design and build of 50,000 bags capacity warehouse …

167
NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00 Regional Office V Design and Build of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City 1 Republic of the Philippines NATIONAL FOOD AUTHORITY Region V, Legazpi City DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND SHED AT NFA COMPOUND, MASBATE CITY

Upload: others

Post on 17-Jan-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

1

Republic of the Philippines NATIONAL FOOD AUTHORITY

Region V, Legazpi City

DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II

OFFICE AND SHED AT NFA COMPOUND, MASBATE CITY

Page 2: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

2

TABLE OF CONTENTS

CONTRACT ON DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND SHED

AT NFA COMPOUND, MASBATE CITY

PROJECT REFERENCE NO. RO5-WORKS-2014-00

A. INVITATION TO BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 B. TERMS OF REFERENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 C. INSTRUCTIONS TO BIDDERS (ITB) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 D. BID DATA SHEET (BDS) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 32 E. GENERAL CONDITION OF CONTRACT (GCC) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 40 F. SPECIAL CONDITIONS OF CONTRACT (SCC) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 66 G. SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 69 H. SITE DEVELOPMENT PLAN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 91 I. BILL OF QUANTITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 93 H.1 BOQ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 94 H.2 BOQ (SUMMARY) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 96 J. BIDDING FORMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 97 I.1 BID FORM . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 98 I.2 FORM OF CONTRACT AGREEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 100 I.3 OMNIBUS SWORN STATEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 103 K. CHECKLIST OF TECHNICAL & FINANCIAL COMPONENT REQ’TS. FOR BIDDERS . . . 105 L. SAMPLE FORMS/DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 108 DOCUMENT REFERENCE NO. 1. PCAB Contractor’s License . . . . . . . . . . .. . . .. . . . . . . . . . . . . . . . SF-INFR-09 2. Certificate of Registration of Business Name . . . . . . . . . . . . . SF-INFR-10 3. Mayor’s Permit/Business Permit/Municipal . . . . . . . . . . . . . SF-INFR-11

Page 3: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

3

SAMPLE FORMS/DOCUMENTS (Continued...) DOCUMENT REFERENCE NO

4. Certificate of Registration with BIR . . . . . . . . . . . . . . . . . . . . . SF-INFR-12 5. Notarized Relevant Statement/List of all ongoing Government & Private Construction Contracts including Contracts Awarded but not Yet started. . . . . . . . . . . . . . . . . . SF-INFR-15 6. Notarized Statement of all Completed Government and Private Construction Contracts which are similar in nature . . . . . . . SF-INFR-16 7. Upon Completion Rating Sheet . . . . . . . . . . . . . . . . . . . . . . . . . . . SF-INFR-17 8. Statement of Availability of Design and Build Personnel and Equipment. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . SF-INFR-18 9. Credit Line Certificate . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . SF-INFR-20 10. Joint Venture Agreement . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . SF-INFR-22 11. Contractor’s Profile . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . SF-INFR-26 12. Form of Bid Security: Bank Guarantee . . . . . . . . . . . . . . . . . . SF-INFR-36 13. Bid Security: Surety Bond. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . SF-INFR-37 14. Bid Security: GSIS Bond . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . SF-INFR-38 15. Authority of the Signatory - Special Power of Attorney. . . . SF-INFR-39 16. Authority of the Signatory - Secretary’s Certificate . . . . . . . . SF-INFR-40 17. Construction Schedule and S-Curve . . . . . . . . . . . . . . . . . . . . . . . SF-INFR-41 18. Manpower Utilization Schedule . . . . . . . . . . . . . . . . . . . . SF-INFR-42

19. Narrative Design and Construction Methods. . . . . . . . . . . . . . . SF-INFR-43 20. Contractor’s Organizational Chart for the Contract . . . . . . . . . SF-INFR-44 21. Contractor’s Letter-Certificate to Procuring Entity . . . . . . . . . SF-INFR-45 22. Design and Build Personnel’s Certificate of Employment . . . SF-INFR-46 23. Design and Build Personnel (Format of Bio-data) . . . . . . . . . . . SF-INFR-47 24. List of Design and Build Personnel to be Assigned to the Project with their Complete Qualifications and Experience. . . SF-INFR-48 25. List of Equipment, Owned, Leased and/or under Purchase Agreements, Pledged to the Proposed Contract . . . . . . . . . . . . SF-INFR-49 26. Equipment Utilization Schedule . . . . . . . . . . . . . . . . . . . . . . SF-INFR-50 27. Cash Flow by Quarter and Payment Schedule . . . . . . . . . . . . . . SF-INFR-56 28. Sworn Statement Waiver and Undertaking by the Bidder which includes undertaking to strictly comply with and abide by the provisions of

Section 58 in relation to Sections 55, 56 and 57 of RA 9184 . . . . . . . FACSIMILE A

29. Detailed NFCC Format . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . FACSIMILE B

30. Specifications Statement of Conformity . . . . . . . . . . . . . . . . . . . . . FACSIMILE C

31. Omnibus Sworn Statement . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . FACSIMILE D

32. Bid Form . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . FACSIMILE E

33. Bill of Quantities (BOQ) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . FACSIMILE F 34. Bill of Quantities (BOQ) Summary . . . . . . . . . . . . . . . . . . . . . . . . . . FACSIMILE G M. ILLUSTRATIONS ON MARKING AND SEALING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 160 N. REMINDERS TO BIDDERS . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . 164

Page 4: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

4

Republic of the Philippines

NATIONAL FOOD AUTHORITY

Region V, Pier Site, Legazpi City

Tel. No. (052) 480-7085/(052) 480-7933; Fax No. (052) 480-7900

Website : www.nfa.gov.ph

INVITATION TO RE-BID FOR THE CONSTRUCTION OF 50 TCC WAREHOUSE WITH

WHSE SUPERVISOR’S II OFFICE AND SHED THRU DESIGN AND BUILD SCHEME

The National Food Authority (NFA) Regional Office V, through the 2014 Capital Outlay Fund

Budget, intends to apply the sum of PESOS: FIFTEEN MILLION ONLY (Php

15,000,000.00) being the Approved Budget for the Contract (ABC) to payments for the

Construction of 50 TCC Warehouse with Whse. Supervisor’s II Office and Shed thru Design

and Build Scheme at NFA Compound, Masbate City. Bids received in excess of the ABC

shall automatically be rejected at bid opening.

Name of Project Location Brief Description

Approved

Budget for the

Contract (ABC)

Contract

Period

DESIGN AND BUILD

OF 50 TCC

WAREHOUSE WITH

WHSE

SUPERVISOR’S II

OFFICE AND SHED

NFA

Compound,

Masbate City

Construction of 50

TCC Warehouse with

Whse Supervisor’s II

Office and Shed

(thru the Design and

Build Scheme)

Php 15 Million

180

Calendar

Days

The NFA Regional Office V now invites bidder for the Design and Build of 50 TCC

Warehouse with Whse. Supervisor’s II Office and Shed at NFA Compound, Masbate City.

Intended completion of the Works is 180 calendar days.

A prospective bidder should possess a valid PCAB Contractor’s License of at least Size

Range “Small B” and License Category “C & D” (per PCAB Circular No. 001 series of 2009).

The Design and Build Contractor (as solo or in joint venture/consortia) should be able to

comply with the experience requirement under the IRR of RA 9184, where one of the parties

(in a joint venture/consortia) should have at least one (1) similar project, both in design and

build with at least 50% of the ABC to be bid: Provided, however, that contractors under

Small B categories with no experience in design and build projects on its own it may enter

into subcontracting, partnership, or joint ventures with design or engineering firms for the

design portion of the contract.

Bidding will be conducted through open competitive bidding procedures using non-

discretionary “pass/fail” criterion as specified in the Revised Implementing Rules and

Regulations (IRR) of Republic Act 9184 (RA 9184) otherwise known as the ”Government

Procurement Reform Act”.

Page 5: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

5

A complete set of Bidding Documents may be purchased by interested Bidders from NFA

Regional Office, Pier Site, Legazpi City upon payment to the NFA Cashier of a non-

refundable fee in the form of cash for the Bidding Documents in the amount of Php

25,000.00.

It may also be downloaded free of charge from the website of the Philippine Government

Electronic Procurement System (PhilGEPS) and NFA website, provided that bidders shall

pay the non-refundable fee for the Bidding Documents not later than the submission of their

bids.

The schedule of the Bids and Awards Committee (BAC) activities is as follows:

RBAC Activities Date and Time Venue

1. Issuance of Bidding

Documents

January 12, 2015 to January 31, 2015 from 8:00 AM-5:00 PM

and February 2, 2015 from 8:00 AM-9:30 AM only

NFA Regional Office V,

Pier Site, Legazpi City

2. Pre-Bid Conference January 19, 2015 at 2:00 PM -do-

3. Opening of Bids February 2, 2015 at 10:00 AM -do-

Bids must be delivered to the NFA at the 2nd Floor Conference Room of the NFA Regional

Office Building at Pier Site, Legazpi City not later than 9:30 a.m. of February 2, 2015. All

bids must be accompanied by a bid security in the form and in the amount as indicated in the

bidding documents. Late bids shall not be accepted.

Bids will be opened in public at the stated address and schedule above.

The NATIONAL FOOD AUTHORITY REGIONAL OFFICE V assumes no responsibility

whatsoever to compensate or indemnify bidders for any expenses incurred in the

preparation of the bid.

The NATIONAL FOOD AUTHORITY REGIONAL OFFICE V reserves the right to accept or

reject any or all Bids, to annul or cancel the bidding process at any time prior to contract

award, and accept the proposal most advantageous to the government without thereby

incurring any liability to the affected Bidder or Bidders whatsoever.

For further information/inquiries, please refer to: Ms. NELSIE E. ALCANTARA with Postal

Address at 4500 Pier Site, Legazpi City; Telephone Nos. (052) 480-7085/(052) 480-

7933/(052) 480-7122; Fax No. (052) 480-7900 and Website Address www.nfa.gov.ph.

BERNARDO M. ASETRE, ASEAN ENGR.

