Invitation to Bid for

CONSTRUCTION OF DFPC BASKETBALL COVERED COURT

(FMD1512)

The Duty Free Philippines Corporation (DFPC), through its Corporate Budget 2015 intends to apply the sum of Three Million EightHundred 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 15 September 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.

DFPCwill hold a Pre-Bid Conference on 01 September 2015at 10:00AM at the address given below, which shall beopen only to all interested parties who have purchased the Bidding Documents.

Deadline for submission of Bids and eligibility requirements shall be on 16 September 2015at10:00AM and Bid opening shall immediately follow at 10:15AMat 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.

DFPCreserves 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., ParañaqueCity

(632) 552-4343; (632) 5524-337/16555 loc. 3095

Telefax: (632) 552-4345, 879-3664, 552 4399 loc 834

(Sgd.)Ma. Lourdes D. Velarde

BAC Chairperson

III. Bid Data Sheet

ITB Clause
1.1 / The PROCURING ENTITY is DUTY FREE PHILIPPINES CORPORATION
The name of the Contract is
Construction of DFPC Basketball Covered Court (FMD1512)
The identification number of the Contract is PR#2015100850
2 / The Funding Source is:
The Government of the Philippines (GOP) through the 2015 Corporate Budget of Duty Free Philippines Corporation in the amount of :
Three Million EightHundred Thousand Pesos (PhP3,800,000.00)
The name of the Project is
Construction of DFPC Basketball Covered Court
3.1 / No further instructions.
5.1 / No further instructions.
5.2 / Bidding is restricted to eligible bidders as defined in ITB Clause 5.1.
5.4 / No further instructions.
For this purpose, similar contractshall refer toconstruction project that involves structural steel frame and reinforced concrete component.
8.1 / Subcontracting is not allowed.
8.2 / Not applicable.
9.1 / The Procuring Entity will hold a pre-bid conference for this Project on:
01 September 2015, 10:00AM
DUTY FREE PHILIPPINES CORPORATION
EHA Building, Fiestamall,
Columbia Complex, Ninoy Aquino Ave.
Parañaque City
10.1 / The PROCURING ENTITY’s address is:
MA. LOURDES D. VELARDE
BAC Chairperson
Thru: BAC Secretariat
Tele No : 552 4337 loc 3039, 552 4343
Fax No. 879 3664 / 552 4345 / 552 4399 loc. 834

10.3 / No further instructions.
12.1 / No further instructions.
12.1(a)(i) / 2014 General Information Sheet stamped received by the SEC.
12.1(a)(iv) / Valid and current Philippine Contractors Accreditation Board (PCAB) license and registration for size range Small B/Category C & D contractor (classification: General Building) for government projects.
13.1 /
  1. Bill of Quantities (Refer to Section VIII, Bidding Documents).
  2. Bill of Materials (detailed cost breakdown) (Refer to Bidding Form No. 5).

13.1(b) / The ABC is
Three Million EightHundred Thousand Pesos (PhP3,800,000.00)
Any bid with a financial component exceeding this amount shall not be accepted.
14.2 / No further instructions.
15.4 / No further instructions.
16.1 / The bid prices shall be quoted in Philippine Pesos.
17.1 / Bids will be valid until 14 January 2016.
18.1 / The bid security shall be in the following forms and amount:
ACCEPTABLE FORMS / AMOUNT
  1. Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank
/ Two Percent (2%) of the ABC or
Seventy Six Thousand Pesos (PhP76,000.00)
  1. Bank draft/guarantee (signed by the appointee) or irrevocable letter of credit (original and machine validated) issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank

