Professional Documents
Culture Documents
The Duty Free Philippines Corporation (DFPC), through its Corporate Budget 2015
intends to apply the sum of Three Million Eight Hundred Thousand Pesos
(PhP3,800,000.00) being the Approved Budget for the Contract (ABC) to payments under the
contract for PR#2015100850. Bids received in excess of the ABC shall be automatically
rejected at bid opening.
DFPC now invites bids for the Supply of Materials and Labor for the construction of
basketball covered court. Completion of the Works is required within Seventy (70)
calendar days. Bidders should have completed, within ten (10) years from the date of
submission and receipt of bids, a contract similar to the Project. The description of an eligible
bidder is contained in the Bidding Documents, particularly, in Section II, Instructions to Bidders.
Bidding will be conducted through open competitive bidding procedures using non-
discretionary pass/fail criterion as specified in the Implementing Rules and Regulations (IRR)
of Republic Act 9184 (RA 9184), otherwise known as the Government Procurement Reform
Act. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or
organizations with at least seventy five percent (75%) interest or outstanding capital stock
belonging to citizens of the Philippines.
Interested bidders may obtain further information from DFPC and inspect the Bidding
Documents at the address given below from 9:00AM 5:00PM, Mondays thru Fridays until
28 July 2014.
A complete set of Bidding Documents may be purchased by interested Bidders from the
address below and upon payment of a non-refundable fee for the Bidding Documents in the
amount of Four Thousand Pesos (PhP4,000.00).
It may also be downloaded free of charge from the website of the Philippine Government
Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity, provided
that bidders shall pay the fee for the Bidding Documents not later than the submission of their
bids.
DFPC will hold a Pre-Bid Conference on 16 July 2015 at 10:00AM at the address given
below, which shall be open only to all interested parties who have purchased the Bidding
Documents.
Deadline for submission of Bids and eligibility requirements shall be on 29 July 2015 at
10:00AM and Bid opening shall immediately follow at 10:15AM at the address given below.
Bids will be opened in the presence of the Bidders representatives who choose to attend at
the address below. Late bids shall not be accepted.
All Bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in BDS under ITB Clause 18.
DFPC reserves the right to waive any formality on the eligibility requirements of this project.
Furthermore, DFPC reserves the right to reject any and all proposals, to annul the bidding
process, or declare a failure of bidding, or not award the contract in any of the situations
stated under Section 41 of the Revised IRR of RA 9184, and makes no assurance that a
contract shall be entered as a result of this invitation without thereby incurring liability to the
affected bidder or bidders.
BAC Secretariat
DUTY FREE PHILIPPINES CORPORATION
EHA Bldg, Fiesta Mall, Columbia Complex
Ninoy Aquino Ave., Paraaque City
(632) 552-4343; (632) 5524-337/16555 loc. 3095
Telefax: (632) 552-4345, 879-3664, 552 4399 loc 834
bacsecretariat@dfp.com.ph
9.1 The Procuring Entity will hold a pre-bid conference for this Project on:
16 July 2015, 10:00AM
DUTY FREE PHILIPPINES CORPORATION
EHA Building, Fiestamall,
Columbia Complex, Ninoy Aquino Ave.
Paraaque City
18.1 The bid security shall be in the following forms and amount:
1. Cash or cashiers/managers
check issued by a Universal or
Commercial Bank
2. Bank draft/guarantee
(signed by the appointee) or Two Percent (2%) of the ABC or
irrevocable letter of credit
(original and machine Seventy Six Thousand Pesos
validated) issued by a Universal (PhP76,000.00)
or Commercial Bank: Provided,
however, that it shall be
confirmed or authenticated by a
Universal or Commercial Bank,
if issued by a foreign bank
20.3 Each Bidder shall submit one (1) original and three (3) copies of its
Eligibility/Technical Component and Financial Component.
