supplemental bid bulletin no. 21-102-1 one (1) lot …

40
____________________________________________________________________________________________________________ Supplemental Bid Bulletin issued 07 July 2021 One (1) Lot Supply and Delivery of Labor, Tools, Materials, Consumables, Supervision and Technical Expertise for the Proposed Expansion of OPD Waiting Area 1 National Kidney and Transplant Institute Bids and Awards Committee East Avenue, Quezon City 1100 981-0300 / 981-0400 local 1157 http://www.nkti.gov.ph/ SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT SUPPLY AND DELIVERY OF LABOR, TOOLS, MATERIALS, CONSUMABLES, SUPERVISION AND TECHNICAL EXPERTISE FOR THE PROPOSED EXPANSION OF OPD WAITING AREA Bid Reference IB No. 21-102 This Supplemental Bid Bulletin No. 21-102-1 is being issued to inform all the prospective bidders on the following amendment: a. Section III. Bid Data Sheet Please see attached Revised Bid Data Sheet b. Section VI. Specifications Please see attached Revised Specifications c. Section VIII. Bill of Quantities Please see attached Revised Bill of Quantities d. Mandatory Forms Please see attached Revised Mandatory Forms This Supplemental Bid Bulletin including Annexes, if any, shall form part of the Bid Documents. Any provisions in the Bid Documents inconsistent herewith is hereby amended, modified, and superseded accordingly. For guidance and information of all concerned. Issued this 7 th day of July 2021 in Quezon City. (SGD)VIOLETA M. VALDERRAMA, MD BAC, Chairperson Received by: (PLS SIGN) ____________________________________ Bidder’s Name: (PLS PRINT) _______________________________ Date: __________________________________________

Upload: others

Post on 29-Jan-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

____________________________________________________________________________________________________________ Supplemental Bid Bulletin issued 07 July 2021

One (1) Lot Supply and Delivery of Labor, Tools, Materials, Consumables, Supervision and Technical Expertise for the Proposed Expansion of OPD Waiting Area

1

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

981-0300 / 981-0400 local 1157

http://www.nkti.gov.ph/

SUPPLEMENTAL BID BULLETIN NO. 21-102-1

ONE (1) LOT SUPPLY AND DELIVERY OF LABOR, TOOLS, MATERIALS, CONSUMABLES, SUPERVISION AND TECHNICAL EXPERTISE FOR THE PROPOSED EXPANSION OF OPD

WAITING AREA

Bid Reference IB No. 21-102

This Supplemental Bid Bulletin No. 21-102-1 is being issued to inform all the prospective bidders on the following amendment:

a. Section III. Bid Data Sheet

Please see attached Revised Bid Data Sheet

b. Section VI. Specifications Please see attached Revised Specifications

c. Section VIII. Bill of Quantities Please see attached Revised Bill of Quantities

d. Mandatory Forms Please see attached Revised Mandatory Forms

This Supplemental Bid Bulletin including Annexes, if any, shall form part of the Bid Documents. Any provisions in the Bid Documents inconsistent herewith is hereby amended, modified, and superseded accordingly. For guidance and information of all concerned. Issued this 7th day of July 2021 in Quezon City. (SGD)VIOLETA M. VALDERRAMA, MD BAC, Chairperson Received by: (PLS SIGN) ____________________________________ Bidder’s Name: (PLS PRINT) _______________________________ Date: __________________________________________

Page 2: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

1

Revised Mandatory Forms

NKTI Reference No. IB 21-102

Page 3: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

2

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

_________________________________________________________________________

BID FORM Date : _________________ Project Identification No.: _________________ 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, offer to [supply/deliver/perform] [description of the Goods] in conformity with the said PBDs for the sum of [total Bid amount in words and figures] or the total calculated bid price, as evaluated and corrected for computational errors, and other bid modifications in accordance with the Price Schedules attached herewith and made part of this Bid. 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 or in the Price Schedules, If our Bid is accepted, we undertake: a. To deliver the goods in accordance with the delivery schedule specified in the Schedule

of Requirements of the Philippine Bidding Documents (PBDs);

b. To provide a performance security in the form, amounts, and within the times prescribed in the PBDs;

c. To abide by the Bid Validity Period specified in the PBDs and it shall remain binding upon us at any time before the expiration of that period.

[Insert this paragraph if Foreign-Assisted Project with the Development Partner: Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below: Name and address Amount and Purpose of of agent Currency Commission or gratuity ________________________________________________ ________________________________________________ ________________________________________________ (if none, state “None”) Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your Notice of Award, shall be binding upon us. We understand that you are not bound to accept the Lowest Calculated Bid or any Bid you may receive. We certify/confirm that we comply with the eligibility requirements pursuant to the PBDs. The undersigned is authorized to submit the bid on behalf of [name of the bidder] as evidenced by the attached [state the written authority]. We acknowledge that failure to sign each and every page of this Bid Form, including the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Page 4: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

3

Name: ___________________________________________________________________ Legal capacity: _____________________________________________________________ Signature: ________________________________________________________________ Duly authorized to sign the Bid for and behalf of: __________________________________

Date: ___________________

Page 5: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

4

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.: [Insert number] To: [Insert name and address of the Procuring Entity] I/We, the undersigned, declare that: 1. I/We understand that, according to your conditions, bids must be supported by a Bid

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

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any 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

Page 6: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

5

ACKNOWLEDGEMENT

REPUBLIC OF THE PHILIPPINES)

QUEZON CITY ) S.S.

BEFORE ME, a Notary Public for and in ____________________, this _____ day of ___________,

personally appeared the following:

Name Competent Evidence of Identity Date Issue/Expiry Date Place of Issue

He/She are/is both known to me to be the same person/s who executed the foregoing document and he/she

acknowledged to be that their signature/s confirm his/her own voluntary act/s and the entities he/she represent.

SIGNED AND SEALED at the place and on the date above written.

NOTARY PUBLIC

Doc. No. ______________

Page No. ______________

Book No. ______________

Series of 20_____________

Page 7: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

6

Contract Agreement Form for the Procurement of Goods [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 the _____ day of __________ 20_____ between [name of

PROCURING ENTITY] of the Philippines (hereinafter called “the Entity”) of the one part and [name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of the other part;

WHEREAS, the Entity invited Bids for certain goods and ancillary services, particularly [brief description of goods and services] and has accepted a Bid by the Supplier for the supply of those goods and services in the sum of [contract price in words and figures in specified currency] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 4. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to. 5. 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 integral part of this Agreement, viz.:

i. Philippine Bidding Documents (PBDs);

i. Schedule of Requirements;

ii. Technical Specifications;

iii. General and Special Conditions of Contract; and

iv. Supplemental or Bid Bulletins, if any

ii. 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;

iii. Performance Security;

iv. Notice of Award of Contract; and the Bidder’s conforme thereto; and

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

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.

6. 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.

Page 8: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

7

7. The National Kidney and Transplant Institute agrees to pay the above-

mentioned sum in accordance with the terms of the Bidding.

IN WITNESS whereof the parties hereto the parties have caused this Agreement to be executed in accordance with the laws of the Republic of the Philippines on the day and year first above written

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

[Insert Procuring Entity] [Insert Name of Supplier]

ACKNOWLEDGEMENT

REPUBLIC OF THE PHILIPPINES)

QUEZON CITY ) S.S.