Chairman, Bids and Awards Committee

Newspaper : January 12, 2015

NFA Website/PhilGEPS/Bulletin Board : January 12-30, 2015

Page 6: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

6

Republic of the Philippines

NATIONAL FOOD AUTHORITY

Quezon City

TERMS OF REFERENCE AND

DESIGN PARAMETERS AND SPECIFICATIONS

for the CONSTRUCTION OF 50,000 BAGS CAPACITY WAREHOUSE WITH WAREHOUSE

SUPERVISOR'S OFFICE AND SHED THRU DESIGN AND BUILD SCHEME

A. PROJECT DESCRIPTION:

Project Components

The proposed project shall consist of the following:

1. Design of a 50,000 bags capacity warehouse and supervisor’s office with shed shall made of

reinforced concrete and steel roof framing that can resist the 350 kph wind velocity and

intensity 8.0 earthquake, G. I. roofing with insulation, natural ventilation system and efficient

storm drainage and concrete gutter. The electrical system is three (3) phase, 240 V, 60 hz, and

lighting fixtures shall be provided with solar panels or the use of solar energy as an alternative

power source for the lighting facilities.

2. Building/construction of a 50,000 bags capacity warehouse and Supervisor’s Office with shed

as described above A.1. within the specified contract duration.

Project Location

The specific site of the proposed warehouse is at the NFA Compound, Masbate City.

Please refer to the location plan and the site development plan of the project (Annex I).

Approved Project/ Budget Cost For The Contract (ABC))

The Approved Budget for the Contract is P 15.0 Million

Contract Duration : 180 Calendar Days

B. SCOPE OF WORKS:

The works covered under this project include :

a. Preparation and submission of all the necessary engineering, design investigation and survey

report, detailed architectural and engineering ( structural, electrical and sanitary) plans,

technical specifications, detailed cost estimate and construction schedule,

b. Complete supply of labor, materials, equipment and the necessary facilities for the

construction of warehouse and Warehouse Supervisor’s Office with shed such as:

1. Site preparation.

2. Earth filling works,

3. Concrete works,

4. Masonry works,

5. Erection of structural steel roof framing,

Page 7: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

7

6. Installation of roofing materials with insulation,

7. Electrical works,

8. Drainage system,

9. Plumbing system,

10. Painting works, and

11. Other necessary structures and works to complete the project.

c. Project supervision and management to ensure strict compliance with the project requirements

and workmanship; and to properly undertake/construct and produce the desired work/ project.

d. Submission of all construction records.

e. Submission of as-built plan/drawings, certificate of warranties, manuals and other documents

necessary in the maintenance program of the project upon the completion of the project.

NFA office shall be the owner of all the plans of this project and can be used in other NFA

sites which require similar architectural and engineering design.

C. GENERAL REQUIREMENTS

I. Submission of soft and hard copy (Size A3) of the preliminary conceptual design, plan,

perspective, floor plan, cross section and longitudinal section and elevations including the

structural analysis and design computation duly signed by the Design Engineer, which during

the post-qualification process, NFA shall submit to the Bureau of Design of the Department of

Public Works and Highways (DPWH) for the review and verification on the correctness of the

design computations.

II. Submission of soft and hard copy (Size A3) of the technical specifications and architectural

and engineering plans, duly signed by the concerned Architect / Engineer showing the

following:

a. Perspective view of the Warehouse Shed and Supervisor’s Office with attached

public toilet

b. For Warehouse Building Only:

1.) Floor Plan and elevations

2.) Structural, roof framing, continuous ridge ventilation and canopy details

3.) Roofing and roofing insulation detail

4.) Foundation plan and anchor bolt setting

5.) Walls, podium and floor slab details including finishes

6.) Doors and windows details

7.) Electrical plans with schedule of load computation, lighting and power layout,

8.) Warehouse drainage system

9.) Service ladder detail

Page 8: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

8

c. For Warehouse Shed and Warehouse Supervisor’s Office with attached Public

Toilet only:

1.) Floor plan and elevations

2.) Foundation plan

3.) Roof and roof framing plan

4.) Roofing insulation detail

5.) Columns, beams and other structural details

6.) Schedule of doors and windows

7.) Schedule of floor, walls and ceiling finishes

8.) Plumbing, sanitary and septic tank plans

9.) Electrical plans (Complete with lighting and power layout, design and schedule of

load computation, riser or single line diagram)

10.) Drainage System

III. Submission of soft and hard copy of the technical specifications of construction materials to be

used in the project.

IV. Submission of soft and hard copy of the Detailed Cost Estimate

V. Submission of soft and hard copy of the PERT / CPM (from design to construction phase)

VI. Securing and payment of fees for the necessary permits, certifications and clearances.

VII. Construction/installation of temporary facilities and utilities.

VIII. Testing of material samples.

All design requirements of this project must be in accordance and in compliance with the

provisions of the latest edition of the National Building Code, National Structural Code of the

Philippines for the Buildings, Towers and Other Structures; and the Philippine Electrical Code.

Item I shall be submitted under Envelope A of Technical Proposal.

Items II to V shall be submitted within thirty (30) calendar days after the execution of the

Contract Agreement and shall be approved by NFA before the issuance of Notice to Proceed.

D. SCOPE AND DESIGN CONSIDERATIONS

1. Warehouse Building

The proposed warehouse which has an allocated floor area of 1,200 square meters, can

resist a 350 kph wind velocity, intensity 8.0 earthquake and must comply with the

following requirements:

a. Walls shall be made of concrete (6” thk CHB). Walls shall be provided with steel-framed

louvers with size 4.5mm thk x 37.5mm x 37.5 mm angle bars with G. I. sheet of 1.20mm

thk minimum, with aluminum screen and framing as ventilation (insect and bird proofing)

installed at center of lintel and roof beam. These steel-framed louvers shall be laid in-

between the two (2) sets of glass blocks with 4 rows and 2 columns in each bay.

b. Eaves height must not be less than 7.20m from the finished floor line.

c. Warehouse doors shall be made up of steel and with a provision of secondary steel

screened door (birds/rats proofing). Front and two (2) doors at right side must be not less

Page 9: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

9

than 6.0m in width and 3.0m in height (clear distances). Each door must be provided with

canopy of appropriate size. Number of units required for canopy is 2. For shed, please

see attach Site Development Plan.

d. Roofing system (roof and framing) shall be single gable-type of 25-meter span.

Minimum pitch of roof shall be H=1/4. Purlin spacing shall be 1.0 meter or less.

e. Roofing sheets shall have a minimum base metal thickness (BMT) of 0.500 mm thk., rib-

type, pre-painted, long span G.I. (alum-zinc galvanized) sheet with a value of not less

than 25mm. Roofing shall be provided with insulation. The insulation materials shall

have a minimum R-value of 19. Roofing shall be provided with translucent sky lighting

(4 pieces of 3.60 meters length each per bay) provided with stiffener.

f. Warehouse roof shall be equipped with continuous ridge ventilation. Ventilator openings

shall be provided with aluminum screen to prevent the entry of birds. Ridge ventilation

covering shall be 0.500 mm thk. (base metal) rib-type, pre-painted G.I. roofing sheets .

Ridge ventilation throat (opening) shall have a minimum width of 1.0 meter.

g. All concrete works shall have a min. compressive strength of 21 mPa at 28 days or

higher.

h. All structural steel members and accessories shall be in accordance with AISC for

Design, Fabrication and Erection of Structural Steel for Buildings. All primary and

secondary structural steel shapes and plates shall conform to ASTM A-36 or higher.

i. Reinforcing steel bars shall conform to ASTM specification or its equivalent PS

(Structural Grade).

j. Warehouse flooring (podium-type) shall be 1.0 meter from the existing concrete roadway

of the compound, with 1.20 meter wide walkway outside the warehouse (at front and right

side only).

k. Minimum thickness of floor slab shall be 150mm with 10mm diameter temperature bar @

0.60m on center both ways on 100mm thick gravel bedding (crushed aggregates base

course with binder) with a minimum of 95% compaction.

l. Roof drainage shall be made of concrete gutter with parapet wall and downspouts

accessories.

m. Warehouse shall have a complete storm drainage system on its periphery.

n. Warehouse concrete walls shall be plain cement plastered and paint finished, color to be

approved by NFA. All primary and secondary steel members shall be painted with epoxy

primer and coated with top coat enamel paint.

o. Electric power supply shall be 3-phase, 240V, 60 Hz. Electrical wires/cables, fixtures

and devices shall be brand new and its installation shall conform to the provision of the

latest edition of Philippine Electrical Code (PEC). Minimum size of circuit homerun for

lighting and power layout shall be 3.5mm2. The following shall be likewise provided:

1. To be installed outside the warehouse:

a. 4 sets - lighting fixture with photovoltaic cell (at every corner)

b. 2 sets - lighting fixture with photovoltaic cell ( at right side shed)

c. 3 sets - lighting fixture with photo voltaic cell (1 set for each canopy)

Page 10: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

10

2. To be installed inside the warehouse:

a. 6 sets - flourescent fixture, industrial type, 1/28 W (T5) (distributed at center

aisle)

b. 4 sets - spotlight, PAR 38, 150 W, flood clear with aluminum reflector, 16"

dia. and mogul socket ( at each inside corner) .

c. 6 sets - convenience outlet, duplex ( one each near door )

d.. 1 unit - Panel board, Main: (based on computation of load) 14 branches,

240 V, 3P with Nema enclosure.

e. 2 pcs. - Circuit breaker, 70 AT, 3P with Nema enclosure (for conveyors)

p. Fire Fighting and Protection system shall be provided and equipped with the following:

1. Two sets (2) of Fire Hose Cabinet (1-cabinet w/ aluminum frame, 1-frame hose

2.5”

dia. w/ 100 ft. hose singlejacketed, 1-straightnozzle, 1-angle valve 2.5” dia.,

1-hose rack, 1-set coupling, 1-set fire extinguisher (5 kg capacity ABC dry

Chemical), 1-set axe.

2. Fire Hydrant (Piping and accessories) - 2 sets.

3. Smoke detectors and sprinklers shall be installed in conspicuous location (WS II

Office)

q. Upon completion of the warehouse, the same shall be provided with prescribed logo and

marker (specific location to be designated by NFA).

2. Warehouse Shed and Warehouse Supervisor’s Office with Public Toilet

One-story building with a total floor area of 50 sq. meters (5.0m x 10.0m). With provision

of laboratory room with counter. Remaining floor area is allocated for office space, toilet &

bath room, kitchen and storage of warehousing documents. Within the office building has

also a provision of public toilet (male/female and PWD) with a minimum floor area of 8.0

square meters.

