bid data sheet...12.1(b)(ii.2) list of contractor’s personnel (viz, project manager, project...

9

Upload: others

Post on 01-Oct-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Bid Data Sheet...12.1(b)(ii.2) List of contractor’s personnel (viz, Project Manager, Project Engineers, Materials Engineers, and Foreman), to be assigned to the contract to be bid,
Page 2: Bid Data Sheet...12.1(b)(ii.2) List of contractor’s personnel (viz, Project Manager, Project Engineers, Materials Engineers, and Foreman), to be assigned to the contract to be bid,

Bid Data Sheet

ITB Clause

1.1 The PROCURING ENTITY is DPWH – ALBAY 1ST DISTRICT ENGINEERING OFFICE, AIRPORT SITE,

LEGAZPI CITY. The name of the Contract is :

CLUSTER 42 REHABILITATION/IMPROVEMENT OF SAN ANTONIO RIVER CONTROL AND BASUD RIVER CONTROL DOWNSTREAM, STO. DOMINGO,

ALBAY The identification number of the contract is

20FA0070

2 The Funding Source is: The Government of the Philippines (GOP) through GAA 2020 in the amount of 30,000,000.00

The name of the Project is :

CLUSTER 42 REHABILITATION/IMPROVEMENT OF SAN ANTONIO RIVER CONTROL AND BASUD RIVER CONTROL DOWNSTREAM, STO. DOMINGO, ALBAY

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 For this purpose, similar contracts shall refer to Major Categories :

FCSPS – Flood Control: Construction-Slope Protection using Structural Measures ( e.g. revetment, retaining structures, wirenet ) Similar Categories :

RCSPS – Roads –Construction – Slope Protection using Structural measures (e.g. revetment, retaining structures, wirenet) FHR – Flood Control – Hydraulics- River Control

PHC – Ports/Harbors: Causeway FHD – Flood Control; Hydraulics- Dam

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: October 07, 2020 at 10:00 AM at BAC Room of DPWH – Albay 1st District Engineering Office, Airport Site, Legazpi City.

10.1 The Procuring Entity’s address is: DPWH-Albay 1st District Engineering Office, Airport Site, Legaspi City

Contact Person : ENGR. AMELITO L. ROBLES, BAC Chairman

Contact No. 566-19

10.3 No further Instructions.

12.1 The first envelope shall contain the eligibility and technical documents stated in the

ITB Clause. However, if the Bidder maintains a correct and updated file of his Class “A” Documents with the Procuring Entity, a written letter of intent may be submitted in lieu of the Class “A” Documents; otherwise, it shall submit an application for

eligibility and its latest Class “A” Documents at least fifteen (15) calendar days before the deadline for the submission or opening of bids to the DPWH-

Civil Works Registry. (as per D.O. No. 03, Series of 2015)

12.1(a)(i) No other acceptable proof of registration is recognized.

12.1(a)(iv) No further instructions.

Page 3: Bid Data Sheet...12.1(b)(ii.2) List of contractor’s personnel (viz, Project Manager, Project Engineers, Materials Engineers, and Foreman), to be assigned to the contract to be bid,

12.1(b)(ii.2) List of contractor’s personnel (viz, Project Manager, Project Engineers, Materials Engineers, and Foreman), to be assigned to the contract to be bid, with their complete qualification and experience data. Attached also copies of valid PRC ID and

BIR ID with Tax Identification Number (TIN). Strictly comply the requirements prescribed under :

D.O. 9, series of 2012 dated February 7, 2012 - Technical Requirements for Civil Works Projects for Public Bidding; and

D.O. 127 series of 2018 dated August 16, 2018 - Strict Application of R.A. 9184 in the Conduct of Post Qualification of Bidders with Delayed On-Going Contracts with

the DPWH.

12.1(b)(ii.3) 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.