BEFORE ME, a Notary Public for and in ____________________, this _____ day of ___________,

personally appeared the following:

Name Competent Evidence of Identity Date Issue/Expiry Date Place of Issue

He/She are/is both known to me to be the same person/s who executed the foregoing document and he/she

acknowledged to be that their signature/s confirm his/her own voluntary act/s and the entities he/she represent.

SIGNED AND SEALED at the place and on the date above written.

NOTARY PUBLIC

Doc. No. ______________

Page No. ______________

Book No. ______________

Series of 20_____________

Page 9: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

8

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;

Page 10: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

9

6. [Select one, delete the rest:]

[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; [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.

Page 11: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

10

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

ACKNOWLEDGEMENT

REPUBLIC OF THE PHILIPPINES)

QUEZON CITY ) S.S.

BEFORE ME, a Notary Public for and in ____________________, this _____ day of ___________,

personally appeared the following:

Name Competent Evidence of Identity Date Issue/Expiry Date Place of Issue

He/She are/is both known to me to be the same person/s who executed the foregoing document and he/she

acknowledged to be that their signature/s confirm his/her own voluntary act/s and the entities he/she represent.

SIGNED AND SEALED at the place and on the date above written.

NOTARY PUBLIC

Doc. No. ______________

Page No. ______________

Book No. ______________

Series of 20_____________

Page 12: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

11

Performance Securing Declaration [if used as an alternative performance security but it is not required to be submitted with the

Bid, as it shall be submitted within ten (10) days after receiving the Notice of Award]

_________________________________________________________________________ REPUBLIC OF THE PHILIPPINES) CITY OF _____________________ ) S.S.

PERFORMANCE SECURING DECLARATION Invitation to Bid: [Insert Reference Number indicated in the Bidding Documents] To: [Insert name and address of the Procuring Entity] I/We, the undersigned, declare that: 1. I/We understand that, according to your conditions, to guarantee the faithful

performance by the supplier/distributor/manufacturer/contractor/consultant of its obligations under the Contract, I/we shall submit a Performance Securing Declaration within a maximum period of ten (10) calendar days from the receipt of the Notice of Award prior to the signing of the Contract.

2. I/We accept that: I/we will be automatically disqualified from bidding for any procurement

contract with any procuring entity for a period of one (1) year for the first offense, or two (2) years for the second offense, upon receipt of your Blacklisting Order if I/We have violated my/our obligations under the Contract;

3. I/We understand that this Performance Securing Declaration shall cease to be valid

upon:

a. issuance by the Procuring Entity of the Certificate of Final Acceptance, subject to the following conditions:

i. Procuring Entity has no claims filed against the contract awardee;

ii. It has no claims for labor and materials filed against the contractor; and

iii. Other terms of the contract; or

b. replacement by the winning bidder of the submitted PSD with a performance security in any of the prescribed forms under Section 39.2 of the 2016 revised IRR of RA No. 9184 as required by the end-user.

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

Page 13: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

12

ACKNOWLEDGEMENT

REPUBLIC OF THE PHILIPPINES)

QUEZON CITY ) S.S.

BEFORE ME, a Notary Public for and in ____________________, this _____ day of ___________,

personally appeared the following:

Name Competent Evidence of Identity Date Issue/Expiry Date Place of Issue

He/She are/is both known to me to be the same person/s who executed the foregoing document and he/she

acknowledged to be that their signature/s confirm his/her own voluntary act/s and the entities he/she represent.

SIGNED AND SEALED at the place and on the date above written.

NOTARY PUBLIC

Doc. No. ______________

Page No. ______________

Book No. ______________

Series of 20_____________

Page 14: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

13

Name of Procuring Entity: NATIONAL KIDNEY AND TRANSPLANT INSTITUTE

Name of Project: ____________________________________________________________________________________________________________________

STATEMENT OF ONGOING GOVERNMENT & PRIVATE CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED Business Name

: ____________________________________________________________________________________________________________

Business Address

: ____________________________________________________________________________________________________________

Name of Contract/Location Project Cost

a. Owner Name

b. Address

c. Telephone Nos.

Nature of Work

Contractor’s Role a. Date Awarded

b. Date Started

c. Date of Completion

% of Accomplishment Value of Outstanding Works/Uncompleted

Portion Description

% Planned Actual

Government

Private

*Continue in a separate sheet if necessary.. Note: This statement shall be supported with:

Total Cost

1 Notice of Award and/or Contract

2 Notice to Proceed issued by the owner

3 Certificate of Accomplishments signed by the owner or authorized representative

Submitted by : ____________________________________________________

(Printed Name and Signature)

Designation : ____________________________________________________

Date : ____________________________________________________

Page 15: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

14

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

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

MCLE Accreditation No. ____ MCLE Expiration Date ____ Doc. No. ___ Page No. ___ Book No. ____ Series of 2019

SPACE FOR GOVERNMENT ID PRESENTED

Page 16: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

15

Name of the Procuring Entity: NATIONAL KIDNEY AND TRANSPLANT INSTITUTE

Name of Project: __________________________________________________________

STATEMENT IDENTIFYING SINGLE LARGEST COMPLETED CONTRACT SIMILAR TO THE CONTRACT TO BE 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 at

Completion

c. Duration

a. Date Awarded

b. Contract

Effectivity

c. Date Completed

Description %

Government

Private

Note: This statement shall be supported with:

1. Contract 2. Certificate of Completion 3. Certificate of Acceptance

Submitted by : ____________________________________________________

(Printed Name and Signature)

Designation : ____________________________________________________

Date : ____________________________________________________

Page 17: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

16

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

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

Doc. No. ___ Page No. ___ Book No. ____ Series of 2018

SPACE FOR GOVERNMENT ID PRESENTED

Page 18: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

Revised Section III. 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: “General Contractor - Civil

Works”

5.4 The following persons/entities shall be allowed to participate in this Project:

a) Duly licensed Filipino citizens/sole proprietorships; or

b) Partnerships duly organized under the laws of the Philippines and of

which at least sixty percent (60%) of the interest belongs to citizens of the

Philippines; or

c) Corporations duly organized under the laws of the Philippines, and of

which at least sixty percent (60%) of the outstanding capital stock belongs

to citizens of the Philippines; or

d) Cooperatives duly organized under the laws of the Philippines; or

e) Persons/entities forming themselves into a joint venture, i.e., a group of

two (2) or more persons/entities that intend to be jointly and severally

responsible or liable for a particular contract: Subject to Executive Order

No. 65 (EO 65), s. 2018. (Correlate with Clause 10.1 (g) and Clause 10.3.

of the BDS)

NOTE: the persons/entities enumerated above may participate in

competitive bidding if he has been issued a license by the PCAB to

engage or act as a contractor. (Please see 23.4.2.1)

f) Foreign bidders may be eligible to participate in the procurement of

Infrastructure Projects when provided for under any Treaty or International

or Executive Agreement as provided in Section 4 of the Act and this IRR;

(Please see 23.4.2.2)

g) The prospective bidder must have completed an SLCC that is similar to the

contract to be bid, and whose value, adjusted to current prices using the PSA

consumer price indices, must be at least fifty percent (50%) of the ABC to be bid.