21
The Address for Submission of Bids is:
DUTY FREE PHILIPPINES CORPORATION
EHA Building, Fiestamall,
Columbia Complex, Ninoy Aquino Ave., Paraaque City
The deadline for Submission of Bids is on
29 July 2015, 10:00AM.
24.1
The place of Bid Opening is
DUTY FREE PHILIPPINES CORPORATION
EHA Building, Fiestamall,
Columbia Complex, Ninoy Aquino Ave., Paraaque City
ITB Clause
28.2(b)
1. 2014 Income Tax Return (form 1701/1702).
2. Business Tax Return (forms 2550M and 2550Q) for the last six (6) months
(December 2014 to May 2015) prior to opening of Bids filed thru
Electronic Filing and Payment System (EFPS).
Only tax returns filed and taxes paid through the BIR Electronic Filing and
Payment System (EFPS) shall be accepted.
28.2(d)
1. Company Profile with names and designation of the companys
officers/partners (original).
2. Location map and photo of the office (original)
32.2 The performance security shall be in the following forms and amount:
Amount of Performance
Security
Form of Performance Security
(Equal to Percentage of the
Total Contract Price)
()a Cash or
cashiers/managers check issued
by a Universal or Commercial
Bank.
()b Bank Ten percent (10%)1
draft/guarantee or irrevocable
letter of credit issued by a
Universal or Commercial Bank:
Provided, however, that it shall be
confirmed or authenticated by a
Universal or Commercial Bank, if
issued by a foreign bank.
()c Surety bond
callable upon demand issued by a Thirty percent (30%)
surety or insurance company duly
certified by the Insurance
Commission as authorized to issue
such security; and/or
()d Any Proportionate to share of form
combination of the foregoing. with respect to total amount of
security
1.30 The Works consist of Supply of Materials and Labor for the
Construction of Covered Court.
5.1 The PROCURING ENTITY shall give possession of all parts of the
Site to the Contractor the day after the receipt of the Notice to
Proceed.
10 None.
39.1 The amount of the advance payment is Fifteen percent (15%) of the
total Contract Price (Lump sum).
GCC Clause
40.1 No further instructions.
51.1 The date by which as built drawings are required is upon completion
of the Project.
As built drawings are required prior to payment of the final billing.
51.2 The amount to be withheld for failing to produce as built drawings
and/or operating and maintenance manuals by the date required is
One Thousand Pesos (PhP1,000.00) for every day of delay.
VI. Specifications
I. Description
The general conditions apply to all works under this section of
specifications:
1. Scope of work
Unless otherwise specified, the contractor shall furnish all materials,
tools, equipment, accessories, transportation, labor and supervision
required for the completion of the proposed DFPC basketball covered
court as listed herein:
- Secure building permit
- Mobilization
- Installation of c-purlins
- Painting works
2. Notes on drawing
The drawing show all the details of the construction, however, where
actual conditions at jobsite necessitate a deviation, the contractor shall
prepare and submit the new working drawing or detail drawing for
DFP's approval.
1. Foundation Preparation
A. CLEARING, ALIGNMENT & GRADE PREPARATION
a. Prepare the site for construction by clearing and removing all
unnecessary elements within the site.
b. Stake-out building layout and setup batter boards. All
dimensions must conform with the plans as to the size of the
building.
2. CAST-IN-PLACE CONCRETE
A. SCOPE
a. Furnish materials and equipments and perform labor required to
complete :
- Proportioning
- Mixing
- Placement
- Curing and
- Finishing concrete
b. All pertinent provisions of the General Conditions form part of
this section.
3. PRODUCTS
A. MATERIALS
a. Cement
Use only one brand of portland cement throughout the project.
Portland cement shall conform to the standard specification for
Portland cement (ASTM Designation C-150) for type 1 cement.
b. Concrete Aggregates
Fine aggregates - shall be well washed and shall be sharp
and free from clay, chalk, organic matter and other
impurities. It shall comply with the requirements of ASTM C-
33.