Minimum Plant/ Equipment Requirements: 2 Backhoe

2 Dump Truck 2 Bar Cutter/ 2 Bar Bender 2- Bagger Mixer

1 Water Truck 2 Service Truck 1 lot Civil Tools

Strictly comply the requirements prescribed under :

D.O. 9, series of 2012 dated February 7, 2012 - Technical Requirements for Civil Works Projects for Public Bidding;

D.O. 58, series of 2012 dated August 12, 2012 – Inclusion of Material Data on the Pledged Equipment of a Bidder in his Bid Documents; and

D.O. 11 series of 2017 dated Jan. 24, 2017 – Inclusion of the Minimum Materials Testing Equipment in the Technical Component of the Bid.

13.1 Completeness of the bid is required. Incompleteness will be considered non-

responsive and, thus, automatically disqualified.

13.1(b) The ABC is: TWENTY-NINE MILLION SIX HUNDRED NINETY-NINE THOUSAND ONE HUNDRED NINETY-FIVE PESOS & 03/100 (P29,699,195.03). Any bid with a financial component exceeding this amount and

exceeding every sub-total of projects in a cluster shall not be accepted.

1 REHABILITATION/CONSTRUCTION OF SAN ANTONIO RIVER CONTROL, BRGY. SAN ANTONIO SECTION, STO. DOMINGO, ALBAY

14,849,480.50

2 REHABILITATION/CONSTRUCTION OF BASUD RIVER CONTROL DOWNSTREAM OF BASUD BRIDGE, BRGY. LIDONG SECTION, STO.

DOMINGO, ALBAY

14,849,714.53

The C for Every projects are: Number of Calendar Days: 130 CD to complete the project as stated in the ABC and

as advertised. All bids with calendar days exceeding the required in the ABC 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 within one hundred twenty (120) days from the date of bid

opening.

18.1 The bid security shall be limited to Bid Securing Declaration or at least one (1) other form in accordance with the following amount:

1. The amount must be 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 must be 5% of the ABC if bid security is in Surety Bond, or

3. Any combination of the foregoing proportionate to the share of form with respect to total amount of security.

Page 4: Bid Data Sheet...12.1(b)(ii.2) List of contractor’s personnel (viz, Project Manager, Project Engineers, Materials Engineers, and Foreman), to be assigned to the contract to be bid,

18.2 The Bid Security shall be valid within one hundred twenty (120) days from the date of bid opening.

20.3 Each bidder shall submit their duly accomplished forms in two (2) sealed mother envelope to the BAC Chairman. First mother envelope must be composed of two (2)

sealed envelopes. The first envelope shall contain the original technical component of the bid while the second envelope shall contain the original financial component of the bid. Second mother envelope must be composed of two (2) sealed envelopes.

The first envelope shall contain the photocopy of technical component of the bid while the second envelope shall contain the photocopy of financial component of the

bid. It must be properly book bounded, with tabbings and the contents of which must all numbered/ paginated. The mother envelope must be an expandable envelope.

If bids are not properly book bounded, without tabbings, all contents of which are not numbered/ paginated and the two (2) sealed envelopes are not placed on an expandable mother envelope, then it is a ground for outright rejection of bids.

21 The address for submission of bids is: BAC Room, DPWH Albay 1st District Engineering Office, Airport Site,

Legazpi City.

The deadline for submission of bids is: OCTOBER 19, 2020 until 10:00 A.M.

24.1 The place of bid opening is: BAC Room, DPWH Albay 1st District Engineering Office, Airport Site, Legazpi City. The date and time of bid opening is: OCTOBER 19, 2020 at 1:00 PM.

24.2 No further instructions.

27.3(b) Bid modification is not allowed.

27.4 No further instructions.

28.2(a) Only tax returns filed and taxes paid through the BIR Electronic Filing and Payment

System (EEPS) shall be accepted. NOTE: The latest income and business tax returns are those within the last six months preceding the date of bid submission.

28.2(d) List licenses and permits relevant to the Project and the corresponding law requiring it.

31.4(g) The additional contract documents requires relevant to the project are construction schedule and s-curve, manpower schedule, construction methods, equipment

utilization schedule, construction safety and health program to be approved by the Head of the Procuring Entity, subject to the concurrence of the Department of Labor and Employment (as per DO No. 129, series of 2014 dated November 24, 2014),

and PERT/ CPM.