(Please see 23.4.2.3) Correlate with Clause 10.1 (f) of the BDS.

The SLCC shall be supported by an Owner’s Certificate of Final Acceptance

issued by the project owner other than the contractor or a final rating of at least

Satisfactory in the Constructors Performance Evaluation System (CPES). In case

of contracts with the private sector, an equivalent document shall be submitted. (Please see 23.4.2.5)

h) The computation of a prospective bidder’s NFCC must be at least equal to

the ABC to be bid. (Please see 23.4.2.6) Correlate with Clause 10.1 (i) of the

BDS.

Page 19: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

7.1 Sub-Contracting Shall Not Be Allowed

10.1 Section IX. Checklist of Technical and Financial 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

(d) Tax Clearance Certificate per E.O. No. 398, s. 2005, as finally

reviewed and approved by the Bureau of Internal Revenue (BIR).

Technical Documents

(e) Notarized 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

(f) Notarized 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

(g) Philippine Contractors Accreditation Board (PCAB) License;

or

Special PCAB License in case of Joint Ventures;

(Correlate with 10.3)

and registration for the type and cost of the contract to be bid; (Please

refer to Clause 10.3 for details)

and

(h) 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

Page 20: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

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

(i) Organizational chart for the contract to be bid;

(ii) List of contractor’s key personnel (e.g., Project

Engineer/Architect, Construction Safety and Health Officer and

Foreman), to be assigned to the contract to be bid, with their

complete qualification and experience data;

(iii)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 lessor/vendor for the duration of the project, as the case

may be;

and

(j) 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

(k) 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

(l) The prospective bidder’s computation of Net Financial Contracting

Capacity (NFCC).

Class “B” Documents

(m) 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

Page 21: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

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.

FINANCIAL COMPONENT ENVELOPE

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

Other documentary requirements under RA No. 9184

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

(p) Duly accomplished Detailed Estimates Form, including a summary

sheet indicating the unit prices of construction materials, labor rates,

and equipment rentals used in coming up with the Bid; and

(q) Cash Flow by Quarter.

10.3 i. A current and valid PCAB License (General Building)

i. General Engineering

ii. In case of Joint Ventures (JV), a valid Special PCAB License, and

registration for the type and cost of the contract for this Project.

Provided, that at least one (1) of the JV partners must possess all the

above Classification and Category pursuant to GPPB NPM. 0623-2009

dated November 27, 2009)

10.4

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

Key Personnel

a. Project Engineer / Architect

a. Licensed Architect / Engineer for at least three (3) years

b. At least three (3) years of experience in construction in similar nature

b. Construction Safety and Health Officer

a. Must be a DOLE Accredited Safety Officer for at least three (3) years

b. At least three (3) years of experience in construction in similar nature

c. Foreman

a. Currently employed/retained by the constructor bidder

b. Should be a trained individual with minimum five (5) years of

experience in construction in similar nature

10.5 The minimum major equipment requirements are the following (if applicable):

Equipment Capacity Number of Units

Page 22: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

15.1 The bid security shall be in the form of a Bid Securing Declaration or any of the

following forms and amounts:

1. The amount of not less than 2% of the ABC if bid security is in cash,

cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of

credit;

2. The amount of not less than 5% of the ABC if bid security is in Surety

Bond.

16 Each Bidder shall submit one original copy and copy 1 of the first and second

components of its Bid arranged, numbered, tabbed in a soft book binded folders.

19.2 Partial bids shall not be allowed.

20 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:

(a) Original/Certified true copy of Latest income and business tax returns and

paid through the BIR Electronic Filing and Payment System (eFPS) or

manual/bank payment;

(b) Original/Certified true copy of other appropriate licenses and permits

required by law and stated in the Bidding Documents.

(c) Original/Certified true copy of Bureau of Internal Revenue (BIR)

Registration Certificate or equivalent for foreign bidder;

(d) Certified True Copy of the latest General Information Sheet (GIS) duly filed

and received by SEC, or equivalent for foreign bidder;

(e) Certificate of PhilGEPS Registration (Platinum Member);

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,

Page 23: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

Republic of the Philippines

National Kidney and Transplant Institute

Bids and Awards Committee

East Avenue, Quezon City 1100

8981-0300 / 9881-0400 local 1156/1186

http://www.nkti.gov.ph/

construction safety and health program approved by the DOLE, and other

acceptable tools of project scheduling.

21.1

The LCB shall submit the following additional documents in two (2) sets within a

non-extendible period of five (5) calendar days from receipt of the notification.

1. Contracting Company’s Profile (using NKTI Template);

2. Certificate of Site Inspection issued by NKTI-General Services Division

(GSD);

3. Brochure/samples for finishes, equipment, devices and materials to be used;

4. Certificate that the equipment and materials to be installed are brand new;

5. Certification that the contractor shall provide at least one (1) year warranty

for workmanship and materials installed;

6. Duly signed Organization Chart for the contract to be bid;

7. Personnel Requirement:

i. Project Engineer / Architect

a. Licensed Architect / Engineer for at least three (3) years

b. At least three (3) years of experience construction in similar nature

ii. Construction Safety and Health Officer/Engineer

a. Must be a DOLE Accredited Safety Officer for at least three (3)

years

b. At least three (3) years of experience in construction in similar

nature

iii. Foreman

a. Currently employed/retained by the constructor bidder

b. Should be a trained individual with minimum five (5) years of

experience in construction in similar nature.

8. Health Certification from City Health Office’s Physician or by Physician

Authorized by OSH

Page 24: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

1

Revised Section VI. Specifications

PART 1: GENERAL I. PROJECT DESCRIPTION

i. PROJECT TITLE:

PROPOSED EXPANSION OF OPD WAITING AREA ii. BACKGROUND AND OBJECTIVE:

This project aims to provide additional covered area adjacent to OPD to serve as waiting area

for service patients who will undergo check-up and will seeking for financial assistance from

MSSD, Malasakit Center and Legislature (GL).

iii. DESCRIPTION/ SCOPE OF SERVICES

Furnish all labor, materials, tools, equipment, technical supervision and services necessary to expedite the completion of the above-mentioned project but not limited to the following:

A. General Works

1. All materials must conform to all laws, ordinances, regulations and building codes now and hereafter that may be in force and applicable during the period of construction, which the Contractor shall obtain the necessary permits and pay the required fees therefore to the proper authorities. The Contractor shall bear any damages by reason of any delay in the work arising from his failure to comply with the provision of this clause. Provided, however, that should any revision or amendments to such laws, ordinances, regulations and building codes made during the construction period affect the cost or time of completion of the contract, a corresponding adjustment shall be made.

2. The Contractor shall comply with all the regulations and specifications including safety standards of DOLE herein set forth governing quality, characteristics and properties of materials and method of construction.

