accomplishment for Post-Qualification requirements. The bidders should just submit all documents required in the Bidding Documents.

21. May we request a copy of the Minutes of the Pre-Bid Conference for the project held on 29 September 2020?

A copy of the Minutes of Pre-Bid Conference held on 29 September 2020 shall be posted on BCDA website.

UNCONTROLLED W

HEN PRINTED O

R EMAILED

Page 6: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

Bid Bulletin No. 2 – Construction Connector Road from MacArthur Highway to NCC Airport Road, Clark Freeport Zone

October 2020 / Version 1 Page 6 of 9

2. Reminders and Other Clarifications from BAC-I

a. The Form for the Detailed Unit Price Analysis is replaced with the Form for Detailed

Cost Estimates to simplify the submission on the requirements of the financial component.

b. Key Personnel

- The bidder should have at least one (1) key personnel nominated for each position

and that nominated key personnel should not be nominated to another position.

- Nominating two (2) personnel then adding/combining their work experience to qualify/satisfy the required number of years of experience for one (1) position, is not acceptable.

- The work experience of the nominated personnel should be for the position he/she

is nominated for, i.e. if the engineer is nominated for a Quantity Surveyor, he/she should have an experience of at least three (3) years as Quantity Surveyor and should be a licensed engineer.

- The work experience of the nominated personnel shall not be counted if he/she is

not licensed during the time when he/she gained the experience required of the position where he/she is nominated.

- The bidder which has a nominated key personnel whose number of years of

experience lacks even just one (1) day of the required experience shall be disqualified.

c. Equipment

- The nominated equipment should not be leased from a lessor who shall also lease

the equipment from another lessor.

- The List of Contractor’s equipment, which are owned, leased and or under purchase agreements, should be supported by proof of ownership or certificate of availability of equipment from the equipment lessor/vendor for the duration of the project.

- If the bidder is leasing the equipment, the bidder should submit the Certificate of

Availability from its lessor, not from the lessor of its lessor.

- If the bidder is buying the equipment, the bidder should likewise submit Certificate of Availability of equipment from the vendor. If the bidder has already bought said equipment, the bidder should submit proof of ownership.

UNCONTROLLED W

HEN PRINTED O

R EMAILED

Page 7: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

Bid Bulletin No. 2 – Construction Connector Road from MacArthur Highway to NCC Airport Road, Clark Freeport Zone

October 2020 / Version 1 Page 7 of 9

d. Joint Venture (JV)/Consortium

- A consortium or Joint Venture is allowed to bid for the project but at least 60% of the interest belongs to Filipino citizens. A foreign bidder is allowed to bid but its interest in the JV or Consortium must only be up to 40%.

- The PCAB licenses for JV and Consortium have different requirements. A Special

PCAB License is required for JV, and all JV partners must secure a PCAB License. On the other hand, in the case of a Consortium, PCAB requires PCAB License only for at least one company or partner in a Consortium and it is the constructor which shall possess the PCAB License. Consortium means there is a constructor, a financier, or a supplier.

e. Contract period is 360 calendar days.

f. The bidders must be registered with PhilGEPS under Platinum Membership, otherwise the bidders will be rated “FAILED” which shall result in declaring them as “INELIGIBLE”. However, per GPPB Circular No. 07-2017, prospective bidders may opt to submit their PhilGEPS Certificate of Registration or their Class “A” Eligibility Documents, or a combination thereof, during the bid submission. The Platinum Membership remains as a post-qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA 9184.

g. Visiting or calling the members of the BAC-I the TWG, the Secretariat (except for

administrative matters relating to the project), or anyone working for BCDA is not allowed and will not be entertained. All queries should be addressed to the BAC-I Chairperson but emailed to the Secretariat. In some cases where it is necessary to talk to the Secretariat for a query, e.g., involving or pointing to a design, the query should be followed up with a written query.

h. Submission of Photocopied (Xerox/Scanned) Documents

All xeroxed or scanned documents being submitted as supporting documents must be clear and readable. Also, the entire document being copied is completely captured.