Coarse Aggregates - shall be gravel or crushed rock or other
suitable material and shall be well washed and free from
sand, clay quarry refuse and other impurities. It shall comply
with the requirements of ASTM C-33
c. Water
Water supplied by local undertaking only shall be used for
mixing concrete, mortar and grout. It shall be free from organic
or other harmfull substances in solution or suspension, and shall
be tested for suitability in accordance with ASTM Standard.
C. MIXING CONCRETE
a. Concrete shall be mixed in batch type mixer (or transit mixers) of
approved design. The volume of materials inserted per batch
shall not exceed the manufacturer's rated capacity and the
volume of each batch shall be such that only whole bags of
cement will be used. The mixer drum shall be emptied
completely before being refilled. All materials shall be mixed until
the concrete is uniform in colour and consistency.
At commencement and on completion of each mixing period, the
drum of the mixer shall be thoroughly washed out with clean
water and it shall be kept free from hardened or partially set
concrete
b. Under special circumstances the engineer or architect may allow
hand-mixing of concrete. The ingredients shall be mixed dry on
a watertight platform until a uniform colour is obtain. Clean water
shall be added gradually and the whole mass turned over at
least three times in a wet state until it attains a slightly wet
consistency.
c. Retempering of concrete shall not be permitted. Transit mixes
undeposited after 1 hr and 20 min after mixing water has been
added shall be discarded.
4. EXECUTION
A. PREPARATION
a. Inspect and clean all forms and check all installations (electrical,
rebars, etc.) before placing concrete.
b. Wet surface thoroughly and grout before placing concrete on old
concrete.
c. Clean all laitance from previous pouring and possibly expose
aggregates before renewing pouring.
B. DEPOSITING CONCRETE
a. The concrete shall be thoroughly worked into all parts of the
shuttering and between and around the steel reinforcement, and
compacted by approved methods to give a dense and compact
concrete, free from voids of any kind. Great care shall be taken
to prevent the displacement or deformation of the steel
reinforcement during concreting. Concrete placed against
shuttering to form an exposed surface shall be particularly well
vibrated or otherwise compacted to produce a perfectly smooth
finish.
b. Concreting shall be carried out continuously in each section
completed in a single working day unless specially authorized by
the architect or engineer.
C. CURING OF CONCRETE
a. Keep concrete continuously wet or moist for at least two (2)
weeks after placing.
b. Begin curing as soon as concrete has attained its final set or not
beyond three (3) hours after its disposition.
D. REPAIR OF CONCRETE
a. Imperfections
Complete repair within 24 hours after removal of forms.
Remove fins neatly from exposed surfaces.
Remove damaged or honeycomb concrete and replace with
drypack, rich mortar or concrete with peagravel to produce a
sound concrete mass.
b. Large Bulges
Remove large bulges and abrupt irregularities by brushing,
hammering and or grinding.
c. Cost Implication
The cost of all labor, materials and equipment used in the repair
of all members shall be borne by the Contractor.
E. TEST OF CONCRETE
a. A number of tests on concrete are required during the progress
of work. The strength of concrete shall be determined by tests
on 6-in dia by 12-in high concrete cylinder made, cured and
tested (28-days) in accordance with ASTM specifications.
b. The contractor shall provide the moulds and samples to be
taken at the place of deposit as directed by the
Architect/Engineer without cost to the Owner. The cost of
capping, transporting and testing of samples shall be borne by
the Contractor.
G. INSPECTION OF CONCRETE
Concreting shall be proportioned, mixed and deposited only in the
presence of the Architect/Engineer or its authorized representative.
The Engineer shall be notified in advance (at least 2 days) to
provide ample time for inspection of reinforcing steel bars before
any mixing and placing of concrete is commenced.
5. REINFORCEMENT
A. MATERIALS
Main Steel rebars shall conform with the Philippine Standard (PS
275), and for ties and stirrups use Intermediate Grade, or as
indicated in the design of the members.