3. Materials, Fixtures and Fittings Furnished by the Contractor

4. Sample of Materials - The Contractor shall furnish for approval, with such promptness as to cause no delay in work, samples as specified or required. Unless otherwise specified, three samples shall be submitted, and of adequate size to show quality, type, color, range, finish and texture of material. It shall not be ordered until approval is received. All materials shall be furnished substantially equal in every respect to approved samples. Materials and items installed or used without such approval shall be at the risk of subsequent rejections. Samples to be used in reinforced concrete work such as steel bars, cement and aggregates and their certificates of origin are to be approved by NKTI/GSD.

Page 25: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

2

5. All materials not conforming to the requirements of these Specifications shall be considered as defective. No defective materials. All defects which were consequently corrected shall be used until approval has been given.

6. Upon completion of the construction, the contractor shall prepare the As-built drawings with electronic file based on the record drawings. Floor plans shall have 1:100meter scale, reproducible, with prescribed title block duly signed by the Engineer, to be submitted to NKTI/GSD for checking and validation.

B. Site Works Demolition, Clearing and Repairs

1. Demolish and remove from site existing structures and other obstructions within the building area as indicated in the plans.

a. Items to be reused in the demolition are the following but not limited to 6ӯ GI column and I-beams.

b. Demolition of concrete pavement for the preparation of 0.60 x 0.60 footing.

2. Excavation and fills for buildings or structures shall be so constructed or protected. 3. Protect all existing utility lines. Inform NKTI/GSD before commencing work. 4. Repair damage done to property of any person or persons on or off the premises,

by reason of the required work for demolition, clearing and grubbing. All expenses arising from the above scope of work shall be at the expense of the Contractor.

5. Protect adjacent properties, persons, shrubs, trees, lawns, structures and utilities against harm or damage.

a. Trees to be removed or cut down appear on the demolition plan. 6. The Contractor shall provide temporary board-up or enclosure of the entire site to

prevent dirt and dust from spreading to adjacent patient’s area and offices. It should be painted finish.

a. At the completion of the work, all dirt and stains and the like on all finishing of floors, walls and ceiling decorative work, finishing hardware and fixtures should be removed.

b. All debris and other materials resulting from the demolition work shall be immediately removed from the premises and dumped outside the NKTI premises. Pull-out permits are to be secured prior to hauling of debris and other materials at the expense of the contractor.

C. Concrete Works 1. Concreting of foundation, concrete pedestal, and elevated concrete pavement and

walkway. a. Cement shall be Portland cement conforming to ASTM Specification C 150,

Type I and Type II. b. Concrete shall be composed of Portland cement. Fine and coarse

aggregates, water, and admixture as specified, all thoroughly mixed and brought to the proper consistency, uniformity, and temperature for final placement.

c. Water used in mixing concrete shall be clean and free from injurious amounts of oils, acids, alkalis, salts, organic materials, or other substance that maybe deleterious to concrete or steel.

Page 26: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

3

d. Fine Aggregates shall consist of natural sand, manufactured sand, or a combination of separately processed sizes.

e. Coarse Aggregates shall consist of gravel, crushed gravel o rock, or a combination thereof. All foreign materials and dust shall be removed by adequate processing.

f. Reinforcing steel shall be provided with all necessary ties, chairs, spacers, supports and other necessary devices.

g. Shop drawings, showing all fabrication dimensions and locations for placing of the reinforcing steel and accessories and shall be submitted for approval.

D. Masonry Works 1. Concrete plant box is RSB reinforced concrete formed plain finished.

a. The Scope of works includes the supply, construction and finishing of all concrete block works including reinforcing and filling required, and including built-in of necessary items supplied by other trades.

b. Masonry wall shall be placed level and plumb all around. c. Masonry Units: 100 x 200 x 400mm(4’x8’x16”) and 150 x 200 x

400mm(6”x8”x16”) Concrete Hollow Blocks Units of standard manufacture, machine-vibrated with even texture and well-defined edges, conforming to Philippine National Standard (PNS) 15, Type I, Class A.

d. Mortar: One part Portland cement to three parts sand. e. Reinforcement: Intermediate grade bars conforming to ASTM Specification

A615 or PNS of size shown in the plans. Wire Ties: Gauge 16 a. Construction of concrete Ramp with PWD International Symbol with 2ӯ

Stainless Steel Railing, Broom finished.

E. Metal Works

1. Metal works includes the furnishing, fabrication, erection or installation, complete of all structural steel and miscellaneous metal work in accordance with this specification unless required otherwise in the drawings. Erection of GI columns be welded to 6mm thk steel plate and anchored to concrete pedestal. Columns will be supported against swaying by tension rods with turn buckle. a. Fabricated steel beam for the support of 50x150mm rafters will be 38mm x 6mm

angle bar and 12mm round bar. b. Welding shall be made only by welder and welding operators who are highly

skilled and qualified by the test to perform the type of work required. All works shall be in accordance with the standard code.

c. Surfaces to be welded shall be free from any other foreign materials. 2. Anchorage of ramp roof framing on walls and GI columns on concrete pedestal using

3/8” anchor bolts. a. Screws and expansion bolts shall be of a standard commercial grade, as

approved by NKTI/GSD. b. Electrodes for arc welding shall conform to the E60 or E70 series of the ASTM

specification A233. c. Galvanizing shall be standard quality, hot dipped process of 1.25 ounces per

square foot of coating. Damages prior to final acceptance shall be repaired to the satisfaction of the Architect/Engineer.

Page 27: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

4

3. Miscellaneous metal items which is not mentioned but are required to complete the work, shall be provided and installed in accordance to standard practice of the trades approved by Architect/Engineer.

F. Roofing Works 1. Provide all materials and equipment needed to perform required to complete fitting

and installation of ribbed metal roofing, flashing components, strap and rivets units and other supplementary materials necessary to complete the project. The roof unit should be watertight and leak proof. a. Fasten the roofing sheet to the steel purlins by means of straps riveted to roofing

sheets and wrapped around purlins. b. Minimum lap of wedge shall be 12” over roofing sheets.

2. Provide flashings and counter flashings at all critical points where water may seep through.

3. Minimum lap of wedge shall be 305mm. over roofing sheets. Rivet ridge to roofing sheets at top of every fourth corrugation in addition to rivets engaging top line of straps.

4. Provide Roof parapet at existing tree opening and roof slope to prevent stagnation of water.

G. Roof Insulation 1. Install 10mm thk. EWA foam with netting G.I. wire Ga.#16. 2. Fit tight around all roof protrusions. Fill all gaps with offsets to avoid heat leakages.

Side and end laps shall be 2” to 4” and adhered by rugby contact adhesive. If incase there are accidental damages made, it should be repaired and sealed with aluminum tapes.