i. The bid documents can be accessed in the PhilGEPS and BCDA Websites. Those who have purchased the Bid Documents will be provided with soft copy of the same (PDF Format) and editable forms.

j. The bidders must purchase the bid documents before they are allowed to submit their

bids. They can still purchase the document until the deadline of submission.

k. The deadline for the submission of Eligibility Documents and Financial Proposals for the Bidding for the Construction of Connector Road from MacArthur Highway to New Clark City Airport Road, Clark Freeport Zone is at 12:00 noon on 28 October 2020 at the BCDA Central Receiving and Releasing Area (CRRA) located at

UNCONTROLLED W

HEN PRINTED O

R EMAILED

Page 8: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

Bid Bulletin No. 2 – Construction Connector Road from MacArthur Highway to NCC Airport Road, Clark Freeport Zone

October 2020 / Version 1 Page 8 of 9

the 2nd Floor Bonifacio Technology Center, 31st St. cor. 2nd Avenue Bonifacio Global City, Taguig City. Late bids or those submitted after 12:00 noon of 28 October shall not be accepted.

Online Bid Submission is not allowed. l. The computer system clock at the CRRA that is set to Philippine Standard Time (PhST)

shall be used as reference in determining the time for the submission of bids. Hence, participating bidders are advised to synchronize their timepieces with the said computer system clock.

m. Bidders may submit their bid proposal a day before the deadline for bid submission to avoid the possibility of being late for submission.

n. The Opening of Bids for the Bidding for the Construction of Connector Road from

MacArthur Highway to New Clark City Airport Road, Clark Freeport Zone shall be at 1:00 PM on 28 October 2020 at the BCDA Corporate Center, 2nd Floor Bonifacio Technology Center, 31st St. cor. 2nd Avenue Bonifacio Global City, Taguig City.

o. Bids will be opened in the presence of the Bidders. However, the Bidders’ attendance

during the Opening of Bids is not compulsory but it is advised that Bidders send their representative to assist the BAC-I and answer clarifications, if any.

p. Each and every page of the Financial Bid Form/s must be appropriately signed by the bidders or the bidder’s authorized representative. The authorization should also be attached. Failure to do so shall be a ground for the rejection of the Bid.

q. The BAC expects the bidders to exercise due diligence in going through the bidding documents to be able to prepare their bids intelligently.

r. The bidders are requested to use tabs in compiling their bid documents for quick and easy identification and verification.

s. The computation of the bid security shall be based on the Approved Budget for the Contract (ABC).

t. All licenses, permits and other required clearances should be valid at the time of the

submission of bids, Post-Qualification evaluation, and signing of the contract.

u. The following documents are required to be NOTARIZED: i. Omnibus Sworn Statement

ii. Bidder’s Representative Authorization (as provided in Paragraph 2 of the Omnibus Sworn Statement )

iii. Bid Securing Declaration

v. The bidders may submit a notarized Bid Securing Declaration in lieu of other forms of bid security. It is important to note, however, that although the Bid Securing

UNCONTROLLED W

HEN PRINTED O

R EMAILED

Page 9: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

Bid Bulletin No. 2 – Construction Connector Road from MacArthur Highway to NCC Airport Road, Clark Freeport Zone

October 2020 / Version 1 Page 9 of 9

Declaration does not require cash, its enforcement will include automatic blacklisting and payment of certain fines in the event that the bidder violates any of the conditions set forth in the bidding documents.

w. The bid should not be more than the ABC, otherwise the bidder will be disqualified.

x. NFCC Computation should be based on the Audited Financial Statements for the year

2019 using the computation provided in paragraph 5.5 of the Instruction to Bidders, and should be at least equivalent to the (ABC).

y. BCDA reserves the right to waive minor defects in forms and requirement as long as they do not affect the genuineness and authenticity of the documents submitted.

z. BCDA reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders.

The deadline for Requests for Clarifications is at 5:00 PM on 14 October 2020. The last day of issuance of Bid Bulletin is on 20 October 2020. All provisions, conditions and statements in the bidding documents inconsistent with this Bid Bulletin are either modified or rendered ineffective, as the case may be.