32.2 The performance security shall be in the following amount:

1. The amount must be equal to 10% of contract price, if performance security is in cash, Cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of

credit; 2. The amount must be equal to 30% of contract price, if performance security is

in Surety Bond; or

3. Any combination of the foregoing proportionate to the share of form with respect to total amount of security.

Page 5: Bid Data Sheet...12.1(b)(ii.2) List of contractor’s personnel (viz, Project Manager, Project Engineers, Materials Engineers, and Foreman), to be assigned to the contract to be bid,

Special Conditions of Contract

GCC Clause

1.16 The Intended Completion Date is 130 CD after the effectivity of the contract.

1.21 The Procuring Entity is DPWH – Albay 1st District Engineering Office, Airport

Site, Legazpi City

1.22 The Procuring Entity’s Representative is Engr. CESAR A. SANORJO

1.23 The Site is located at First District of Albay.

1.27 The Start Date is seven (7) days upon the date of Notice to Proceed (NTP)

1.30 The Works consist of Rehabilitation/Construction of Flood Control

2.2 Not Applicable

5.1 The Procuring Entity shall give possession of all parts of the Site to the Contractor upon effectivity of the contract.

6.5 The Contractor shall employ the following Key Personnel: Project Manager, Project Engineer, Accredited Materials Engineer and Construction Foreman

7.4(c) No further instructions.

7.7 No further instructions.

8.1 No further instructions.

9.1 The applicable liquidated damages is at least one tenth (1/10) of one percent of the cost of the unperformed portion for every day of delay. The maximum deduction shall be ten percent (10%) of the amount of the

contract, the Procuring Entity shall rescind the contract, without prejudice to other course of action and remedies open to it.

10 None

12.3 No further instructions.

12.5 After final acceptance of the project by the Procuring Entity, the contractor shall

be held responsible for structural defects and/or failure of the completed project within the following warranty periods from final acceptance, except those occasioned by force majeure and those caused by other parties:

a. Permanent Structure: 15 years Buildings of types 4 and 5 as classifies under the National Building Code of the Philippines and other structures made of steel, iron, or concrete which comply

with relevant structural codes (e.g. DPWH Standard Specifications), such as, but not limited to, steel/concrete bridges, flyovers, aircraft movement areas, ports,

dams, tunnels, filtration and treatment plants, sewerage systems, power plants, transmission and communication towers, railway system and other similar permanent structures;

b. Semi-Permanent Structures: Five (5) years Building of types 1 (wooden), 2 (wood with 1 hour fire resistance), and 3 (masonry and wood constructions) as classified under the National Building Code

of the Philippines, concrete roads, river control, drainage irrigations and drainage canals, municipal ports and river landing, deep wells, rock causeway, pedestrian overpass, and other similar structures, and

c. Other structures: two (2) years Bailey and wooden bridges, shallow wells, spring developments and other similar structures.

13 No additional provisions

18.3(h)(i) No further instructions.

21.2 The Arbiter is: (as approved for by the arbitration law)

29.1 Day works are applicable at the rate shown in the Contractor’s original bid.

31.1 The Contractor shall submit the Program of Work to the Procuring Entity’s Representative within ____ days of delivery of the Letter of Acceptance.

31.3 The period between Program of Works updates is ____ days.

The amount to be withheld for the late submission of an updated Program of Work is __________________.

34.3 The Funding Source is the Government of the Philippines.

39.1 The amount of the advance payment is fifteen percent (15%) of the Contract Price and to be recouped every progress billing.

Page 6: Bid Data Sheet...12.1(b)(ii.2) List of contractor’s personnel (viz, Project Manager, Project Engineers, Materials Engineers, and Foreman), to be assigned to the contract to be bid,

40.1 Materials and equipment delivered on the site but not completely put in place shall be included for payment.

51.1 The date by which operating and maintenance manuals are required is

________________. The date by which “as built” drawings are required on the final payment.

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 _____________________________.