H. Finishes 1. Scope includes painting of all metal materials, Concrete walls and columns, gypsum

board ceilings, GI roofings, parapet joints, Electrical Conduits and Roughing-ins. a. Submit sample in 1.00m. x 1.00m. for approval by Architect. b. Materials shall be delivered in their original containers bearing manufacturer’s

name and brand. c. Prior to application, the substrate shall be clean, dry and free from deleterious

materials. d. Mix paint with proper consistency. Unless otherwise indicated, apply 3 coats of

paint- priming, body and finish. Allow each coat to dry thoroughly before applying next coat. If at third coat the surface has not been satisfactorily finished, the Contractor shall apply the necessary number of coats to apply the desired evenness at no extra cost to the Owner.

e. Painting works shall include surface preparation. Remove all loose, scaling, flaking, and peeling off paint by wire brushing, scraping, or rough sanding. When necessary, use paint remover but make sure that residue is completely washed off from the surface to prevent adverse reactions with succeeding coats. Let it dry. Sand smooth painted surfaces for improved inter-coat adhesion. For paint application, Prime bare substrate with Latex Flat Paint. Finish with two (2) coats of Semi-Gloss Latex Paint for walls, and Flat Latex Paint for ceiling to your

Page 28: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

5

desired premixed shade. Use Quick Dry Enamel paints for steel frames and doors.

2. Provide all materials and equipment needed to perform required to complete

application of epoxy resin floor coating. Preparation and installation procedure:

a. Make sure that the subfloor surface meets the required standards. This includes checking that the moisture content and pH levels are suitable and that the surface is clean and properly prepared.

b. Apply the primer specified by the manufacturer, using a sprayer, roller or brush. Wait the required amount of time for the primer to cure.

c. Set up the area where you will mix the levelling compound. Make sure there is good ventilation and lighting. Cover the floor of the mixing area with plastic sheeting to make the clean-up process easier.

d. Mix the levelling compound in a bucket using an electric drill and mixing paddle. Measure the proportions of water and compound accurately, according to the manufacturer's instructions, using measuring buckets.

e. Apply the levelling compound to the floor. Depending on the product and the thickness, you may need to use a steel trowel and/or a thickness spreader. Most underlayments can be installed from a true 'feather edge' up to 6 mm thick. For thicker application, some manufacturers specify aggregate as a filler.

f. Check the surface finish and floor levels to make sure that they're within the required standards.

g. Clean up the work area and all tools and equipment. Store the unused levelling compound in resealed plastic bags or containers.

I. Specialties 1. Installation and fabrication of steel railing for ramps. Railings shall be Stainless steel

pipe of standard weight conforming to ASTM A233. Use 2” Ø Grab bars and railing Ga. # 20.

2. Aluminum Composite Panels Use 4.0 mm thk. parapet walls., PVDF coating Aluminum Composite Panel – Fluorocarbon Resin Based Organic Paint with fine metal particles or mica crystals as pigment. It should have excellent Weathering-resistance, Acid-resistance, Alkali-resistance and self-cleaning performance properties. Submit shop drawings of recommended installation method for approval of NKTI/GSD.

J. Plumbing Works 1. Provide new piping for roof downspout and drainage line to existing storm drainage. 2. Provide additional Catch Basin and concrete trench with metal gratings. See

detailed plan. 3. Chipping and restoration of concrete walls and floor along main sewer lines and

along lavatory drain lines to check piping connections.

K. Electrical Works 1. Scope of Work

Page 29: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

6

a. Provide labor, materials, tools, machinery, equipment, and services necessary to complete the Electrical Work under the Contract. All systems and equipment shall be complete in every aspect and all items of material, equipment shall be provided for a fully operational system and ready for use. Coordinate the work with the work of the other trades in order to resolve all conflicts without impeding the job progress.

b. When an item of equipment, device, and fixture is indicated on a floor plan and not shown on associated riser diagram or bill of quantities or vice versa, the Contractor shall provide said item and all required conduit and wiring connections for a complete system as part of the Contract.

c. The Contractor shall comply with the commissioning requirements for all new

electrical equipment, devices, and fixtures. Testing of the electrical systems shall

be completed prior to commencement of the commissioning process, as written

test results and sign-offs by the End-user must be submitted prior to the

commissioning process.

2. Site Inspection

The Contractor shall be held to have examined the site/facilities, equipment and to have compared it with Drawings and Specifications, and deemed to have been satisfied as to the conditions existing at the site, as relating to the actual conditions of the site at the time estimating the Work before bidding.

3. Work Included Provide all materials, equipment and perform all the work necessary for the complete execution of all the Electrical and Auxiliary Works as shown in the Drawings and Specifications, as herein specified or both except as otherwise excluded, and which, without excluding generality of the foregoing shall include but not limited to the following principal items of work: i. Electrical demolition for remodelling. ii. Supply and installation of electrical wiring, conduit, raceway system, including

necessary hanger/supports.

iii. Supply and installation of lighting fixtures/luminaries.

iv. Supply and installation of complete electrical and auxiliary wiring devices.

v. Supply and installation of ventilating/wall fans.

vi. Testing of all installations.

vii. Painting of electrical equipment, boxes, enclosures, metal conduits, and

hanger/supports.

4. Shop Drawings and Sample Approvals

Prepare and submit for approval, shop drawings, samples of equipment, appliances, lighting fixtures/luminaries, and wiring devices. Wherever hereinafter the works “for approval”, or “approved”, (make, type, size, arrangement, etc.) are used, especially in regard to a manufactured specialties, etc., or wherever it is desired to substitute a different make or type for that specified, all information pertinent to the adequacy and adaptability of the proposed items, shall be submitted to the engineers, and their approval secured before the item is ordered or installed.

5. Coordination

Page 30: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

7

The Contractor shall prepare such drawings or details of equipment, location of sleeves, inserts and supports as may be required for the assistance of the owner’s representative and the coordination of work. Coordinate with other trades to avoid conflicts between installation of luminaries and supports with the installation of mechanical equipment and ceiling structures.

6. Work in Existing Building The Contractor shall use due care and diligence in removing, replacing, adjusting, cutting, drilling, and installing any equipment/apparatus. Should any damage, due to the execution of this Contract, occur to the existing or adjacent facilities/utilities, shall be repaired/restored by the Contractor without charge. Coordinate with the Engineers/Architect for any actions/work activity.

7. Standard of Materials a. All materials and supplies shall be new and shall conform to the provisions of

the latest editions of the following standards: Underwriters Laboratories, Inc. (UL)

National Electrical Manufacturer’s Association (NEMA)

Philippine Electrical Code (PEC)

b. All materials on all systems shall comply with the following specifications, unless specifically exempted, and all materials where not specified shall be of the best of their respective kind. All electrical equipment, appliances, fixtures, and devices shall be the latest of the current year in design, material and workmanship, and shall be the type or model called for in these Specifications. Samples of any material shall be submitted for approval as required by the Engineers prior to purchase and installation.

8. Products/ Materials

a. Wires and Cables Minimum wire size shall be not less than indicated in the plan. Branch circuit conductors shall be not smaller than 3.5 mm² (#12 AWG). Branch circuit of 220 volts more than 30 meters long shall be 5.5 mm² (#10 AWG). ▪ Wire Description

1. Conductors shall be soft-annealed copper of 98% conductivity.

2. Conductors shall be thermo-plastic polyvinyl chloride insulation

(THHN/THWN) with nylon jacket rated 600 volts 90°C.

3. All conductors shall have identifiable lettering on the insulator jacket as to

voltage rating, wire type, AWG size, insulation, and manufacturer ID.