Issued on 7 October 2020. BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

AILEEN ANUNCIACION R. ZOSA Chairperson

UNCONTROLLED W

HEN PRINTED O

R EMAILED

Page 10: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

CURRICULUM VITAE (CV) FOR NOMINATED KEY PERSONNEL

Proposed Position:

Name of Bidder:

Name of Staff:

Registered Profession:

Date of Birth: _________________________________Nationality: ____________________

Years with Firm: Current Position in the Firm:

Education

[Summarize college/university and other specialized education, giving names of schools, dates

attended, and degrees obtained using the matrix below]

College/University Degree/Title Obtained Inclusive Dates

Trainings/Seminars

[Summarize the trainings, seminars and workshops undertaken, including those conducted by the

nominated key staff, using the matrix below]

Title/Description Conducted by Inclusive Dates Venue Involvement*

*Such as participant, speaker or trainer

Projects Undertaken/Completed

[Provide outline of projects undertaken using the matrix below]

Title/Description Client Position Start Date Completion Date

On-Going Projects

[Provide outline of on-going projects using the matrix below]

Title/Description Client Position Start Date End Date

UNCONTROLLED W

HEN PRINTED O

R EMAILED

Guest
FreeText
Annex A
Page 11: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

Memberships in Professional Societies

[Give an outline of memberships in professional societies using the matrix below]

Name of

Society/Commission

Date of Conferment/

Registration

License/Professional

Number

Validity Date

Languages

[Using the format below, indicate proficiency of languages familiar with proficiency whether excellent,

good, fair, or poor in speaking, reading, and writing]

Language Proficiency

Speaking Reading Writing

Overall Employment Record:

[Starting with present position, list in reverse order every employment held by nominated staff. List all

positions since graduation, giving dates, names of employing organizations, titles of positions held, and

locations of projects. Indicate relevant work experience of staff in his/her nominated position. For

experience in last ten years, also give types of activities performed and client references, where

appropriate]

Certification:

I, [full name of nominated key personnel], certify that to the best of my knowledge and belief,

these data correctly describe me, my qualifications, and my experience.

I Further commit that I shall work for the Construction of Connector Road from MacArthur

Highway to New Clark City (NCC) – Airport Road as [nominated position]of [name of bidding

firm] once awarded the contract..

Date:

[Signature over printed name of nominated key staff]

Date:

[Signature over printed name of authorized representative of the bidder]

UNCONTROLLED W

HEN PRINTED O

R EMAILED

Page 12: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

ITEM NO. DESCRIPTION QUANTITY UNIT VAT TOTAL INDIRECT COST TOTAL COST UNIT COST

MATERIAL LABOR EQUIPMENT TOTAL OCM PROFIT % VALUE

(1) (2) (3) (4) (5.1) (5.2) (5.3) (5) (6) (7) (8) (9) (10) (11) (12) (13)(5.1) + (5.2) + (5.3) (5) X (8) 12% ((5)+(9)) (9)+(10) (5)+(11) (12)/(3)

PART A FACILITIES FOR THE ENGINEER

A(8) Provision of Progress Photographs 216.00 eachA(10) Service Vehicle (Slightly Use, 4x4 Pickup) 1.00 lot

A(11)

Office Equipment (Branded Desktop Computer, Core i7HQ, 8th Gen w/ 32Gb RAM and Nvidia 4Gb Video Card Minimum, including License Operating System, Licensed MSOffice Latest Version and Licensed Autodesk Autocad latest version minimum 3 years subscription) 2.00 each

TOTAL COST - FACILITIES FOR THE ENGINEER

PART B OTHER GENERAL REQUIREMENTSB(1) Construction Occupational Safety and Health Program 1.00 l.s. a B(2) Project Signboard 2.00 each

TOTAL COST - OTHER GENERAL REQUIREMENTS

PART C EARTHWORKS100(1) Clearing and Grubbing 11.30 ha.102(2) Surplus Common Excavation 3,665.38 cu.m.

103(1)a Structure Excavation 623.79 cu.m.103(3) Foundation Fill 1,061.26 cu.m.103(6) Pipe Culverts and Drain Excavation 10,307.63 cu.m.104(1) Embankment From Excavation 41,161.36 cu.m.105(1) Subgrade Preparation 81,033.30 sq.m.