C. PLACING REINFORCEMENT
All reinforcement shall be set out exactly as shown on the working
drawings. It shall be supported by an adequate number of small
precast concrete blocks with tying wire cast in, or with other
approved spacers. The bars shall be adequately tied at
intersections and at splicing with 18 gauge annealed steel wire.
D. COVER TO REINFORCEMENT
Reinforcing bars shall be provided with the following minimum cover
of concrete:
a. To each end of reinforcing bar, not less than 25mm nor less than
twice the diameter of the bar.
b. To a longitudinal reinforcing bar in a column/pedestal, not less
than 40mm nor less than the diameter of the bar.
c. To a longitudinal reinforcing bar in a beam, not less than 25mm
nor less than the diameter of the bar.
A. TEMPORARY ENCLOSURE
Use coco lumber for frames and nailers
Use blue sack for perimeter enclosure
B. FORMWORKS
Use matured coco lumber for frames and nailers
thk. Plywood
C. CONCRETE WORKS
All reinforcing bars should be free from rust or corrosion
Reinforcing bars should be grade 40 ( PNS 275 )
Use gravel and wash sand for concreting
Use 6 Concrete Hollow Blocks 2,000 psi
D. ROOFING WORKS
Use 0.6mm thk. GI Rib type long span color roof and Spanish gutter
( beige )
1.4mm thk. C-purlins
5mm thk. Angle bars
schedule 40 GI pipes
All joints should be in full weld
All metal/steel materials shall be painted with epoxy paint
E. ELECTRICAL WORKS
Panel board 3 phase bolt on type, main 125 amp 3P, branches
50 amp 3P and 20 amp single phase
400 watts high bay metal halide
Stranded wire, THHN
EMT pipe for all electrical conduits
Power outlet, Universal type rated 220V, 60HZ with weather proof
cover
All electrical fixtures, rated 220V, 60HZ
All works should be in accordance with Philippine Electrical Code
F. OTHERS
2 units movable basketball board & ring, fiber glass board, spring
loaded basketball ring w/ heavy duty net
2 sets of basket ball electronic score board, shot clock, home &
visitor, timeout and team penalty
Basketball court shall be painted with epoxy paint for floor finishes
includes floor levelling and liners
All concrete and steel structure shall be painted
________________________________ _____________________________
Signature over printed name Position
Year 20___
1 Total Assets
Year 20___
2 Current Assets
3 Total Liabilities
4 Current Liabilities
The Net Financial Contracting Capacity (NFCC) based on the above data is computed as
follows:
NFCC = K (current asset current liabilities) minus value of all outstanding works under
ongoing contracts including awarded contracts yet to be started
NFCC = P ____________________________________
Submitted by:
_____________________________________________
Name of Bidder
_____________________________________________
Signature of Authorized Representative over Printed Name
Date: __________________________
BID-SECURING DECLARATION
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any
contract with any procuring entity for a period of two (2) years upon receipt of your
Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6
of the Guidelines on the Use of Bid Securing Declaration, if I/we have committed any
of the following actions:
(i) Withdrawn my/our Bid during the period of bid validity required in the Bidding
Documents; or
(ii) Fail or refuse to accept the award and enter into contract or perform any
and all acts necessary to the execution of the Contract, in accordance with
the Bidding Documents after having been notified of your acceptance of
our Bid during the period of bid validity.
3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the
following circumstances:
(a) Upon expiration of the bid validity period, or any extension thereof
pursuant to your request;
(b) I am/we are declared ineligible or post-disqualified upon receipt of
your notice to such effect, and (i) I/we failed to timely file a request for
reconsideration or (ii) I/we filed a waiver to avail of said right;
(c) I am/we are declared as the bidder with the Lowest
Calculated and Responsive Bid/Highest Rated and Responsive Bid,
and I/we have furnished the performance security and signed the
Contract.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____
day of [month] [year] at [place of execution].