▪ Wire Color Coding

Conductor identification of each phase shall be color-coded insulation. The color of the insulation of the conductors of different voltage systems shall be as follows: 1. 480/240 volts, 3-phase: red, yellow, blue; neutral: white (if required); ground:

green

2. 240 volts, 1-phase: depends on the branch circuit phasing of panel boards.

b. Conduits and Fittings

Page 31: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

8

Provide raceways, conduits, fittings, supports, and accessories required for a complete system and its proper operation. Coordinate layout and installation of raceways, conduits, and suspension system with other trade. All conduits, raceways, and fittings on exposed work shall be secured by means of metal clamps, which shall be held in place by means of metal screws. When running over concrete surfaces, clamps shall be held by means of expansion bolt. All conduits on exposed work shall be run at right angles to and parallel with the surrounding walls and no diagonal runs shall be allowed and all ends and off-sets shall be avoided as far as possible. Conduit shall be supported at 1.50 meter interval minimum. 1. Electric Metallic Tubing (EMT) and fittings shall be industry standard,

Underwriters Laboratories listed.

2. Flexible Metal Conduit (FMC) and fittings shall be galvanized, Underwriters

Laboratories listed. It will only be use to connect from junction box to

recessed/suspended lighting fixtures, motors, and equipment subject to

vibration and adjustment.

3. Polyvinyl Chloride Pipes (PVC) and fittings shall be thick wall type

schedule 40, Underwriters Laboratories listed.

Minimum size to be used in any system shall be 15mm diameter for EMT, 20mm diameter for PVC. Maximum of three 90 degree bends in any one run, and where necessary, pull boxes shall be provided as directed.

c. Boxes shall be provided in the wiring or raceway systems wherever required for pulling wires, making connections, and mounting of devices or fixtures. All metal boxes shall be gauge 16 galvanized steel. Nominal sizes of boxes are as follows:

1 Junction Box – 110mm x 110mm x 56mm

2. Utility Box – 110mm x 55mm x 56mm

3. Pull Box – dimension as shown in the bill of materials

Pull boxes in finished places shall be located and installed with the

permission and to the satisfaction of the Architect/Engineer.

d. Supporting Devices 1. Separate hangers shall be installed for supporting conduits. Wherever

possible, hangers shall be supported from concrete slab by inserts.

Hangers and piping installed by other trades shall not be used for

supporting electric conduits.

2. Individual and multiple pipe hangers and riser clamps including all parts

and hardware shall be galvanized. All U-bolts, clamps, attachments and

hardware for hanger assembly and conduits shall be provided.

3. Use “C” beam clamps and hangers where conduit is supported from steel

beams.

4. Use channel support system supported from structural steel for multiple

parallel conduits.

Page 32: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

9

5. Where conduits are installed above ceiling, do not rest conduit directly on

t-runners, metal furring, etc.

6. Conduits shall be supported at 1.5 meter interval minimum. This shall

apply to both horizontal and vertical runs.

e. Wall Switches 1. Wall switches shall be rated at 15 ampere with voltage rating as required.

Switches shall be of the silent type, spring operated, and tumbler type.

Plating and appearance of wall plates shall be as required or selected by

the Architect and appropriate samples shall be submitted prior to the

purchase of wall switches and faceplates.

2. Install wiring devices in outlet boxes, level, plumb and square.

3. Install blank plates on outlet boxes which are for future equipment.

f. Wall Receptacles 1. Receptacle outlets shall be duplex rated at 10 amperes, 240 volts, grounding

type, parallel/flat pin slots or as indicated. 2. Weatherproof receptacles shall be mounted in a box with a gasket,

weatherproof, cover plate, duplex, rated 10 amperes, 240 volts, grounding type, parallel/flat pin slots or as indicated.

3. Special purpose or heavy-duty receptacles shall be of the type and of ratings, number of poles indicated or required for the purpose.

4. Install wiring devices in outlet boxes, level, plumb and square. 5. Install receptacles with ground pole in up position. 6. Install blank plates on outlet boxes which are for future equipment.

i. Luminaries, Lamps, Ballast and Accessories 1. Luminaries/lighting fixtures shall be as shown and shall conform to the

following specifications and shall be as detailed. Illustrations shown on drawings are indicative of the general type desired and are not intended to restrict selection to fixtures of any particular manufacturer. Fixtures of similar designs and equivalent energy efficiency , light distribution and brightness characteristics, and of equal finish and quality will be acceptable if approved.

2. Install all luminaries/lighting fixtures as shown in the drawings, including supports and accessories. Any modification on installation manner shall be approved by the Engineers/Architect.

3. All fluorescent luminaries/lighting fixture shall be of gauge 22 Zinc phosphate steel sheet housing, and powder coated finish, troffer type with 3 mm thick prismatic acrylic diffuser, aluminium reflector and louvers, surface mounted with mounting holes.

4. Ballast shall be electronic and high power factor rated 240 volts, 1 phase, 60 Hz, ±10% voltage variation, and UL listed.

5. All down light/pin light fixture shall be powder coated white rim, recessed mounted with tempered glass cover, aluminum matte finished reflector and gear box. Fitted for PL, HID, and compact fluorescent lamps, rated 240 volts, 60 Hz, E27 socket.

Page 33: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

10

9. Mounting Height Unless otherwise indicated, mounting heights of wall outlets shall be as follows:

a. Single & Duplex Receptacles: 16 inches above finished floor to bottom of outlet box,

44 inches above finished floor for counter height.

For ceiling height receptacles, coordinate with the Engineers/Architect for the actual height.

b. Special Purpose Receptacles: As indicated on the drawing, coordinate with the

Engineers/Architect for actual location and height.

c. Switches and Controls: 140 inches above finished floor to bottom of outlet box.

d. Luminaries/Lighting Fixtures: As indicated on the drawing.

iv. OVERALL PROJECT SCHEDULE

The Bidder/Contractor shall complete the Project within 90 Calendar Days from the date specified

in the Contract/Job Order.

v. APPROVED BUDGET FOR THE CONTRACT

The Total Approved Budget for the Contract is Two Million Thirty-Seven Thousand Nine-Hundred Ninety-Two and 82/100 Pesos only (Php 2,037,992.82)

vi. REPORTING/ DELIVERABLES AND PAYMENT SCHEDULE

WORK PROGRAM SCHEDULE OF PAYMENT 15% Downpayment Progress Billing with at least 20% increase in accomplishment Final Billing upon submission of all deliverables.

vii. QUALIFICATION OF CONTRUCTION PROFESSIONALS AND STAFF TO HANDLE

THE PROJECT

The Construction Team (Key Personnel)

Project Engineer / Architect

- Licensed Architect / Engineer for at least three (3) years

- At least three (3) years of experience in construction in similar nature

Construction Safety and Health Officer

- Must be a DOLE Accredited Safety Officer for at least three (3) years

- At least three (3) years of experience in construction in similar nature

Foreman

- Must Currently employed/retained by the constructor bidder

- Should be a trained individual with minimum five (5) years of experience in

construction in similar nature

viii. POST REQUIREMENTS FOR WINNING BIDDER PRIOR TO PROCESSING OF

PAYMENT

a. Complete As-built plans with Electronic File stored in USB. b. Materials Brochures and Catalogues.