Page 7: Bid Data Sheet...12.1(b)(ii.2) List of contractor’s personnel (viz, Project Manager, Project Engineers, Materials Engineers, and Foreman), to be assigned to the contract to be bid,

Page 1 of 1/boq(1)

ITEM NO. QUANTITY UNIT

1

Part-A FACILITIES FOR THE ENGINEER

A.1.1 (8) Prov. of Field Office for the Engr (Rental Basis)

per month 3.00 month

Part-B OTHER GENERAL REQUIREMENTS

B.5 Project Billboard/Signboard

per ea. 2.00 ea

B.7 Occupational Safety and Health Program

per month 3.00 month

B.9 Mobilization / Demobilization

per l.s. 1.00 l.s.

B.17 Temporary Diversion of Waterways

per l.s. 1.00 l.s.

Part IA EARTHWORKS

1703(1)b Structure Excavation (soft rock)

per cu.m. 407.00 cu.m.

Part-IB BANK AND SLOPE PROTECTION WORKS

1712(2) Concrete Slope Protection

per cu.m. 768.74 cu.m.

1710(2)a Grouted Riprap Class A

per cu.m. 456.19 cu.m.

508 Hand Laid Rock Embankment

per cu.m. 3,506.71 cu.m.

TOTAL AMOUNT IN FIGURES SUBTOTAL - 1

Total Amount in Words

CONTRACTOR:

SIGNATURE:

REHABILITATION/CONSTRUCTION OF SAN ANTONIO RIVER CONTROL, BRGY. SAN ANTONIO SECTION,

STO. DOMINGO, ALBAY

Republic of the Philippines

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

Office of the District Engineer

Albay 1st District Engineering Office

Airport Site, Legazpi City

20FA0070 - CLUSTER 42 REHABILITATION/CONSTRUCTION OF SAN ANTONIO RIVER CONTROL AND

BASUD RIVER CONTROL DOWNSTREAM, STO. DOMINGO, ALBAY

BILL OF QUANTITIES

DESCRIPTION UNIT COST TOTAL

Page 8: Bid Data Sheet...12.1(b)(ii.2) List of contractor’s personnel (viz, Project Manager, Project Engineers, Materials Engineers, and Foreman), to be assigned to the contract to be bid,

Page 1 of 1/boq(2)

ITEM NO. QUANTITY UNIT

2

Part-A FACILITIES FOR THE ENGINEER

A.1.1 (8) Prov. of Field Office for the Engr (Rental Basis)

per month 3.00 month

Part-B OTHER GENERAL REQUIREMENTS

B.5 Project Billboard/Signboard

per ea. 2.00 ea

B.7 Occupational Safety and Health Program

per month 3.00 month

B.9 Mobilization / Demobilization

per l.s. 1.00 l.s.

B.17 Temporary Diversion of Waterways

per l.s. 1.00 l.s.

Part IA EARTHWORKS

1703(1)b Structure Excavation (soft rock)

per cu.m. 407.00 cu.m.

Part-IB BANK AND SLOPE PROTECTION WORKS

1712(2) Concrete Slope Protection

per cu.m. 768.74 cu.m.

1710(2)a Grouted Riprap Class A

per cu.m. 456.19 cu.m.

508 Hand Laid Rock Embankment

per cu.m. 3,507.12 cu.m.

TOTAL AMOUNT IN FIGURES SUBTOTAL - 2

TOTAL

Total Amount in Words

CONTRACTOR:

SIGNATURE:

REHABILITATION/CONSTRUCTION OF BASUD RIVER CONTROL DOWNSTREAM OF BASUD BRIDGE,

BRGY. LIDONG SECTION, STO. DOMINGO, ALBAY

Republic of the Philippines

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

Office of the District Engineer

Albay 1st District Engineering Office

Airport Site, Legazpi City

20FA0070 - CLUSTER 42 REHABILITATION/CONSTRUCTION OF SAN ANTONIO RIVER CONTROL AND

BASUD RIVER CONTROL DOWNSTREAM, STO. DOMINGO, ALBAY

BILL OF QUANTITIES

DESCRIPTION UNIT COST TOTAL

Page 9: Bid Data Sheet...12.1(b)(ii.2) List of contractor’s personnel (viz, Project Manager, Project Engineers, Materials Engineers, and Foreman), to be assigned to the contract to be bid,

CONTRACT I.D. :

CONTRACT NAME :