Warehouse Shed with roof framing plan of 5m x 43m (half-truss cantilever type)

a. Exterior walls are made up of 150 mm thk. CHB, plain cement plastered finished.

b. Ceiling shall be 6 mm thk. ficemboard on metal furring.

c. Floor finishes shall be ceramic tiles (office space, laboratory and T&B).

d. Public toilet shall have one (1) water closet and one (1) lavatory for each male and

female. Floor and wall finishes shall be 200mm x 200mm ceramic tiles. Height of wall

tiles shall be 1.80m from the finished floor.

e. Complete with plumbing system including septic tank.

f. Electrical system shall be 3phase, 240 V, 60Hz, All lighting and power are 1 phase. 240

V, 60Hz.. Lighting fixtures for office space shall be troffer type with mirrorized

reflector and compact fluorescent lamp for T&B and eaves lightning. Convenience

outlet shall be installed in conspicuous locations And 2- heavy duty outlet for ACU &

Refrigerator. Provision of 1-unit panel board.

Page 11: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

11

g. Provide 2hp air-conditioning unit, split type.

h. Roof framing shall be made of steel trusses and steel purlins.

i. Roofing sheets shall have a minimum base metal thickness of 0.500 mm, pre-painted,

rib-type, long span G.I. (alum-zinc galvanized) sheet with a vale of not less than

25mm. Roofing shall be provided with insulation with minimum R-value of 19.

j. Gutters shall be made up of 0.500mm thick stainless steel provided with strainer,

downspouts and accessories.

k. All concrete shall have a min. compressive strength of 21 mPa at 28 days or higher.

l. Reinforcing steel bars shall conform to ASTM specification or its equivalent PS grade.

m. Provision of appropriate design of doors and windows.

n. Provision of disabled ramp with railings.

o. The office building shall be painted finished, color to be approved by NFA.

3. Clearing of site from all forms of trash and debris, upon the completion of the project.

4. Provision of 1 set mobile tubular scaffoldings for warehouse maintenance purpose.

Submitted by :

DESIGN AND BUILD COMMITTEE

ENGR. FEDERICO R. MANZON, JR. ENGR. RAYMOND B. RECATO

Member Member

ENGR. ALLAN JOSEPH P. ABAPO ENGR. GLORIA M. TABAYAG

Vice-Chairman Chairman

Recommending Approval :

BERNARDO M. ASETRE, ASEAN ENGR.

Assistant Regional Manager & Chairman, RBAC

Approved :

RUBEN J. RESIDE

Regional Manager & Head of Procuring Entity

Page 12: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

12

INSTRUCTIONS TO BIDDERS (ITB)

TABLE OF CONTENTS A. GENERAL

1. Scope of Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 2. Source of Funds . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . 13 3. Corrupt, Fraudulent, Collusive, and Coercive Practices . . . . . 13 4. Conflict of Interest . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 5. Eligible Bidders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 6. Bidder’s Responsibilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16

7. Origin of Goods and Services . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 8. Subcontracts . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18

B. CONTENTS OF BIDDING DOCUMENTS 9. Pre-Bid Conference . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 10. Clarification and Amendment of Bidding Documents . . . . . . . . 18

C. PREPARATION OF BIDS 11. Language of Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19

12. Documents Comprising the Bid: Eligibility and Technical Components . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . 19

13. Documents Comprising the Bid: Financial Component . . . . . . 20 14. Alternative Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 15. Bid Prices . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 16. Bid Currencies . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . 21 17. Bid Validity . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . 22 18. Bid Security . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 19. Format and Signing of Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 20. Sealing and Marking of Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24

D. SUBMISSION AND OPENING OF BIDS 21. Deadline for Submission of Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 22. Late Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 23. Modification and Withdrawal of Bids . . . . . . . . . . . . . . . . . . . . . . 25 24. Opening and Preliminary Examination of Bids . . . . . . . . . . . . . 25

E. EVALUATION AND COMPARISON OF BIDS 25. Process to be Confidential . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26 26. Clarification of Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26 27. Detailed Evaluation and Comparison of Bids . . . . . . . . . . . . . . . 26 28. Post-Qualification . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 29. Reservation Clause . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28

F. AWARD OF CONTRACT 30. Contract Award . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29

31. Signing of the Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 32. Performance Security. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 33. Notice to Proceed . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31

Page 13: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

13

INSTRUCTIONS TO BIDDERS (ITB)

A. General 1. Scope of Bid 1.1. The PROCURING ENTITY as defined in the BDS, invites Bids for the construction of Works, as described in Section VI. Specifications. The name and identification number of the Contract is provided in the BDS. 1.2. The successful Bidder will be expected to complete the Works by the intended completion date specified in the SCC Clause 1.16. 2. Source of Funds The PROCURING ENTITY has a budget or has applied for or received funds from the Funding Source named in the BDS, and in the amount indicated in the BDS. It intends to apply part of the funds received for the Project, as defined in the BDS, to cover eligible payments under the Contract for the Works. 3. Corrupt, Fraudulent, Collusive and Coercive Practices 3.1. The Procuring Entity, as well as Bidders and Contractor, shall observe the highest standard of ethics during the procurement and execution of the contract. In pursuance of this policy, the Funding Source: (a) defines, for purposes of this provision, the terms set forth below as follows: (i) “corrupt practice” means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves, others, or induce others to do so, by misusing the position in which they are placed, and includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; entering, on behalf of the Procuring Entity, into any contract or transaction manifestly and grossly disadvantageous to the same, whether or not the public officer profited or will profit thereby, and similar acts as provided in Republic Act 3019; (ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity, and includes collusive practices among Bidders (prior to or after Bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring Entity of the benefits of free and open competition; (iii) “collusive practices” means a scheme or arrangement between two or more Bidders, with or without the knowledge of the Procuring Entity, designed to establish Bid prices at artificial, non-competitive levels; and (iv) “coercive practices” means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in a procurement process, or affect the execution of a contract; (b) Will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract; and

Page 14: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

14

(c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded Contract funded by the Funding Source if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing or, or in executing, a Contract funded by the Funding Source. 3.2 Further, the Procuring Entity will seek to impose the maximum civil, administrative, and/or criminal penalties available under the applicable laws on individuals and organizations deemed to be involved in any of the practices mentioned in ITB Clause 3.1(a). 3.3 Furthermore, the Funding Source and the Procuring Entity reserve the right to inspect and audit records and accounts of a contractor in the Bidding for and performance of a contract themselves or through independent auditors as reflected in the GCC Clause 34. 4. Conflict of Interest 4.1. All Bidders found to have conflicting interests shall be disqualified to participate in the procurement at hand, without prejudice to the imposition of appropriate administrative, civil, and criminal sanctions. A Bidder may be considered to have conflicting interests with another Bidder in any of the events described in paragraphs (a) through (c) and a general conflict of interest in any of the circumstances set out in paragraphs (d) through (g) below: (a) A Bidder has controlling shareholders in common with another Bidder; (b) A Bidder receives or has received any direct or indirect subsidy from any other Bidder; (c) A Bidder has the same legal representative as that of another Bidder for purposes of this Bid; (d) A Bidder has a relationship, directly or through third parties, that puts them in a position to have access to information about or influence on the Bid of another Bidder or influence the decisions of the Procuring Entity regarding this bidding process. This will include a firm or an organization who lends, or temporarily seconds, its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the project if the personnel would be involved in any capacity on the same project; (e) A Bidder submits more than one Bid in the bidding process. However, this does not limit the participation of subcontractors in more than one Bid; (f) A Bidder who participated as a consultant in the preparation of the design or technical specifications of the goods and related services that are the subject of the Bid; or (g) A Bidder who lends, or temporary seconds, its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the project, if the personnel would be involved in any capacity on the same project. 4.2. In accordance with Section 47 of the IRR-A of R.A. 9184, all Bidding Documents shall be accompanied by a sworn affidavit of the Bidder that it is not related to the head of the Procuring Entity, members of the Bids and Awards Committee (BAC), members of the Technical Working Group (TWG), members of the BAC Secretariat, the head of the Project Management Office (PMO) or the end-user unit, and the project consultant, by consanguinity or affinity up to the third civil degree. On the part of the bidder, this Clause shall apply to the following persons:

Page 15: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

15

(a) If the Bidder is an individual or a sole proprietorship, to the Bidder himself; (b) If the Bidder is a partnership, to all its officers and members; (c) If the Bidder is a corporation, to all its officers, directors, and controlling stockholders; and (d) If the Bidder is a joint venture (JV), the provisions of items (a), (b), or (c) of this Clause shall correspondingly apply to each of the members of the said JV, as may be appropriate. Relationship of the nature described above or failure to comply with this Clause will result in the automatic disqualification of a Bidder. 5. Eligible Bidders 5.1 Unless otherwise stated in the BDS , the following persons shall be eligible to participate in this Bidding: (a) Duly licensed Filipino citizens/sole proprietorships; (b) Partnership duly organized under the laws of the Philippines and of which at least seventy-five percent (75%) of, and of which at least seventy-five percent (75%) of the outstanding capital stock the interest belongs to citizen of the Philippines; (c) Corporations duly organized under the laws of the Philippines belongs to citizens of the Philippines; (d) Cooperatives duly organized under the laws of the Philippines, and of which at least seventy-five percent (75%) of the interest belongs to citizens of the Philippines; and, (e) Persons/entities forming themselves into a joint venture (JV), 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: Provided, however, that, in accordance with Letter of Instructions No. 630, that Filipino ownership or interest of the joint venture concerned shall be at least seventy-five percent (75%): Provided, further, that joint venture in which Filipino ownership or interest is less than seventy-five percent (75%) may be eligible where the structures to be built require the application of techniques and/or technologies which are not adequately possessed by a person/entity meeting the seventy-five percent (75%) Filipino ownership requirements: Provided, finally, that in the latter case, Filipino ownership or interest shall not be less that twenty-five percent (25%). For this purpose Filipino ownership or interest shall be based on the contributions of each of the members of the joint venture as specified in their Joint Venture Agreement (JVA). 5.2 The Procuring Entity may also invite foreign bidders when provided for under any Treaty or International or Executive Agreement as specified in the BDS. 5.3 Government Corporate Entities may be eligible to participate only if they can establish that they (a) are legally and financially autonomous, (b) operate under commercial law, and (c) are not dependent agencies of the GOP or the Procuring Entity. 5.4 Unless otherwise provided in the BDS, the bidder must have completed at least one contract similar to the Project the value of which, adjusted to current prices using the National Statistics Office consumer price index, must be at least equivalent to a percentage of the ABC stated in the BDS.