Page 34: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

11

PART 2: ELIGIBILITY REQUIREMENTS AND SHORT LISTING FOR CONSULTING SERVICES i. Eligibility requirements under Section 23.16 of this IRR;

ii. Bid security in the prescribed form, amount and validity period;

i. Project Requirements, which shall include the following: a. Organizational chart for the contract to be bid;

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

ii. List of contractor’s equipment units, which are owned, leased, and/or under purchase agreements, supported by certification of availability of equipment from the equipment lessor/vendor for the duration of the project; and

iii. Sworn statement by the prospective bidder or its duly authorized representative in the form prescribed by the GPPB as to the following: 1. It is not “blacklisted” or barred from bidding by the GOP or any of its agencies, offices,

corporations, or LGUs, including foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the GPPB;

2. 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;

3. It is authorizing the Head of the Procuring Entity or his duly authorized representative/s to verify all the documents submitted;

4. The signatory is the duly authorized representative of the prospective bidder, and granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the prospective bidder in the bidding, with the duly notarized Secretary’s Certificate attesting to such fact, if the prospective bidder is a corporation, partnership or joint venture;

5. It complies with the disclosure provision under Section 47 of the Act in relation to other provisions of R.A. 3019;

6. It complies with the responsibilities of a prospective or eligible bidder provided in the PBDs; and

7. It complies with existing labor laws and standards.

Conforme:

Name: __________________________________________________________________________

Legal Capacity: ___________________________________________________________________

Signature: _______________________________________________________________________

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

Page 35: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

Revised Section VIII. Bill of Quantities

ITEM PARTICULAR QTY UNIT APPROVED BUDGET COST

SUPPLIER BID PROPOSAL

REMARKS

UNIT COST MATERIAL LABOR &

EQUIPMENT TOTAL COST

UNIT COST

MATERIAL LABOR &

EQUIPMENT TOTAL COST

A. GENERAL REQUIREMENTS

1.0 General Requirements

Mobilization / demobilization 1.00 lot 15,000.00 15,000.00 15,000.00

Utilities (water & electric) 1.00 lot 6,000.00 6,000.00 6,000.00

General Requirements Sub-Total 6,000.00 15,000.00 21,000.00

B. SITE WORKS

1.0 Board-up and safety -

perimeter board up 50.00 sq.m 150.00 22,500.00 6,750.00 29,250.00

signs and lightings 1.00 lot 4,000.00 4,000.00 1,200.00 5,200.00

2.0 Demolition - - -

existing PWD Ramp 3.00 sq.m 380.00 1,140.00 1,140.00

concrete flooring (for foundation) 4.00 sq.m 380.00 1,520.00 1,520.00

3.0 Earthworks - - -

excavation 5.00 cu.m 350.00 1,750.00 1,750.00

backfill 4.00 cu.m 200.00 800.00 800.00

Site Works Sub-Total 26,500.00 13,160.00 39,660.00

C. STRUCTURAL/CIVIL WORKS

1.0 Footing

sand 2.00 cu.m 1,400.00 2,800.00 840.00 3,640.00

gravel (g1) 3.00 cu.m 1,300.00 3,900.00 1,170.00 5,070.00

portland cement (type1) 40 kg 25.00 bags 260.00 6,500.00 1,950.00 8,450.00

16mm ɸ rebars 6m 49.00 pcs 392.00 19,208.00 5,762.40 24,970.40

ga16 tie wire 3.00 kgs 56.00 168.00 50.40 218.40

gravel bedding 1.00 cu.m 1,300.00 1,300.00 390.00 1,690.00

2.0 Concrete pedestal

Page 36: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

sand 2.00 cu.m 1,400.00 2,800.00 840.00 3,640.00

gravel (g1) 3.00 cu.m 1,300.00 3,900.00 1,170.00 5,070.00

portland cement (type1) 40 kg 27.00 bags 260.00 7,020.00 2,106.00 9,126.00

16mm ɸ rebars 6m 22.00 pcs 392.00 8,624.00 2,587.20 11,211.20

10mm ɸ rebars 6m 58.00 pcs 156.00 9,048.00 2,714.40 11,762.40

ga16 tie wire 6.00 kgs 56.00 336.00 100.80 436.80

formworks/scaffoldings 1.00 lot 5,000.00 5,000.00 1,500.00 6,500.00

3.0 Concrete flooring and ramps

sand 12.00 cu.m 1,400.00 16,800.00 5,040.00 21,840.00

gravel 24.00 cu.m 1,300.00 1,200.00 9,360.00 40,560.00

gravel bedding 5.00 cu.m 1,300.00 6,500.00 1,950.00 8,450.00

filling materials w/ mixed debris & gravel 40.00 cu.m 300.00 12,000.00 3,600.00 15,600.00

portland cement (type1) 40 kg 18.00 bags 260.00 6,680.00 17,004.00 73,684.00

6" CHB 00.00 pcs 16.00 1,600.00 480.00 2,080.00

8mm ɸ rebars 6m 39.00 pcs 91.00 12,649.00 3,794.70 16,443.70

ga16 tie wire 5.00 kgs 56.00 280.00 84.00 364.00

Structural/Civil Works Sub-Total 208,313.00 62,493.90 270,806.90

D. STEEL WORKS

1.0 GI columns

100mmØ x 6m GI pipe Ga 40 10.00 pcs 9,948.00 99,480.00 29,844.00 129,324.00

6mm steel plate 1.2 x 2.4m (22 pcs 300mm x 300mm)

1.00 sht 6,015.00 6,015.00 1,804.50 7,819.50

3/8 x 6" anchor bolt w/ hex 88.00 pcs 25.00 2,200.00 660.00 2,860.00

12mmØ round bar 6m L (cross bracing) 24.00 pcs 303.00 7,272.00 2,181.60 9,453.60

GI turnbuckle 5/8 x 10" 12.00 pcs 130.00 1,560.00 468.00 2,028.00

welding rod E6011 1.00 lot 900.00 900.00 270.00 1,170.00

2.0 Roof beam

1 1/2" x 1 1/2" x 1/4" x 6m angle bar 28.00 pcs 700.00 19,600.00 5,880.00 25,480.00

16mmØ round plain round bar 6m 23.00 pcs 544.00 2,512.00 3,753.60 16,265.60

welding rod E6011 1.00 lot 2,500.00 2,500.00 750.00 3,250.00

3.0 Roof framing and roofing

Page 37: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

50x150mmx1.8mmx6 c-purlins(rafter) 29.00 pcs 1,120.00 32,480.00 9,744.00 42,224.00

50x100mmx1.8mmx6 c-purlins 95.00 pcs 980.00 93,100.00 27,930.00

121,030.00

12mmØ round bar 6m L (sag rod) 22.00 pcs 303.00 6,666.00 1,999.80 8,665.80

welding rod E6011 1.00 lot 3,600.00 3,600.00 1,080.00 4,680.00

Pre-painted Metal roofing GA 26 long span 53.00 sqm 466.00 117,898.00 35,369.40 153,267.40

ridge,valley & flashing ga.24 47.00 ln.m 200.00 9,400.00 2,820.00 12,220.00

spanish gutter ga 22 47.00 ln.m 400.00 18,800.00 5,640.00 24,440.00

10mm thk PE insulation foam 6.00 rolls 5,500.00 33,000.00 9,900.00 42,900.00

tek screw & rivets 1.00 lot 4,500.00 4,500.00 1,350.00 5,850.00

sealant 1.00 lot 600.00 600.00 180.00 780.00

4.0 Steel Column Louver

50x100mmx1.5mmx6 c-purlins(rafter) 10.00 pcs 980.00 9,800.00 2,940.00 12,740.00

5.0 Trench Drain

1 1/2" x 1 1/2" x 3/16" x 6m angle bar 6.00 pcs 700.00 4,200.00 1,260.00 5,460.00