LOCATION OF THE CONTRACT :

: Date :

:

Required Bid Security:

a. Cash, Cashier's/Manager's Check, Bank Draft/Guarantee confirmed by a Universal

or Commercial Bank of Irrevocable Letter of Credit: 2% of ABC ___________________

b. Surety Bond Collable upon demand issued by a Surety & Insurance Company and certified at the Insurance

Commissioned as authorized to issue such security: _________ 5% of ______________________

Form of Bid Security : ___________________________

Bonding Company : ___________________________

Number : ___________________________

Official Receipt No. : ___________________________

Validity Period : ___________________________

Collable on Demand : ___________________________

Bid Security Amount : ___________________________

A BID SECURITY: (_______) Sufficient (_______) Insufficient

B Eligibility Requirement under Section 23.3 of the IRR

1 Contractor's Information DPWH Registry of Contractors

2 PCAB License

3 DTI Business Name Registration or SEC Registration

4 Business Permit

5 BIR Tax Clearance

6 Completed Similar Contracts

7 On-going & Awarded Contracts

8 Audited Financial Statement

9 Net Financial Contracting Capacity

C

1 Organizational Chart for the Contract to be Bid

2 List of Contractor's Personnel (viz: Project manager, Project Engineer, Materials Engineer & Foremen) to be assigned to

the contract to be bid with their complete qualification and experience data

3 List of Contractor's Equipment Units, which are owned, leased and/or purchased agreement, supported by Certification

of Availability of Equipment from the Equipment Lessor/vendor for the duration of the projects, and;

D SWORN STATEMENT by the prospective bidder of its duly authorized representative in the form prescribed by the GPPB as to

the following:

1 If sole proprietorship/ partnership corporation, cooperative of joint venture he is the duly authorized and designated representative

2 It is not "BLACKLISTED" or barred from bidding by the GOP or any of its agencies, offices, corporations, or LGU's

including foreign government/foreign or international financing institution whose blacklisting rules have been

recognized by the GPPB;

3 Each of the documents submitted in satisfaction of the bidding requirement is an authentic copy of the original, complete

and all statement and information provided therein are true and correct;

4 It is authorizing the Head of the procuring Entity or his duly authorized representative/s to verify all the document submitted

5 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, which the duly

notarized Secretary's Certificate attesting to such fact, if the prospective bidder is a corporation, partnership or joint venture

6 It complies with the disclosure provision under Sect. 47 of the Act in relation to other provisions of RA 3019

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

8 It complies with the existing labor laws and standard

9 It 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 gov't. In relation to any procurement project and activity

E CERTIFICATION under Item #6 & #7 of Dept. Order #9 s. 2012

F a Compliance to DO #138 s. Of 2015 ( Cert. Of Inclusion of the Minimum Materials Testing Equipment)

Note: Any missing documents in the above-mentioned checklist is a ground for outright rejection of the bid.

REMARKS: (_______) COMPLYING (_______) NON-COMPLYING

CHECKLIST OF FINANCIAL PROPOSAL REQUIREMENT FOR THE BAC

a Notarized Form of Bid

b Duly Signed Bid Prices in the Bill of Quantities

c Duly Signed Detailed Estimates

d Duly signed Cash Flow by Quarter & Payment Schedule

NOTE: Any missing documents in the above-mentioned checklist is a ground for outright rejection of the bid.

REMARKS: (_______) COMPLYING (_______) NON-COMPLYING

20FA0070

Sto. Domingo, Albay

Cluster 42 – Rehabilitation/Improvement of San Antonio River Control and Basud River Control Downstream, Sto. Domingo, Albay

BAC's CHECKLIST OF TECHNICAL ENVELOPE REQUIREMENTS

Name of Bidder

Project Requirement which shall be in the following:

APPROVED BUDGET FOR THE CONTRACT

Tab

. No

.

AM

ELIT

O L

. RO

BLE

S

CES

AR

A. S

AN

OR

JO

To be signed by BAC

member

AN

NEL

LE P

. AN

TIV

OLA

CEN

ON

C. B

ALC

UEV

A, J

R.

MIC

HA

EL A

. PR

ESB

ITER

O