  1. Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security.
/ Five Percent (5%) of the ABC or
One Hundred Ninety Thousand Pesos (PhP190,000.00)
  1. Any combination of the foregoing.
/ Proportionate to share of form with respect to total amount of security
  1. Bid Securing Declaration
/ Refer to Bidding Form No. 2
18.2 / The bid security shall be valid 14 January 2016.
20.3 / Each Bidder shall submit one (1) original and three (3) copies of its Eligibility/Technical Component and Financial Component.
21 / The Address for Submission of Bids is:
DUTY FREE PHILIPPINES CORPORATION
EHA Building, Fiestamall,
Columbia Complex, Ninoy Aquino Ave., Parañaque City
The deadline for Submission of Bids is on
16 September 2015, 10:00AM.
24.1 / The place of Bid Opening is
DUTY FREE PHILIPPINES CORPORATION
EHA Building, Fiestamall,
Columbia Complex, Ninoy Aquino Ave., Parañaque City
The date and time of Bid opening is on:
16 September 2015, 10:15AM
24.2 / No further instructions.
27.3(b) / Bid modification is not allowed.
27.4 / No further instructions.
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 (February to July 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 company’s officers/partners (original).
2.Location map and photo of the office (original)
31.4(g) /
  1. Construction schedule and S-curve
  2. Manpower schedule
  3. Construction methods
  4. Equipment utilization schedule, and
  5. PERT/CPM
  6. Construction safety and health program approved by the Department of Labor and Employment. (To be submitted prior to issuance of Notice to Proceed).
  7. Contractor’s All Risk Insurance. (To be submitted prior to issuance of Notice to Proceed).

32.2 / The performance security shall be in the following forms and amount:
Form of Performance Security / Amount of Performance Security
(Equal to Percentage of the Total Contract Price)
(a)Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank. / Ten percent (10%)[1]
(b)Bank 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 surety or insurance company duly certified by the Insurance Commission as authorized to issue such security; and/or / Thirty percent (30%)
(d)Any combination of the foregoing. / Proportionate to share of form with respect to total amount of security

V. Special Conditions of Contract

GCC Clause
1.16 / The Intended Completion Date shall be Seventy (70) calendar days from the receipt of the Notice to Proceed.
1.21 / The Procuring Entityis
DUTY FREE PHILIPPINES CORPORATION
EHABuilding, Fiestamall, Columbia Complex
Ninoy Aquino Avenue, Paranaque City
1.22 / The Procuring Entity’s Representative is
Lorenzo C. FormosoEngr. Edgardo Isidro
Chief Operating OfficerFMD Manager
Tel. Nos. (632) 879-3559Telefax (632) 552 4336
Fax No. (632)
1.23 / The Site is located at
EHA Building, Duty Free Philippines, Ninoy Aquino Ave., Paranque Cityand is defined in the attached drawings.
1.27 / The Start Dateshall be indicated in the Notice to Proceed.
1.30 / The Works consist of Supply of Materials and Labor for the Construction of Covered Court.
2.2 / Not applicable.
5.1 / The PROCURING ENTITY shall give possession of all parts of the Site to the Contractor the day after the receipt of the Notice to Proceed.
6.5 / The Contractor shall employ the following Key Personnel:
Project Architect/Project Engineer
Foreman
7.4(c) / No further instructions.
7.7 / No further instructions.
8.1 / No further instructions.
10 / None.
12.3 / No further instructions.
12.5 / Five (5) years.
13 / No additional provision
18.3(h)(i) / No further instructions.
21.2 / The Arbiter is:
Construction Industry Arbitration Commission (CIAC)
Arbitration/Mediation
Construction Industry Arbitration Commission
2/F & 5/F, ExecutiveCenter Bldg.
369 Gil Puyat Ave., cor. Makati Ave., Makati City
Tel Nos.:(+632) 897.0853 / 897.9313
E-mail:
29.1 / No dayworks are applicable to the contract.
31.1 / The Contractor shall submit the Program of Work to the Procuring Entity’s Representative within three (3) days of delivery of the Letter of Acceptance.
31.3 / The period between Program of Work updates is Seven (7) calendar days.
The amount to be withheld for late submission of an updated Program of Work is One Thousand Pesos (PhP1,000.00) for every day of delay.
34.3 / The Funding Source is
Government of the Philippines through the 2015 Corporate Budget of Duty Free Philippines Corporation
39.1 / The amount of the advance payment is Fifteen percent (15%) of the total Contract Price (Lump sum).
40.1 / No further instructions.
51.1 / The date by which “as built” drawings are required is upon completion of the Project.
“As built” drawings are required prior to payment of the final billing.
51.2 / The amount to be withheld for failing to produce “as built” drawings and/or operating and maintenance manuals by the date required is One Thousand Pesos (PhP1,000.00) for every day of delay.