Page 16: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

16

For this purpose, contracts similar to the Project shall be those described in the BDS, and completed within the period stated in the Invitation to Bid and ITB Clause 12.1(a)(iii). 5.5 Unless otherwise provided in the BDS, the Bidder must submit a computation of its Net Financial Contracting Capacity (NFCC) or a Commitment from a Universal or Commercial Bank to extend a credit line in its favor if awarded the contract for this project (CLC). The NFCC, computed using the following formula, must be at least equal to the ABC to be bid: NFCC = [(Current assets minus current liabilities) (K)] Minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to be started coinciding with the contract for this Project. Where: K = 10 for a contract duration of one year or less, 15 for a contract duration of more than one year up to two years, and 20 for a contract duration of more than two years. The CLC must be at least equal to ten percent (10%) of the ABC for this Project. If issued by a foreign bank, it shall be confirmed or authenticated by a Universal or Commercial Bank. In the case of local government units (LGUs), the Bidder may also submit CLC from other banks certified by the Bangko Sentral ng Pilipinas (BSP) as authorized to issue such financial instrument . 6. Bidder’s Responsibilities 6.1. The Bidder or its duly authorized representative shall submit a Sworn Statement in the form prescribed in Section IX. Bidding Forms as required in ITB Clause 12.1(b)(iii).

6.2 The Bidder is responsible for the following: (a) Having taken steps to carefully examine all of the Bidding Documents; (b) Having acknowledged all conditions, local or otherwise, affecting the implementation of the contract; (c) Having made an estimate of the facilities available and needed for the contract to be bid, if any; and (d) Having complied with its responsibility to inquire or secure Supplemental/Bid Bulletin/s as provided under ITB Clause 10.3.

(e) Ensuring that it is not “blacklisted” or barred from bidding by the GOP or any of its agencies, office, corporations, or LGUs, including foreign government/foreign or international financing institutions whose blacklisting rules have been recognized by the GPPB;

(f) That 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;

(g) Authorizing the Head of the Procuring Entity or its duly authorized representative/s to

verify all the documents submitted; (h) Ensuring that the signatory is the duly authorized representative of the Bidder, and

granted full power and authority to do, execute, and perform any and all acts necessary and/or

Page 17: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

17

to represent the Bidder in the bidding, with the duly notarized Secretary’s Certificate attesting to such fact, if the Bidder is a corporation, partnership, cooperative, or joint venture;

(i) Complying with the disclosure provision under Section 47 of the Act in relation to other provisions of Republic Act 3019; and

(j) Complying with existing labor laws and standards, if applicable.

Failure to observe any of the above responsibilities shall be at the risk of the Bidder concerned. 6.3 The Bidder, by the act of submitting its bid, shall be deemed to have inspected the site and determined the general characteristics of the contract works and the conditions for this Project. Unless otherwise indicated in the BDS, failure to furnish all information or documentation required in this Bidding Documents shall result in the rejection of the bid and the disqualification of the Bidder. 6.4 It shall be the sole responsibility of the prospective bidder to determine and to satisfy itself by such means as it considers necessary or desirable as to all matters pertaining to this Project, including: (a) the location and the nature of the contract, project or work; (b) climatic conditions; (c) transportation facilities; (d) nature and condition of the terrain, geological conditions at the site communication facilities, requirements, location and availability of construction aggregates and other materials, labor , water, electric power and access roads; and (d) other factors that may affect the cost, duration and execution or implementation of the contract, project, or work. 6.5 The Procuring Entity shall not assume any responsibility regarding erroneous interpretations or conclusions by the prospective or eligible bidder out of the data furnished by the procuring entity. 6.6 Before submitting their bids, the Bidders are deemed to have become familiar with all existing laws, decrees, ordinances, acts, and regulations of the Philippines that may affect the contract in any way. 6.7 The Bidder shall bear all costs associated with the preparation and submission of his bid, and the Procuring Entity will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6.8 Bidders should note that the Procuring Entity will only accept bids only from those that have paid the nonrefundable fee for the Bidding Documents at the office indicated in the Invitation to Bid. 7. Origin of GOODS and Services Unless otherwise indicated in the BDS, there is no restriction on the origin of the GOODS and Contracting of Works or Services other than those prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations.. 8. Subcontracts 8.1 Unless otherwise specified in the BDS, the Bidder may sub-contract portions of the Works to an extent as may be approved by the Procuring Entity and stated in the BDS. However, subcontracting of any portion shall not relieve the Bidder from any liability or obligation that may arise from the Contract for this Project.

Page 18: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

18

8.2 Subcontractors must submit the documentary requirements under ITB Clause 12 and comply with the eligibility criteria specified in the BDS. In the event that any subcontractor is found by the Procuring Entity to be ineligible, the subcontracting of such portion of Works shall be disallowed. 8.3 The Bidder may identify the subcontractor whom a portion of the Works will be subcontracted at any stage of the bidding process or during contract implementation.. If the Bidder opts to disclose the name of the subcontractor during bid submission, the Bidder shall include the required documents as part of the technical component of its bid.

B. Contents of Bidding Documents 9. Pre-bid Conference 9.1 If so specified in the BDS, a pre-bid conference shall be held at the venue and on the date indicated therein, to clarify and address the Bidder’s questions on the technical and financial components of this Project. 9.2 Bidders are encouraged to attend the pre-bid conference to ensure that they fully understand the Procuring Entity’s requirements. Non-attendance of the Bidder will in no way prejudice is bid; however, the Bidder is expected to know the changes and/or amendments to the Bidding Documents discussed during the pre-bid conference. 9.3 Any statement made at the pre-bid conference shall not modify the terms of the bidding documents unless such statement is specifically identified in writing as an amendment thereto and issued as a Supplemental/Bid Bulletin. 10. Clarification and Amendment of Bidding Documents 10.1 Bidders who have purchased the Bidding Documents may request for clarification(s) on any part of the Bidding Documents or for an interpretation. Such a request must be in writing and submitted to the Procuring Entity at the address indicated in the BDS at least ten (10) calendar days before the deadline set for the submission and receipt of Bids. 10.2 Supplemental/Bid Bulletins may be issued upon the Procuring Entity’s initiative for purposes of clarifying or modifying any provision of the Bidding Documents not later than seven (7) calendar days before the deadline for the submission and receipt of Bids. Any modification to the Bidding Documents shall be identified as an amendment. 10.3 Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity concerned, if available. It shall be the responsibility of all Bidders who secure the Bidding Documents to inquire and secure Supplemental/Bid Bulletins that may be issued by the BAC. However, bidders who have submitted bids before the issuance of the Supplemental/Bid Bulletin must be informed and allowed to modify or withdraw their Bids in accordance with ITB Clause 23.

C. Preparation of Bids 11. Language of Bids The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Procuring Entity, shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation in English certified by the appropriate embassy or

Page 19: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

19

consulate in the Philippines, in which case the English translation shall govern, for purposes of interpretation of the Bid. 12. Documents Comprising the Bid: Eligibility and Technical Components 12.1. Unless otherwise indicated in the BDS, the first envelope shall contain the following eligibility and technical documents: (a) Eligibility Documents - Class “A” Documents: (i) Registration certificate from the Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives, or any proof of such registration as stated in the BDS; (ii) Mayor’s permit issued by the City or municipality where the principal place of business of the prospective bidder is located; (iii) Statement of all its ongoing and completed government and private contracts within ten (10) years from the submission of bids, unless otherwise stated in the BDS, including contracts awarded but not yet started, if any. The statement shall include, for each contract, the following: (iii.1) name of the contract; (iii.2) date of the contract; (iii.3) contract duration; (iii.4) owner’s name and address; (iii.5) nature of work; (iii.6) contractor’s role (whether sole contractor, sub-contractor, or partner in a JV) and percentage of participation; (iii.7) total contract value at award; (iii.8) date of completion or estimated completion time; (iii.9) total contract value at completion, if applicable; (iii.10) percentages of planned and actual accomplishments, if applicable; (iii.11) value of outstanding works, if applicable; (iii.12) the statement shall be supported by the notices of award and/or notices to proceed issued by the owners; and (iii.13) the statement shall be supported by the Constructors Performance Evaluation System (CPES) rating sheets, and/or Certificates of Completion and owner’s acceptance, if applicable; (iv) Unless otherwise provided in the BDS, valid Philippine Contractors Accreditation Board (PCAB) license and registration for the type and cost of the contract for this Project; ( v) Audited financial statements, showing, among others, the prospective total and current assets and liabilities, stamped “received” by the Bureau of Internal Revenue (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;

Page 20: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

20

(vi) Net Financial Contracting Capacity (NFCC) computation or Credit Line Certificate (CLC) in accordance with ITB Clause 5.5; and Class “B” Document: (vii) If applicable, valid Joint Venture Agreement (JVA) or, in lieu thereof, 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 shall be included in the bid. (b) Technical Documents - (i) Bid Security as prescribed in ITB Clause 18. If the bidder opts to submit the bid security in the form of: (i.1) a bank draft/guarantee or an irrevocable letter of credit issued by a foreign bank, it shall be accompanied by a confirmation from a Universal or Commercial Bank; or (i.2) A surety bond accompanied by a certification coming from an authorized Insurance Commission that a surety or insurance company is authorized to issue such instrument; (ii) Project Requirements, which shall include the following: (ii.1) Organizational chart for the contract to be Bid; (ii.2) List of contractor’s personnel (viz., Project Manager, Project Engineers, Materials Engineers, Electrical Engineers or Master Electrician and Foremen), to be assigned to the contract to be Bid, with their complete qualification and experience data, and (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; and (iii) Sworn statement in accordance with Section 25.2(b)(iv) of the IRR of RA 9184 and using the form prescribed in Section IX. Bidding Forms. 13. Documents Comprising the Bid: Financial Component 13.1. Unless otherwise indicated in the BDS, the financial component of the bid shall contain the following: (a) Financial Bid Form in accordance with the form prescribed in Section IX. Bidding Forms; and (b) Any other document required in the BDS. 13.2. Unless indicated in the BDS, all Bids that exceed the ABC shall not be accepted. 14. Alternative Bids 14.1. Alternative Bids shall be rejected. For this purpose, alternative bid is an offer made by a Bidder in addition or as a substitute to its original bid which may be included as part of the original bid or submitted separately therewith for purposes of bidding. A bid with options is