1" x 1" x 3/16" x 6m flat bar 32.00 pcs 544.00 17,408.00 5,222.40 22,630.40

welding rod E6011 1.00 lot 2,500.00

2,500.00

750.00

3,250.00

Steel Works Sub-Total 505,991.00 151,797.30 657,788.30

E. MASONRY WORKS

1.0 Plant Box

gravel 6.00 cu.m 1,300.00 7,800.00 2,340.00 10,140.00

Vibro sand (bistay) 4.00 cu.m 1,400.00 5,600.00 1,680.00 7,280.00

portland cement (type1) 40kg 48.00 bags 260.00 12,480.00 3,744.00 16,224.00

rebars 10mm 20.00 kgs 39.00 4,680.00 1,404.00 6,084.00

ga16 tie wire 2.00 kgs 56.00 112.00 33.60 145.60

Masonry Works Sub- Total 30,672.00 9,201.60 39,873.60

F. ARCHITECTURAL WORKS

1.0 Floor finish

Epoxy Resin Floor Coating (existing and new OPD)

473.00

sqm 470.00 222,310.00 66,693.00 289,003.00

2.0 Painting

Epoxy primer -gray 25.00 gal 795.00 19,875.00 5,962.50 25,837.50

Page 38: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

Enamel biege 20.00 gal 762.00 15,240.00 4,572.00 19,812.00

Latex flat Premix 5.00 gal 498.00 2,490.00 747.00 3,237.00

Latex semigloss Premix 5.00 gal 620.00 3,100.00 930.00 4,030.00

Paint thinner overall 10.00 gal 420.00 4,200.00 1,260.00 5,460.00

traffic paint (yellow & black) 3.00 gal 620.00 1,860.00 558.00 2,418.00

gypsum tape 3.00 rolls 95.00 285.00 85.50 370.50

boral powder 1.00 bags 680.00 680.00 204.00 884.00

Putty 12.00 gal 300.00 3,600.00 1,080.00 4,680.00

consumables 1.00 lot 1,000.00 1,000.00 300.00 1,300.00

3.0 Others

Relocation of OPD Signages including framing and support

1.00 lot 10,000.00

10,000.00 3,000.00

13,000.00

Stainless ramp railings sch.40 18.00 ln.m 800.00 14,400.00 4,320.00 18,720.00

Parapet w/ framing - Aluminum composite panel

71.00 sq.m 300.00 21,300.00 6,390.00 27,690.00

Architectural Works Sub-Total 320,340.00 96,102.00 416,442.00

G. PLUMBING WORKS

1.0 Catch basin

4"CHB 36.00 pcs 16.00 576.00 172.80 748.80

9mmØ def bars 6m 4.00 pcs 110.00 440.00 132.00 572.00

ga16 tie wire 2.00 kgs 56.00 112.00 33.60 145.60

white sand 1.00 cu.m 1,100.00 1,100.00 330.00 1,430.00

portland cement 7.00 bags 230.00 1,610.00 483.00 2,093.00

1.0 Downspout and Drain line

150mmØ PVC Pipes 4.00 pcs 695.00 2,780.00 834.00 3,614.00

150mmØ PVC 45deg. 8.00 pcs 83.00 664.00 199.20 863.20

150mmØ PVC Wye 2.00 pcs 106.00 212.00 63.60 275.60

100mmØ PVC Pipes 2.00 pcs 630.00 1,260.00 378.00 1,638.00

100mmØ PVC 45deg. 14.00 pcs 63.00 882.00 264.60 1,146.60

Hanger and Supports 1.00 lot 5,000.00 5,000.00 1,500.00 6,500.00

Sealant 1.00 lot 5,000.00 5,000.00 1,500.00 6,500.00

Page 39: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

Plumbing Works Sub-Total 19,636.00 5,890.80 25,526.80

H. ELECTRICAL WORKS

1.0 Roughing Ins

EMT Pipe, 1/2"Ø x 10ft 50.00 lgts 100.00 5,000.00 1,500.00 6,500.00

EMT Connector, 1/2"Ø w/ locknut and bushing

80.00 pcs 20.00 1,600.00 480.00 2,080.00

EMT Coupling, 1/2"Ø 50.00 pcs 20.00 1,000.00 300.00

1,300.00

EMT Elbow, 1/2"Ø 10.00 pcs 40.00 400.00 120.00 520.00

Flexible Metal Conduit, 1/2"Ø x 30m 1.00 roll 600.00 600.00 180.00 780.00

Straight Connector, 1/2"Ø, compression type, w/ locknut & bushing

20.00 pcs 25.00 500.00 150.00

650.00

Junction Box, G.I., 4" x 4", Deep type w/ cover ga16

20.00 pcs 60.00 1,200.00 360.00 1,560.00

Utility Box, G.I., 2" x 4", Deep type w/ cover ga16

15.00 pcs 60.00 900.00 270.00 1,170.00

Hanger and Supports 1.00 lot 5,000.00 5,000.00 1,500.00 6,500.00

2.0 Wires and Cables

3.5mm² THHN Wire (coordinate w/ end-user re: color coding)

5.00 rolls 3,500.00 17,500.00 5,250.00

22,750.00

3.0 Panel Boards, Circuit Breakers, Devices, and Fixtures

Luminaire, Lighting, w/ Clear Acrylic Diffuser 3mm thick, Ceiling Suspended, 2x18 watts, LED T8, 240Vac, 60Hz

11.00 sets 5,500.00 60,500.00 18,150.00

78,650.00

Ventillating Fan, Wall Mount, 30"Ø, w/ controller

6.00 sets 6,000.00 36,000.00 10,800.00

46,800.00

Duplex Convenience Outlet, Universal, Grounding, Weatherproof, 16A, 250Vac, 60Hz

2.00 sets 1,100.00 2,200.00 660.00

2,860.00

Switch, 2-Single pole, w/ touch plate cover, Modern series

1.00 set 250.00 250.00 75.00

325.00

Page 40: SUPPLEMENTAL BID BULLETIN NO. 21-102-1 ONE (1) LOT …

Electrical Works Sub-Total 132,650.00 39,795.00 172,445.00

Total

1,250,102.00 393,440.60 1,643,542.60

A.TOTAL MATERIALS COST 1,250,102.00

B. LABOR COST 393,440.60

C. TOTAL DIRECT COST, A+B 1,643,542.60

D. MARK-UP & PROFIT (12%) 197,225.11

E. VAT (12%) 197,225.11

F. GRAND TOTAL 2,037,992.82

_______________________________________ ________________________________

Printed Name of Company Signature

________________________________________ _________________________________

Address Printed Name and Designation