TOTAL COST - EARTHWORKS

PART D SUBBASE AND BASE COURSE200 Aggregate Subbase Course 8,501.20 cu.m.

TOTAL COST - SUBBASE AND BASE COURSE

PART E SURFACE COURSE311(1)a 300mm thick Portland Cement Concrete Pavement Grading A 65,427.60 sq.m. 311(1)b 150mm thick Portland Cement Concrete Pavement Grading A 6,333.85 sq.m.

TOTAL COST - SURFACE COURSE

PART F ROAD CONSTRUCTION404 Reinforcing Steel Bar (Grade 40) 582,453.41 kg.

405(1) Structural Concrete Class "A" (fc=27.58 Mpa), 28 days 7,290.59 cu.m.

TOTAL COST - BRIDGE CONSTRUCTION

PART G DRAINAGE AND SLOPE PROTECTION STRUCTURES500(1)a Reinforced Concrete Pipe Culvert, 910mm diameter 1,259.00 l.m.500(1)b Reinforced Concrete Pipe Culvert, 1220mm diameter 629.00 l.m.502(3)a Catch Basin for 1-910mm dia. RCPC 32.00 ea.502(3)b Catch Basin for 1-1220mm dia. RCPC 1.00 ea.502(1)c Manhole for 1220mm dia. RCP 16.00 ea.502(8) Structural Sheet Pile 100,000.00 l.m.

TOTAL COST - DRAINAGE AND SLOPE PROTECTION STRUCTURES

PART H MISCELLANEOUS STRUCTURES600(3) Concrete Curb 5,478.00 l.m.

602(3)b Maintenance Marker Post, Type 1-a 33.00 ea.602(3) Kilometer Post 4.00 ea.

603(3a) Guardrail (Metal Beam), Including Post 7,848.00 l.m.603(3b) Metal Beam End Piece 10.00 ea.605(1) Warning Signs, 600mm (Triangular) 8.00 ea.605(2) Regulatory Signs 20.00 ea.607 Reflective Pavement Studs 2,223.10 ea.

606(1) Reflectorized Thermoplastic Pavement Markings (White) 3,360.13 sq.m.610 Vegetation 7,900.00 sq.m.

620(a) Chevron Signs (450mm x 600m) 10.00 ea.

TOTAL COST - MISCELLANEOUS STRUCTURES

PART K STREETLIGHTS AND AREA LIGHTINGS103(1) Structure Excavation (Concrete Pedestal and Excavation) 1,355.64 cu.m

SPL-1000-1 Construction of Street Pole Concrete Pedestal including Rebar, Furnishing and Installation of Anchor Bolt 102.00 ea.SPL-1100-1 Steel post, galvanized, 35'-high, double arm 102.00 unit

SPL-1000-1(2) Concrete Pedestal including Rebar for Service Entrance 4.00 ea.502(2)a Concrete Handhole for Pull Box 8.00 ea.

SPL-1Roughing-in (supply and installation in place including all necessary elbows, fittings, boxes, pullboxes, supports and other accessories)

SPL-1 ConduitsSPL-1(1) IMC, 32mm⌀ 16.00 l.m.SPL-1(2) PVC, 32mm⌀ 4,703.20 l.m.SPL-2 Wires & Cables (supply and installation in place including connectors, tapes, etc.)

DETAILED COST ESTIMATES CONSTRUCTION OF CONNECTOR ROAD FROM MACARTHUR HIGHWAY TO NEW CLARK CITY AIRPORT ROAD

CLARK FREEPORT ZONE, PHILIPPINES

MARK-UPS IN PERCENT TOTAL MARK-UPESTIMATED DIRECT COST

UNCONTROLLED W

HEN PRINTED O

R EMAILED

Guest
FreeText
Annex B
Page 13: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