A F F I D AV I T
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant],
after having been duly sworn in accordance with law, do hereby depose and state that:
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;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder:
a) Carefully examine all of the Bidding Documents;
b) b)Acknowledge all conditions, local or otherwise, affecting the implementation of the
Contract;
c) Made an estimate of the facilities available and needed for the contract to be bid, if any;
and
d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project]; and
e) Responsible for any erroneous interpretation or conclusion out of the data
furnished by the DFPC.
9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or
any form of consideration, pecuniary or otherwise, to any person or official, personnel or
representative of the government in relation to any procurement project or activity.
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.
_____________________________________
Bidders Representative/Authorized Signatory
_______________________
(Notary Public)
Bid Form
Date: ______________________
IB No: ______________________
(a) We have examined and have no reservation to the Bidding Documents, including
Addenda, for the Contract Construction of Covered Court (FMD1512);
(b) We offer to execute the Works for this Contract in accordance with the Bid and Bid
Data Sheet, General and Special Conditions of Contract accompanying this Bid;
The total price of our Bid, excluding any discounts offered in item (d) below is: [insert
information];
The discounts offered and the methodology for their application are: [insert
information];
(c) Our Bid shall be valid for a period of 120 days from the date fixed for the Bid
submission deadline in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted at any time before the expiration of that
period;
(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of
[insert percentage amount] percent of the Contract Price for the due performance of
the Contract;
(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have
nationalities from the following eligible countries: [insert information];
(f) We are not participating, as Bidders, in more than one Bid in this bidding process,
other than alternative offers in accordance with the Bidding Documents;
(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for
any part of the Contract, has not been declared ineligible by the Funding Source;
(h) We understand that this Bid, together with your written acceptance thereof included
in your notification of award, shall constitute a binding contract between us, until a
formal Contract is prepared and executed; and
(i) We understand that you are not bound to accept the Lowest Evaluated Bid or any
other Bid that you may receive.
Name:
Signed:
Date: __________________
Bidding Form No. 6
Page 1 of 2
THIS AGREEMENT, made this [insert date] day of [insert month], [insert year] between Duty
Free Philippines Corporation, EHA Bldg, Fiesta Mall, Columbia Complex, Ninoy Aquino Ave.,
Paraaque City (hereinafter called theEntity) and [name and address of Contractor]
(hereinafter called the Contractor).
WHEREAS, the Entity is desirous that the Contractor execute [name and
identification number of contract] (hereinafter called the Works) and the Entity has
accepted the Bid for [insert the amount in specified currency in numbers and words] by the
Contractor for the execution and completion of such Works and the remedying of any
defects therein.
2. The following documents shall be attached, deemed to form, and be read and
construed as part of this Agreement, to wit:
IN WITNESS whereof the parties thereto have caused this Agreement to be executed
the day and year first before written.
________________________________________________
_____________________________________________
[Addendum showing the corrections, if any, made during the Bid evaluation should be
attached with this agreement]
Bidding Form No. 7
Position: ____________________________________
Attested by:
____________________________
Elmer S. Cruz
Procuring Entitys Representative
PROPOSED DFPC COVERED COURT
BILL OF MATERIALS
TEMPORARY ENCLOSURE
U-
Material Description QTY. Cost Amount
bd.ft
2" x 3" x 8' coco lumber 540 .
Blue sack ( 2.4m x 100m ) 1 roll
Assorted nails 5 kls
Total Amount : P 0.00
EARTHWORKS
U-
Material Description QTY. Cost Amount
Staking-out, Layout 1 lot
cu.
Excavation 100 m.
cu.
Filling materials 270 m.
cu.
Backfilling 82 m.
Total Amount : P 0.00
FORMWORKS
U-
Material Description Qty. COST Amount
2,52 bd.ft
2" x 3" x 10' coco lumber 0 .