VI. Specifications

  1. 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

-Excavation for CHB and column footing foundation

-Fabrication and installation of rebars for concrete columns

-Pouring of concrete for foundation

-Concrete hollow blocks laying

-Fabrication and installation of forms for concrete columns

-Pouring of concrete for columns

-Stripping of forms at concrete columns

-Backfilling and compaction

-Fabrication and installation of rebars for flooring

-Pouring of concrete for floor slab

-Fabrication and installation of rebars for concrete beams

-Fabrication and installation of forms for concrete beams

-Pouring of concrete for beams

-Stripping of forms at concrete beams

-Fabrication and installation of trillons

-Fabrication and installation of lateral supports

-Installation of c-purlins

-Installation of pre-painted long span G.I roofing

-Installation of pre-painted G.I gutter and down spout

-Painting works

-Installation of electrical roughing-ins, wiring and fixtures

-Installation of movable fiber glass basketball board with stand

-Installation of electronic score board

-All works deem necessary for the completion of the project

-Clearing, cleaning and turn-over

  1. 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. Structural Specifications
  1. Foundation Preparation
  1. CLEARING, ALIGNMENT & GRADE PREPARATION

a.Prepare the site for construction by clearing and removing all unnecessary elements within the site.

b.Stake-out building layout and setup batter boards. All dimensions must conform with the plans as to the size of the building.

  1. CAST-IN-PLACE CONCRETE

A.SCOPE

  1. Furnish materials and equipments and perform labor required to complete :

-Proportioning

-Mixing

-Placement

-Curing and

-Finishing concrete

  1. All pertinent provisions of the General Conditions form part of this section.

B.PROTECTION AND STORAGE

a.Cement - cement shall be delivered either in unbroken bags of the manufacturer and stored in a waterproof shed with a raised boarded floor, or delivered in bulk for bulk storage. Rebagged cements sold in the market shall not be accepted.

b.Aggregates - prevent from inclusion of foreign matter. Maintain storage piles in a manner that will afford good drainage. Prevent segregation of particle size.

C.DESIGN STRENGTH OF CONCRETE

All structural concrete ( footing foundation, column, beams and floor slab ) shall be as indicated on the Construction Notes and in no case the concrete strength fc' is less than 3,000 PSI (20.68 Mpa).

  1. PRODUCTS
  1. MATERIALS
  1. 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.

  1. Concrete Aggregates
  2. 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.
  3. 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
  4. 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.

  1. CONCRETE PROPORTION AND CONSISTENCY

a.Cement and aggregates

  • Make proportions so as to produce the desired compressive strength as well as mixture which will work readily into the corners and angles of the forms and around the reinforcement with the method of placing materials to avoid segregation or accumulation of excess free water on the surface.
  • Concrete for reinforced work shall comply with the requirements of the National Structural Code for Building, unless this specification contains different requirements.

b.Measurement

  • Measure concrete materials such that the proportions can be accurately controlled and easily checked at any time during work.
  • Conform measurement of materials for ready mixed concrete to STANDARD SPECIFICATIONS FOR READY MIXED CONCRETE - ASTM C-94
  • Never exceed the water content by 20 liters of water per bag of cement for all portions in the structures. Limit slumps to the following:

Portions of structure / Slump
Reinforced concrete beams / 12 – 25mm
Reinforced concrete column & footings / 25 – 50mm
  1. MIXING CONCRETE
  1. 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

  1. 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.
  2. 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.
  1. 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

  1. Keep concrete continuously wet or moist for at least two (2) weeks after placing.
  2. 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.