Page 21: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

21

considered an alternative bid regardless of whether said bid proposal is contained in a single envelope or submitted in two (2) or more separate bid envelopes. 14.2 Bidders shall submit offers that comply with the requirements of the Bidding Documents, including the basic technical design as indicated in the drawings and specifications. Unless there is a value engineering clause in the BDS, alternative Bids shall not be accepted. 14.3 Each Bidder shall submit only one Bid, either individually or as a partner in a JV. A Bidder who submits or participates in more than one bid (other than as a subcontractor if a subcontractor is permitted to participate in more than one bid) will cause all the proposals with the Bidder’s participation to be disqualified. This shall be without prejudice to any applicable criminal, civil and administrative penalties that may be imposed upon the persons and entities concerned. 15. Bid Prices 15.1 The contract shall be for the whole Works, as described in ITB Clause 1.1, based on the priced Bill of Quantities submitted by the Bidder. 15.2. The Bidder shall fill in rates and prices for all items of the Works described in the Bill of Quantities. Bids not addressing or providing all of the required items in the Bidding Documents including, where applicable, bill of quantities, shall be considered non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered as non-responsive, but specifying a “0” (zero) for the said item would mean that it is being offered for free to the Government. 15.3. All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause, prior to the deadline for submission of Bids, shall be included in the rates, prices, and total Bid price submitted by the Bidder. 15.4. Unless otherwise indicated in the BDS, all bid prices for the given scope of work in the contract as awarded shall be considered as fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances as indicated in the BDS and specified in GCC Clause 48 and its corresponding SCC provision. 16. Bid Currencies 16.1. All Bid prices shall be quoted in Philippine Pesos unless otherwise specified in the BDS. However, for purposes of bid evaluation, bids denominated in foreign currencies shall be converted to Philippine currency based on the exchange rate prevailing on the day of the Bid opening. 16.2 If so allowed in accordance with ITB Clause 16.1, the Procuring entity for purposes of bid evaluation and comparing the bid prices will convert the amounts in various currencies in which the bid price is expressed to Philippine Pesos at the exchange rate as published in the BSP reference rate bulletin on the day of the bid opening. 16.3. Unless otherwise specified in the BDS, payment of the contract price shall be made in Philippine Pesos. 17. Bid Validity 17.1. Bids shall remain valid for the period specified in the BDS, which shall not exceed one hundred twenty (120) calendar days from the date of the opening of Bids.

Page 22: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

22

17.2 In exceptional circumstances, prior to the expiration of the bid validity period, the Procuring Entity may request the Bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. The bid security described in ITB Clause 18 should also be extended corresponding to the extension of the bid validity period at the least. A Bidder may refuse the request without forfeiting its Bid Security but his bid shall no longer be considered for further evaluation and award. A Bidder granting the request shall not be required or permitted to modify its Bid. 18. Bid Security 18.1. The bid security in the amount stated in the BDS shall be equal to the percentage of the ABC in accordance with the following schedule:

Form of Bid Security Amount of Bid Security (Equal to % of the ABC)

(a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank

Two percent (2%)

(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

Five percent (5%)

(d) Any combination of the foregoing Proportionate to share of form with respect to total amount of security

For biddings conducted by the local government units, the Bidder may also submit bid securities in the form of cashier’s/manager’s check, bank draft/guarantee, or irrevocable letter of credit from other banks certified by the BSP as authorized to issue such financial statement. 18.2. The bid security should be valid for the period specified in the BDS. Any Bid not accompanied by an acceptable Bid Security shall be rejected by the PROCURING ENTITY as non-responsive. 18.3. No Bid Securities shall be returned to Bidders after the opening of Bids and before contract signing, except to those that failed or declared as post-disqualified, upon submission of a written waiver of their right to file a motion for reconsideration and/or protest. Without prejudice on its forfeiture, Bid Securities shall be returned only after the Bidder with the Lowest Calculated Responsive Bid has signed the contract and furnished the Performance Security, but in no case later than the expiration of the Bid Security validity period indicated in the ITB Clause 18.2 18.4 Upon signing and execution of the contract, pursuant to ITB Clause 31, and the posting of the performance security, pursuant to ITB Clause 32, the successful Bidder’s Bid security will be discharged, but in no case later than the Bid Security validity period as indicated in ITB Clause 18.2 18.5 The Bid Security may be forfeited: (a) if a Bidder

Page 23: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

23

( i) withdraws its Bid during the period of bid validity specified in ITB Clause 17; ( ii) does not accept the correction of errors pursuant to ITB Clause 27.3(b); (iii) fails to submit the requirements within the prescribed period, or a finding against their veracity, as stated in ITB Clause 28.2; or ( iv) any other reason stated in the BDS (b) if the successful Bidder : ( i) fails to sign the contract in accordance with the ITB Clause 31; ( ii) fails to furnish performance security in accordance with ITB Clause 32; or (iii) any other reason stated in the BDS. 19. Format and Signing of Bid 19.1. Bidders shall submit their bids through their duly authorized representative using the appropriate forms provided under Section IX. Bidding Forms on or before the deadline specified in the ITB Clause 21 in two (2) separate sealed bid envelopes, and which shall be submitted simultaneously. The first envelope shall contain the technical component of the bid, including the eligibility requirements under ITB Clause 12.1, and the second shall contain the financial component of the bid. 19.2 Forms as mentioned in ITB Clause 19.1 must be completed without any alterations to their format, and no substitute form shall be accepted. All blank spaces shall be filled in with the information requested. 19.3 The Bidder shall prepare an original of the first and second envelopes as described in ITB Clauses 12 and 13. In addition, the Bidder shall submit copies of the first and second envelopes. In the event of any discrepancy between the original and the copies, the original shall prevail. 19.4 The bid, except for the unamended printed literature, shall be signed, and each and every page thereof shall be initialed, by the duly authorized representative/s of the Bidder. 19.5 Any interlineations, erasures, alterations or overwriting shall be valid only if they are signed or initialed by the duly authorized representative/s of the Bidder. 20. Sealing and Marking of Bids 20.1 Unless otherwise indicated in the BDS, Bidders shall enclose their original eligibility and technical documents described in ITB Clause 12, in one sealed envelope marked as “ORIGINAL - TECHNICAL COMPONENT”, and the original of their financial component in another sealed envelope marked “ORIGINAL - FINANCIAL COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL BID”. 20.2. Each copy of the first and second envelopes shall be similarly sealed duly marking the inner envelopes as “COPY NO. ______ - TECHNICAL COMPONENT” and “COPY NO. ______ - FINANCIAL COMPONENT” and the outer envelope as “COPY NO. ______”, respectively. These envelopes containing the original and the copies shall then be enclosed in one single envelope.

Page 24: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

24

20.3 The original and the number of copies of the Bids as indicated in the BDS shall be typed or written in indelible ink and shall be signed by the Bidder or its duly authorized representative/s. 20.4 All envelopes shall: (a) contain the name of the contract to be bid in capital letters; (b) bear the name and address of the Bidder in capital letters; (c) be addressed to the Procuring Entity’s BAC identified in ITB Clause 10.1; (d) bear the specific identification of this bidding process indicated in the Invitation to Bid; and (e) bear a warning “DO NOT OPEN BEFORE . . .” the date and time for the opening of Bids, in accordance with ITB Clause 21. 20.5. If bids are not sealed and marked as required, the Procuring Entity will assume no responsibility for the misplacement or premature opening of the bid. Moreover, failure to comply with the required sealing and marking of bids shall be a ground for disqualification.

D. Submission and Opening of Bids

21. Deadline for Submission of Bids Bids must be received by the Procuring Entity’s BAC at the address and on or before the date and time indicated in the BDS. 22. Late Bids

Any Bid submitted after the deadline for submission and receipt of Bids prescribed by the Procuring Entity, pursuant to ITB Clause 21, shall be declared “Late” and shall not be accepted by the Procuring Entity. 23. Modification and Withdrawal of Bids

23.1. The Bidder may modify its Bid after it has been submitted; provided that the modification is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of Bids. The Bidder shall not be allowed to retrieve its original bid, but shall be allowed to submit another bid equally sealed, properly identified, linked to its original bid marked as “TECHNICAL MODIFICATION” or “FINANCIAL MODIFICATION” and stamped “received” by the BAC. Bid modifications received after the applicable deadline shall not be considered and shall be returned to the Bidder unopened.

23.2. A Bidder may, through a letter of withdrawal, withdraw its Bid after it has been submitted, for valid and justifiable reason; provided that the letter of withdrawal is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of Bids.

23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1 shall be returned unopened to the Bidders. A Bidder may also express its intention not to participate in the bidding through a letter which should reach and be stamped by the BAC before the deadline for submission and receipt of Bids. A Bidder that withdraws its bid shall not be permitted to submit another bid, directly or indirectly, for the same contract.

Page 25: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

25

23.4. No bid may be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Financial Bid Form. Withdrawal of a bid during this interval shall result in the forfeiture of the Bidder’s bid security, pursuant to the ITB Clause 18.5, and the imposition of administrative, civil and criminal sanctions as prescribed by R.A. 9184 and its IRR. 24. Opening and Preliminary Examination of Bids 24.1. The BAC shall open the first bid envelopes of Bidders in public as specified in the BDS to determine each Bidder’s compliance with the documents prescribed in ITB Clause 12. For this purpose, the BAC shall check the submitted documents of each bidder against a checklist of required documents to ascertain if they are all present, using a non-discretionary “pass/fail” criterion. If a bidder submits the required document, it shall be rated “passed” for that particular requirement. In this regard, bids that fail to include any requirement or are incomplete or patently insufficient shall be considered as “failed”. Otherwise, the BAC shall rate the said first envelope as “passed”. 24.2 Immediately after determining compliance with the requirements in the first envelope, the BAC shall forthwith open the second bid envelope of each remaining eligible bidder whose first bid envelope was rated “passed.” The second envelope of each complying bidder shall be opened within the same day. In case one or more of the requirements in the second envelope of a particular bid is missing, incomplete or patently insufficient, and/or if the submitted total bid price exceeds the ABC unless otherwise provided in ITB Clause 13.2, the BAC shall rate the bid concerned as “failed.” Only bids that are determined to contain all the bid requirements for both components shall be rated “passed” and shall immediately be considered for evaluation and comparison. 24.3. Letters of withdrawal shall be read out and recorded during bid opening, and the envelope containing the corresponding withdrawn Bid shall be returned to the Bidder unopened. If the withdrawing Bidder’s representative is in attendance, the original bid and all copies thereof shall be returned to the representative during the bid opening. If the representative is not in attendance, the Bid shall be returned unopened by registered mail. The bidder may withdraw its Bid prior to the deadline for submission and receipt of bids, provided that the corresponding letter of withdrawal contains a valid authorization requesting for such withdrawal, subject to appropriate administrative sanctions. 24.4 If a Bidder has previously secured a certification from the Procuring Entity to the effect that it has previously submitted the above-enumerated Class “A” Documents, the said certification may be submitted in lieu of the requirements enumerated in ITB Clause 12.1(a), items (i) to (vi). 24.5. In the case of an eligible foreign Bidder as described in ITB Clause 5, the Class “A” Documents enumerated in ITB Clause 12.1(a) may be substituted with the appropriate equivalent documents, if any, issued by the country of the foreign Bidder concerned. 24.6 Each partner of a joint venture agreement shall likewise submit the documents required in ITB Clauses 12.1(a)(i) and 12.1(a) (ii). Submission of documents required under ITB Clauses 12.1(a)(iii) to 12.1(a)(vi) by any of the joint venture partners constitute compliance. 24.7 A Bidder determined as “failed” has three (3) calendar days upon written notice or, if present at the time of bid opening, upon verbal notification within which to file a request for reconsideration with the BAC: Provided, however, that the request for reconsideration shall not be granted if it is established that the finding of failure is due to the fault of the Bidder

Page 26: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

26

concerned: Provided, further, that the BAC shall decide on the request for reconsideration within seven (7) calendar days from receipt thereof. If a failed Bidder signifies his intent to file a request for reconsideration, the BAC shall keep the bid envelopes of the said failed Bidder unopened and/or duly sealed until such time that the request for reconsideration or protest has been resolved.