1/2" x 4' x 8' ordinary plywood 30 pcs
Assorted nails 25 kls
SUB TOTAL : P 0.00
CONCRETE WORKS
U-
Material Description QTY. Cost Amount
16mm x 6 m rebars 522 pcs
10mm x 6 m rebars 984 pcs
1,13 bag
Portland Cement 5 s
cu.
Wash Sand 65 m.
cu.
3/4" Gravel 123 m.
# 16 Tie wire 3 rolls
Concrete Hollow Blocks 6" 750 pcs
Total Amount : P 0.00
ROOFING WORKS
U-
Material Description Qty. COST Amount
0.6mm x 1m x 24m Rib type color roof
(beige) 32 pcs
0.6mm x 0.815m x 2.44m colored
spanish 30 pcs
gutter (beige)
1.4mm x 50mm x 100mm C-purlin 160 pcs
12mm x 6m plain round bar 72 pcs
5mm x 40mm x 6m angle bar 54 pcs
5mm x 25mm x 6m angle bar 275 pcs
50mm GI pipe sch. 40 84 pcs
6mm x 1.22m x 2.44m ms plate 7 pcs
16mm x 0.50m anchor bolt w/ double 108 pcs
nut and washer
box
Welding rod 10 es
box
1/8" x 1/2" blind rivet 2 es
4,00
2" teckscrew 0 pcs
tube
Silicone sealant clear 15 s
3" PVC pipe 42 pcs
3" PVC elbow 90 28 pcs
Epoxy paint 10 gals
Epoxy primer 10 gals
Lacquer thinner 20 gals
Cotton rugs 10 kls
SUB TOTAL : P 0.00
ELECTRICAL WORKS
U-
Material Description QTY. Cost Amount
Panel Board 3 phase bolt-on 1 set
main - 125 amp 3P
branch - 6 pcs - 20 amp 2P
1 pc - 50 amp 3P
High bay metal hallide 400 watts 15 sets
2 x 36 watts flourescent lamp w/ fixtures 12 sets
Junction box metal 27 pcs
Utility box metal 4 pcs
Duplex universal convenience outlet with 4 sets
weather proof cover
1/2" EMT conduit 62 pcs
1/2" EMT coupling 62 pcs
1/2" EMT straight connector 124 pcs
3.5mm Thhn stranded wire 2 rolls
30mm Thhn stranded wire 60 mts
1" EMT conduit 5 pcs
1" EMT coupling 4 pcs
1" EMT straight connector 2 pcs
Electrical tape (big) 5 rolls
Total Amount : P 0.00
Note:
DFPC reserves the right to require other materials not listed above, should these be needed in the
completion of the entire works. It is the Bidder's responsibility to include in its bid price, the cost of all other
materials necessarily included in the works, in accordance with the approved Architectural plans.
_________________________ _____________________
Signature over printed name Position
Duly authorized to sign this Bill of Materials for and on behalf of _____________________
LABOR
ITEM DESCRIPTION MATERIAL UNIT COST ESTIMATED
DIRECT
No. COST 35% COST
1 Temporary enclosure
1
2 Earthworks LOT
1
3 Formworks LOT
1
4 Concrete works LOT
1
5 Roofing works LOT
1
6 Electrical works LOT
1
7 1 Lot mobilization / demobilization and LOT
equipment rental ( mobile crane )
1
8 1 Lot supply of movable fiber glass basketball LOT
board, spring loaded basketball ring
& nylon net ( 2 units )
1 Lot supply of basketball electronic score 1
9 board, LOT
shot clock, home & visitor, time-out
& team penalty
1 Lot supply of labor & materials for 1
10 application LOT
of epoxy paint for floor finishes includes
floor
levelling and liners
1
11 1 Lot building permit LOT
______________________________ __________
Signature over printed name
Duly authorized to sign this Bill of Quantities for and on behalf of _____________________________