ITEM NO. DESCRIPTION QUANTITY UNIT VAT TOTAL INDIRECT COST TOTAL COST UNIT COST

MATERIAL LABOR EQUIPMENT TOTAL OCM PROFIT % VALUE

(1) (2) (3) (4) (5.1) (5.2) (5.3) (5) (6) (7) (8) (9) (10) (11) (12) (13)(5.1) + (5.2) + (5.3) (5) X (8) 12% ((5)+(9)) (9)+(10) (5)+(11) (12)/(3)

CONSTRUCTION OF CONNECTOR ROAD FROM MACARTHUR HIGHWAY TO NEW CLARK CITY AIRPORT ROADCLARK FREEPORT ZONE, PHILIPPINES

MARK-UPS IN PERCENT TOTAL MARK-UPESTIMATED DIRECT COST

SPL-2(1) THHN, 8mm2 48.00 l.m.SPL-2(2) THHN, 30mm2 96.00 l.m.SPL-2(3) 2 wires, THHN, 22mm2 5,173.52 l.m.SPL-2(4) Warning Tape, PVC, 5" width 4,236.00 l.m.SPL-3 Panelboards (supply and installation in place including brackets, bolts, nuts, etc.)

SPL-3(1) POWER SUPPLY (Panel LP, with digital timer and magnetic contactor switches, NEMA 4X) 4.00 assySPL-4 Equipment (supply and installation including all accessories to complete and make operational)

SPL-4(1) Lighting Fixture, die-cast, 120watts, LED lamps 204.00 setSPL-5 Testing & Commissioning 1.00 lot

TOTAL COST - STREETLIGHTS AND AREA LIGHTINGS

TOTAL PROJECT COST

UNCONTROLLED W

HEN PRINTED O

R EMAILED

Page 14: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

STATEMENT OF AVAILABILITY OF KEY PERSONNEL AND EQUIPMENT

(Date of Issuance)

To: BAC-Infrastructure Chairperson

Bases Conversion and Development Authority

BCDA Corporate Center

2/F Bonifacio Technology Center

31st St. Cor. 2nd Ave. Bonifacio Global City

Taguig City, 1634

In compliance with the requirements of the BCDA Bids and Awards Committee - Infrastructure for the

Procurement of the (Name of the Project) (“PROJECT”), we certify that (Name of the Bidder) has in its

employ the nominated key personnel, as follows:

1. (Name of Key Personnel) – Nominated Position

2. (Name of Key Personnel) – Nominated Position

3. (Name of Key Personnel) – Nominated Position

4. (Name of Key Personnel) – Nominated Position

5. (Name of Key Personnel) – Nominated Position

6. (Name of Key Personnel) – Nominated Position

Furthermore, we likewise certify the availability of equipment that (Name of the Bidder) owns, has under

lease, and/or has under purchase agreement that may be used for the duration of the Project.

Very truly yours,

[Signature over Printed Name of Authorized Representative]

[Position]

[Name of Bidder]

UNCONTROLLED W

HEN PRINTED O

R EMAILED

Guest
FreeText
Annex C
Page 15: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

Bases Conversion and Development Authority (BCDA)

BAC–I Equipment Form

LIST OF EQUIPMENT OWNED OR LEASED AND/OR UNDER PURCHASE AGREEMENT

Submitted by:

Name of the Authorized Representative of the Bidder Date: ________

Position

Name of the Bidder

EQUIPMENT BRAND/TYPE MODEL CAPACITY PLATE/SERIAL/BODY/CHASSIS

NO.

PROOF OF

OWNERSHIP CONDITION LOCATION

a. Owned

b. Under

Lease

Agreement

c. Under

Purchase

Agreement

UNCONTROLLED W

HEN PRINTED O

R EMAILED

Guest
FreeText
Annex D
Page 16: BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE (BAC-I)

Annex E

Summary of Nominated Key Personnel to be Assigned to the Project

No. Name of Nominated Personnel Nominated Position Registered ProfessionPRC Registration No./Accreditation

No.

Over-all Work Experience

Years of Experience in Nominated

Position

1

2

3

4

5

6

7

8

9

10

11

12

Certified by:

[Signature over printed name of authorized representative]

[Title]

Date

UNCONTROLLED W

HEN PRINTED O

R EMAILED