E. Evaluation and Comparison of Bids 25. Process to be Confidential 25.1. Members of the BAC, including its staff and personnel, as well as its Secretariat and TWG, are prohibited from making or accepting any kind of communication with any bidder regarding the evaluation of their bids until issuance of the Notice of Award, unless otherwise allowed in the BDS or in the case of ITB Clause 26. 25.2 Any effort by a bidder to influence the Procuring Entity in the Procuring Entity’s decision in respect of Bid evaluation, Bid comparison or contract award will result in the rejection of the Bidder’s Bid. 26. Clarification of Bids To assist in the evaluation, comparison and post-qualification of the bids, the Procuring Entity may ask in writing any Bidder for a clarification of its bid. All responses to requests for clarification shall be in writing. Any clarification submitted by a Bidder in respect to its bid and that is not in response to a request by the Procuring Entity shall not be considered. 27. Detailed Evaluation and Comparison of Bids 27.1. The Procuring Entity will undertake the detailed evaluation and comparison of Bids which have passed the opening and preliminary examination of Bids, pursuant to ITB Clause 24, in order to determine the Lowest Calculated Bid. 27.2. In evaluating the Bids to get the Lowest Calculated Bid, the Procuring Entity shall undertake the following: (a) The detailed evaluation of the financial component of the bids, to establish the correct calculated prices of the bids; and (b) The ranking of the total bid prices as so calculated from the lowest to highest. The bid with the lowest price shall be identified as the Lowest Calculated Bid. 27.3 The Procuring Entity’s BAC shall immediately conduct a detailed evaluation of all bids rated “passed” using non-discretionary “pass/fail” criterion. Unless otherwise specified in the BDS, the BAC shall consider the following in the evaluation of bids: (a) Completeness of the Bid. Unless the ITB specifically allows partial bids, bid not addressing or providing all of the required items in the Schedule of Requirements including, where applicable, bill of quantities, shall be considered non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered as non-responsive, but specifying a “0” (zero) for the said item would mean that it is being offered for free to the Procuring Entity; and

Page 27: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

27

(b) Arithmetical corrections. Consider computational errors, omissions and other bid modifications, if allowed in the BDS, to enable proper comparison of all eligible bids. Any adjustment shall be calculated in monetary terms to determine the calculated prices. 27.4. Based on the detailed evaluation of bids, those that comply with the above-mentioned requirements shall be ranked in the ascending order of their total calculated bid prices, as evaluated and corrected for computational errors, discounts and other modifications, to identify the Lowest Calculated Bid. Total calculated bid prices, as evaluated and corrected for computational errors, discounts and other modifications, which exceed the ABC shall not be considered. 27.5 Unless otherwise indicated in the BDS, the Procuring Entity’s evaluation of bids shall only be based on the bid price quoted in the Financial Bid Form. 27.6. Bids shall be evaluated on an equal footing to ensure fair competition. For this purpose, all bidders shall be required to include in their bids the cost of all taxes, such as, but not limited to, value added tax (VAT), income tax, local taxes, and other fiscal levies and duties which shall be itemized in the bid form and reflected in the detailed estimates. Such bids, including said taxes, shall be the basis for bid evaluation and comparison. 28. Post Qualification 28.1. The Procuring Entity shall determine to its satisfaction whether the Bidder that is evaluated as having submitted the Lowest Calculated Bid (LCB) complies with and is responsive to all requirements and conditions specified in ITB Clauses 5, 12 and 13. 28.2. Within a non-extendible period of three (3) calendar days from receipt by the Bidder of the notice from the BAC that it submitted the LCB, the Bidder shall submit the following documentary requirements: (a) Tax clearance per Executive Order 398, Series of 2005; (b) Latest income and business tax returns in the form specified in the BDS; (c) Certificate of PhilGEPS Registration; and (d) Other appropriate licenses and permits required by law and stated in the BDS Failure of the Bidder declared as LCB to duly submit the requirements under this Clause or a finding against the veracity of such, shall be ground for forfeiture of the bid security and disqualification of the Bidder for award. 28.3 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted pursuant to ITB Clauses 12 and 13, as well as other information as the Procuring Entity deems necessary and appropriate, using a non-discretionary “pass/fail” criterion. 28.4 If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the criteria for post-qualification, it shall declare the said bid as the Lowest Calculated Responsive Bid, and recommend to the Head of the Procuring Entity the award of contract to the said Bidder at its submitted price or its calculated bid price, whichever is lower, subject to ITB Clause 30.3.

Page 28: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

28

28.5 A negative determination shall result in rejection of the Bidder’s Bid, in which event, the Procuring Entity shall proceed to the next Lowest Calculated Bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. If the second Bidder, however, fails the post qualification, the procedure for post qualification shall be repeated for the Bidder with the next Lowest Calculated Bid, and so on until the Lowest Calculated and Responsive Bid is determined for contract award. 28.6 Within a period not exceeding seven (7) calendar days from the date of receipt of the recommendation of the BAC, the Head of the Procuring Entity shall approve or disapprove the said recommendation. In the case of government owned and government-owned and/or -controlled corporations (GOCCs) and government financial institutions (GFIs), the period provided herein shall be fifteen (15) calendar days. 29. Reservation Clause 29.1. Notwithstanding the eligibility or post-qualification of a bidder, the Procuring Entity concerned reserves the right to review its qualifications at any stage of the procurement process if it has reasonable grounds to believe that a misrepresentation has been made by the said bidder, or that there has been a change in the Bidder’s capability to undertake the project from the time it submitted its eligibility requirements. Should such review uncover any misrepresentation made in the eligibility and bidding requirements, statements or documents, or any changes in the situation of the Bidder which will affect its capability to undertake the project so that it fails the preset eligibility or bid evaluation criteria, the Procuring Entity shall consider the said Bidder as ineligible and shall disqualify it from submitting a bid or from obtaining an award or contract. 29.2. Based on the following grounds, the Procuring Entity reserves the right to reject any and all bids, declare a Failure of Bidding at any time prior to the contract award, or not to award the contract, without thereby incurring any liability, and make no assurance that a contract shall be entered into as a result of the bidding: (a) if there is prima facie evidence of collusion between appropriate public officers or employees of the Procuring Entity, or between the BAC and any of the bidders, or if the collusion is between or among the bidders themselves, or between a bidder and a third party, including any act which restricts, suppresses or nullifies or tends to restrict, suppress or nullify competition; (b) if the Procuring Entity’s BAC is found to have failed in following the prescribed bidding procedures; or (c) for any justifiable and reasonable ground where the award of the contract will not redound to the benefit of the Government as follows: ( i) if the physical and economic conditions have significantly changed so as to render the project no longer economically, financially or technically feasible as determined by the head of the procuring entity; ( ii) if the project is no longer necessary as determined by the head of the procuring entity; and (iii) if the source of funds for the project has been withheld or reduced through no fault of the Procuring Entity. 29.3 In addition, the Procuring Entity may likewise declare a failure of bidding when:

Page 29: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

29

(a) No bids are received; (b) All prospective bidders are declared ineligible; (c) All bids fail to comply with all the bid requirements or fail post-qualification; or (d) The bidder with the Lowest Calculated Responsive Bid refuses, without justifiable cause to accept the award of contract, and no award is made.

F. Award of Contract

30. Contract Award 30.1. Subject to ITB Clause 28, the Procuring Entity shall award the contract to the Bidder whose Bid has been determined to be the Lowest Calculated and Responsive Bid (LCRB). 30.2 Prior to the expiration of the period of Bid validity, the Procuring Entity shall notify the successful Bidder in writing that its Bid has been accepted, through a Notice of Award received personally or sent by registered mail or electronically, receipt of which must be confirmed in writing within two (2) days by the LCRB and submitted personally or sent by registered mail or electronically to the Procuring Entity. 30.3 Notwithstanding the issuance of Notice of Award, award of contract shall be subject to the following conditions: (a) Submission of the following documents within the prescribed period from receipt by the Bidder of the notice that it has the Lowest Calculated and Responsive Bid; ( i) Valid JVA, if applicable, within ten (10) calendar days; (ii) Valid PCAB license and registration for the type and cost of the contract to be bid for foreign bidders, within thirty (30) calendar days, if allowed under a Treaty or International or Executive Agreement mentioned in ITB Clause 12.1(a)(iv); (b) Posting of performance security in accordance with ITB Clause 32; (c) Signing of the contract as provided in ITB Clause 31; and (d) Approval of higher authority, if required. 31. Signing of the Contract 31.1 At the same time as the Procuring Entity notifies the successful Bidder that its Bid has been accepted, the Procuring Entity shall send the Contract Form to the Bidder, which Contract has been provided in the Bidding Documents, incorporating therein all agreements made between the parties. 31.2 Within ten (10) calendar days from receipt of the Notice of Award, the successful Bidder shall post the required performance security, sign and date the contract and return it to the Procuring Entity.

Page 30: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

30

31.3 The Procuring Entity shall enter into contract with the successful Bidder within the same ten (10) calendar day period provided that all the documentary requirements are complied with. 31.4 The following documents shall form part of the contract: (a) Contract Agreement; (b) Bidding Documents; (c) Winning Bidder’s bid, including the Technical and Financial Proposals, and all other documents/statements submitted; (d) Performance Security; (e) Credit line in accordance with ITB Clause 5.5, if applicable; (f) Notice of Award of Contract; and (g) Other contract documents that may be required by existing laws and/or specified in the BDS. 32. Performance Security 32.1. To guarantee the faithful performance by the winning Bidder of its obligations under the contract, it shall post a performance security within a maximum period of ten (10) calendar days from the receipt of the Notice of Award from the Procuring Entity and in no case later than the signing of the contract. 32.2. The performance security shall be denominated in Philippine Pesos and posted in favor of the Procuring Entity in an amount equal to the percentage of the total contract price in accordance with the following schedule:

Form of Performance Security

Amount of Bid Security (Equal to Percentage of the Total

Contract Price) (a) Cash or cashier’s/manager’s check issued by a

Universal or Commercial Bank

Five percent (5%) (b) Bank draft /guarantee or irrevocable letter of

credit issued by a Universal or Commercial Bank. Provided, however, that is 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

32.3 Failure of the successful Bidder to comply with the above-mentioned requirement shall constitute sufficient ground for the annulment of the award and forfeiture of the bid Security, in which event the Procuring Entity shall initiate and complete the post qualification of the second Lowest Calculated Bid. The procedure shall be repeated until the Lowest Calculated

Page 31: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

31

and Responsive Bid is identified and selected for contract award. However, if no Bidder passed post-qualification, the BAC shall declare the bidding a failure and conduct a re-bidding with re-advertisement. 33. Notice to Proceed 33.1. Within three (3) calendar days from the date of approval of the Contract by the appropriate government approving authority, the Procuring Entity shall issue its Notice to Proceed to the Bidder. 33.2 The date of the Bidder’s receipt of the Notice to Proceed will be regarded as the effective date of the Contract, unless otherwise specified in the BDS.

Page 32: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

32

BID DATA SHEET (BDS)

Instructions to Bidders

(ITB)CLAUSE

PARTICULARS

1.1

The PROCURING ENTITY is :

NATIONAL FOOD AUTHORITY (NFA) REGION V

The name of the Contract is:

DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND SHED AT NFA COMPOUND, MASBATE CITY

The identification number of the contract is:

RO5-WORKS-2014-___

2

The Funding Source is

The funding Source is the Government of the Philippines (GOP) through the General Appropriations Act for 2014 in the amount of: FIFTEEN MILLION PESOS (Php 15,000,000.00) ONLY.

The name of the Project is:

DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND SHED AT NFA COMPOUND, MASBATE CITY

5.1 No further instructions.

5.2 Bidding is restricted to eligible bidders as defined in the Instructions to Bidders (ITB) Clause 5.1.

5.4

For the Construction of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office and Shed thru the Design and Build Scheme - -

A prospective bidder should possess a valid PCAB Contractor’s License of at

least Size Range “Small B” and License Category “C & D” (per PCAB Circular No.

001 series of 2009). The Design and Build Contractor (as solo or in joint

venture/consortia) should be able to comply with the experience requirement

under the IRR of RA 9184, where one of the parties (in a joint

venture/consortia) should have at least one (1) similar project, both in design

and build with at least 50% of the ABC to be bid: Provided, however, that

contractors under Small B categories with no experience in design and build

projects on its own it may enter into subcontracting, partnership, or joint

ventures with design or engineering firms for the design portion of the

contract.

For this purpose, a contract shall be considered “similar” to the contract to be bid if it has the same major categories of work which will include infrastructures design and build with similar structural trusses such as: (a) school buildings, hospitals, etc. Constructed with steel columns and steel

trusses (b) gymnasium, warehouses, convention centers, public markets, churches, etc.

Page 33: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

33

ITB CLAUSE

PARTICULARS

5.5

A prospective bidder must submit a computation of its Net Financial Contracting Capacity (NFCC) or a Credit Line Certificate (CLC) from a Universal or Commercial Bank to extend a credit line in its favor if awarded the contract for this project is to be submitted if the computed NFCC is less than the ABC. The NFCC must be at least equal to the ABC to be bid and is computed as follows: [(Current Assets minus Current Liabilities) (K)] Minus the value of all

outstanding or uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to be started coinciding with the contract for this Project.

Where: K= 10 (for a contract of one year or less duration) If the prospective bidder at its own option, submit a credit line certificate (CLC), the CLC must come from a universal or commercial bank, duly subscribed and sworn to by the concerned bank official in the amount equivalent to at least 10% of the ABC as follows:

APPROVED BUDGET FOR THE CONTRACT (ABC) 10% OF ABC

10% x Php 15,000,000.00 Php 1,500,000.00

If issued by a foreign bank, the CLC shall be confirmed or authenticated by a universal or commercial bank.

6.3 No further instructions

7 No further instructions

8.1 Subcontracting is not allowed for this particular project.

8.2 Not applicable

9.1 The Pre-Bid Conference shall be held on January 19, 2015 at 2:00 PM at the NFA Regional Office, Pier Site, Legazpi City.

10.1

The Procuring Entity's address is:

NATIONAL FOOD AUTHORITY REGIONAL OFFICE V Pier Site, Legazpi City

Contact Persons:

BERNARDO M. ASETRE, ASEAN ENGR. NFA Region V, BAC Chairperson Tel. No. (052) 480-7033

Ms. NELSIE E. ALCANTARA NFA Region V, BAC Secretariat Tel No. (052) 480-7122 Telefax No. (052) 480-7900 Website: www.nfa.gov.ph

Page 34: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

34

ITB CLAUSE

PARTICULARS

12.1

Additional documents for Eligibility Requirements -Class A

1. Articles of Incorporation, Partnership or Cooperation, whichever is applicable, including latest amendments and [General Information Sheet (GIS)] thereto.

2. BIR Registration Certification which contains the Taxpayer’s Identification Number (TIN).

3. Notarized Sworn Statement Waiver and Undertaking by the bidder which includes undertaking to strictly comply with and abide by the provisions of Section 58 in relation to Sections 55, 56 and 57 of RA 9184.

Certificates of Registration, Licenses and Business Permits must be

updated and remain valid during the effectivity of the contract.

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

12.1(a)(iii)

The notarized relevant statement of all ongoing and completed 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 within the relevant period prior to the deadline for the submission and receipt of bids. This statement must be notarized, signed by the prospective bidder.

12.1(a)(iii)

The statement of all COMPLETED government and private construction contracts (which are similar in nature) must contain/include for each contract, the following information: (Sample Form SF-INFR-16)

a. Name of Contract

b. Owner’s Name, Address and Tel. Nos.

c. Nature of Work

d. Contractor’s Role (Description and % Share to total contract)

e. Amount at Award, Amount at Completion, Duration

f. Date Awarded, Contract Effectivity, Date Completed The above statement must be notarized, signed by the prospective bidder.

12.1(a)(iv) Updated valid Philippine Contractors Accreditation Board (PCAB) Contractor’s License and registration of at least Size Range “Small B” and License Category “C & D” (per PCAB Circular No. 001 series of 2009)

Page 35: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

35

ITB CLAUSE

PARTICULARS

12.1(a)(v) Audited 2013 financial statements, showing among others, the prospective bidder’s total current assets and liabilities, stamped “RECEIVED” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions

12.1(b)(ii)

Additional Technical Documents (Project Requirements)

1. Statement of Conformity with the Specifications 2. Construction Schedule and S-Curve 3. PERT/CPM 4. Manpower Utilization Schedule 5. Contractor’s Organizational Chart for the Project 6. Contractor’s Letter Certificate to the Procuring Entity (SF-INFRA-45) 7. Duly signed list of names of Contractor’s design and build personnel

(Project Manager, Project Engineer, Materials Engineer, Structural Engineer, Civil Engineer, Electrical engineer and Foreman) to be assigned to the Project

8. Design and Build Personnel’s Certificate of Employment (SF-INFR-46) 9. Design and Build Personnel (Format of Bio-Data) with photocopy of

License of Structural Engineer and/or Civil Engineer and Electrical Engineer to be assigned to the Project

10. Qualification of Design and Build Personnel Proposed to be Assigned to the Project

11. List of Equipment, Owned or Leased and/or under Purchase Agreement Pledged to the Proposed Project

12. Statement of availability of Design and Build personnel that may be used for the contract and availability of equipment owned, under lease and/or has under purchase agreement that may be used for the contract

13. Equipment Utilization Schedule 14. Construction Safety and Health Program. Thereafter, the winning bidder

shall submit an approved Safety and Health Program approved by DOLE prior to contract signing.

15. Contractor’s Profile 16. Preliminary conceptual design, perspective, floor plan, cross section and

longitudinal section and elevations including the structural analysis and design computation duly signed by the Design Engineer.

17. Narrative Design and Construction Methods 18. Value Engineering Analysis of Design and Build Method

12.1(b)(iii)

1. Notarized Authority of the Signatory (as applicable)

(a) For Single Proprietorship - Special Power of Attorney (SPA)

(b) For Partnership - Partnership Resolution signed by the General Manager or President

(c) For Corporation - Board Resolution with the Corporate Secretary’s Certificate

(d) For Joint Venture - Resolution signed by all the Joint Venture’s Members/Partners

(e) For Cooperatives - Board Resolution with the Secretary’s Certificate

Page 36: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

36

ITB CLAUSE

PARTICULARS

13.1(b) Additional requirements required for the Financial Component: (a) Bill of Quantities (BOQ)

13.2

The Approved Budget for the Contract (ABC) is P15,000,000.00 Any bid with a financial component/proposal exceeding the above approved budget amount shall not be accepted.

14.2 No further instructions.

15.4 Bid prices shall be fixed. Adjustable price proposals shall be treated as non-responsive and shall be rejected.

15.5

All bid prices are not subject to price escalation during contract implementation except under extraordinary circumstances or events as may be determined by the National Economic Development Authority in accordance with the Civil Code of the Philippines, and upon recommendation of the Procuring Entity.

16.1(b) The bid prices shall be quoted in Philippines Pesos.

16.3 No further instructions.

17.1 Bid prices will be valid until June 2, 2015 (that is, 120 calendar days from February 2, 2015).

18.1

The bid security issued in favor of the National Food Authority Region V shall be in any of the following forms and amounts: a. Cash, manager’s check/cashier’s check issued by a universal or commercial

bank at 2% of ABC or P300,000.00.

b. Bank draft/bank guarantee issued by a universal/ commercial bank, provided, however, that it shall be confirmed or authenticated by a universal or commercial bank, if issued by a foreign bank at 2% of ABC or P300,000.00.

c. Surety bond callable upon demand issued by the Government Service Insurance System (GSIS) or from NFA accredited surety or insurance agency, such as:

1. Alpha Insurance and Surety Company 2. Commonwealth Insurance Company, Inc. 3. Malayan Insurance Corporation 4. People’s General Insurance Corporation 5. Philippine Crops Insurance Company 6. Plaridel Surety and Insurance Company

Page 37: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

37

7. The Premier Insurance and Surety Corporation 8. UCPB General Insurance Company, Inc.

or a certification from Insurance Commission if insurance company is not yet NFA accredited surety or insurance agency, at 5% of ABC or P750,000.00.

d. Any combination of the foregoing (items a, b and c) which must be proportionate to share of form with respect to the total amount of security.

e. Notarized Bid Securing Declaration

ITB CLAUSE

PARTICULARS

18.2 The bid security shall be valid until June 2, 2015 (that is, 120 calendar days from February 2, 2015).]

18.5(a)(iv)

Other reasons/additional grounds for forfeiture of the Bid Security: 1. Submission of eligibility requirements containing false information or

falsified documents. 2. Submission of Bids that contain false information or falsified documents,

or the concealment of such information in the Bids in order to influence the outcome of eligibility screening or any other stage of the public bidding.

3. Allowing the use of one's name, or using the name of another for purposes

of public bidding. 4. Withdrawal of a bid, or refusal to accept an award, or enter into contract

with the Government without justifiable cause, after the Bidder had been adjudged as having submitted the Lowest Calculated Responsive Bid or Highest Rated Responsive Bid.

5. Refusal or failure to post the required performance security within the

prescribed time. 6. Refusal to clarify or validate in writing its Bid during post- qualification

within a period of seven (7) calendar days from receipt of the request for clarification.

7. Any documented unsolicited attempt by a bidder to unduly influence the outcome of the bidding in his favor.

8. Failure of the potential joint venture partners to enter into the joint

venture after the bid is declared as successful.

9. All other acts that tend to defeat the purpose of the competitive bidding, such as habitually withdrawing from bidding, submitting late bids or patently insufficient bid, for at least three (3) times within a year, except for valid reasons.

Page 38: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

38

ITB CLAUSE

PARTICULARS

18.5(b)(iii) No further instructions.

20.1 No further instructions.

20.3

Each bidder shall submit one (1) original and three (3) photocopies each of the Technical Component (Eligibility and Technical Documents) and Financial Component of the bid as discussed below:

a. Envelope 1/Box 1 must contain four (4) folders: one (1) folder containing all original eligibility and technical components/documents & three (3) folders containing photocopies of same.

b. Envelope 2/Box 2 should also contain four (4) folders: one (1) folder containing original financial components/documents & three (3) folders containing photocopies of same.

c. After ensuring all documents are in order, Envelopes 1 and 2 will be placed inside a bigger envelope/box which will be submitted to the RBAC. In the event of any discrepancy, the original shall prevail.

Likewise, the bidder shall mark the Technical and Financial Envelopes with a warning “Do not open before February 2, 2015 at 10:00 AM”.

21

The Address for Submission of Bids is: BIDS AND AWARDS COMMITTEE National Food Authority Regional Office V Pier Site, Legazpi City The deadline for Submission of Bids is: February 2, 2015 at 9:30 AM All the required sealed envelopes containing the TECHNICAL COMPONENT (Eligibility Documents and Technical Documents) and the FINANCIAL COMPONENT shall be submitted/dropped in their designated Drop Boxes marked as such located at the Regional Conference Room, 2nd Floor, NFA Regional Office V Building, Pier Site, Legazpi City.

24.1

The place of the Bid opening is: Regional Office Conference Room 2nd Floor, NFA Office Building Pier Site, Legazpi City The date and time of bid opening is on February 2, 2015 at 10:00 AM.

25.1 No further instructions 27.3 No further instructions.

27.3(b)

Arithmetical corrections shall be allowed. Bid modification for this particular bidding is not allowed.

Page 39: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

39

ITB CLAUSE

PARTICULARS

27.5 Evaluation of bids shall only be based on the bid price quoted in the Financial Bid Form.

28.2(b) The bidders shall submit income tax returns filed through the Electronic Filing and Payments System (EFPS).

28.2(d) No additional requirement.

31.4(g)

Additional contract documents relevant to the Project that are required by the Procuring Entity: (a) Construction Schedule and S-Curve (b) Manpower Schedule (c) Schedule of Design and Construction Works in PERT/CPM (d) Construction Methods (e) Equipment Utilization Schedule (f) Construction Safety and Health Program approved by the Department of

Labor and Employment (g) Latest Income Tax, 2013 and Business Tax Returns are filed within the

last six (6) months preceding the date of submission.

33.2

The effective date of the Contract will be the date of receipt by the winning bidder of the Notice to Proceed. The Notice to Proceed for the Design and Build of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City shall be provided to the winning bidder within three (3) days upon the approval of plans by the National Food Authority. The contract shall expire upon Contractor’s one hundred percent (100%) completion of the Design and Build of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City and NFA’s issuance of Certificate of Completion.

Page 40: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

40

GENERAL CONDITIONS OF CONTRACT (GCC)

1. Definitions For purposes of this Clause, boldface type is used to identify defined terms. 1.1 The Arbiter is the person appointed jointly by the PROCURING ENTITY

and the Contractor to resolve disputes in the first instance, as provided for in GCC Clause 21.

1.2 Bill of Quantities refers to a list of the specific items of the Work and

their corresponding unit prices, lump sums, and/or provisional sums. 1.3. The Completion Date is the date of completion of the Works as certified

by the PROCURING ENTITY’s Representative, in accordance with GCC Clause 49. 1.4. The Contract is the Contract between the Procuring Entity and the

Contractor to execute, complete and maintain the Works. 1.5. The Contract Price is the price stated in the Letter of Acceptance and

thereafter to be paid by the Procuring Entity to the Contractor for the execution of the Works in accordance with this Contract.

1.6. Contract Time Extension is the allowable period for the Contractor to

complete the Works in addition to the original Completion Date stated in this Contract.

1.7. The Contractor is the juridical entity whose proposal has been accepted

by the Procuring Entity and to whom the Contract to execute the Work was awarded.

1.8. The Contractor’s Bid is the signed offer or proposal submitted by the

Contractor to the Procuring Entity in response to the Bidding Documents. 1.9. Days are calendar days; months are calendar months. 1.10. Dayworks are varied work inputs subject to payment on a time basis for

the Contractor’s employees and Equipment, in addition to payments for associated Materials and Plant.

1.11. A Defect is any part of the Works not completed in accordance with the

Contract. 1.12. The Defects Liability Certificate is the certificate issued by Procuring

Entity’s Representative upon correction of defects by the Contractor. 1.13. The Defects Liability Period is the one year period between project

completion and final acceptance within which the Contractor assumes the responsibility to undertake the repair of any damage to the Works at his own expense.

Page 41: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

41

1.14. Drawings are graphical presentations of the Works. They include all supplementary details, shop drawings, calculations, and other information provided or approved for the execution of this Contract.

1.15. Equipment refers to all facilities, supplies, appliances, materials or

things required for the execution and completion of the Work provided by the Contractor and which shall not form or are not intended to form part of the Permanent Works.

1.16. The Intended Completion Date refers to the date specified in the SCC

when the Contractor is expected to have completed the Works. The Intended Completion Date may be revised only by the Procuring Entity’s Representative by issuing an extension of time or an acceleration order.

1.17. Materials are all supplies, including consumables, used by the

Contractor for incorporation in the Works. 1.18. The Notice to Proceed is a written notice issued by the Procuring Entity

or the Procuring Entity’s Representative to the Contractor requiring the latter to begin the commencement of the work not later than a specified or determinable date.

1.19. Permanent Works all permanent structures and all other project

features and facilities required to be constructed and completed in accordance with this Contract which shall be delivered to the Procuring Entity and which shall remain at the Site after the removal of all Temporary Works.

1.20. Plant refers to the machinery, apparatus, and the like intended to form

an integral part of the Permanent Works. 1.21. The PROCURING ENTITY is the party who employs the Contractor to

carry out the Works stated in the SCC. 1.22. The PROCURING ENTITY’s Representative refers to the Head of the

PROCURING ENTITY or his duly authorized representative, identified in the SCC, who shall be responsible for supervising the execution of the Works and administering this Contract.

1.23. The Site is the place provided by the PROCURING ENTITY where the

Works shall be executed and any other place or places which may be designated in the SCC, or notified to the Contractor by the Procuring Entity’s Representative as forming part of the Site.

1.24. Site Investigation Reports are those that were included in the Bidding

Documents and are factual and interpretative reports about the surface and subsurface conditions at the Site.

1.25. Slippage is a delay in work execution occurring when actual

accomplishment falls below the target as measured by the difference between the scheduled and actual accomplishment of the Work by the Contractor as established from the work schedule. This is actually described as a percentage of the whole Works.

Page 42: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

42

1.26. Specifications means the description of Works to be done and the qualities of materials to be used, the equipment to be installed and the mode of construction.

1.27. The Start Date, as specified in the SCC, is the date when the Contractor is

obliged to commence execution of the Works. It does not necessarily coincide with any of the Site Possession Dates.

1.28. The Subcontractor is any person or organization to whom a part of the

Works has been subcontracted by the Contractor, as allowed by the Procuring Entity, but not any assignee of such person.

1.29. Temporary Works are works designed, constructed, installed, and

removed by the Contractor that are needed for construction or installation of the Permanent Works.

1.30. Work(s) refer to the Permanent Works and Temporary Works to be

executed by the Contractor in accordance with this Contract, including (i) the furnishing of all labor, materials, equipment and others incidental, necessary or convenient to the complete execution of the Works; (ii) the passing of any tests before acceptance by the Procuring Entity’s Representative; (iii) and the carrying out of all duties and obligations of the Contractor imposed by this Contract as described in the SCC.

2. Interpretation 2.1. In interpreting the Conditions of Contract, singular also means plural,

male also means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of this Contract unless specifically defined. The Procuring Entity’s Representative will provide instructions clarifying queries about the Conditions of Contract.

2.2. If sectional completion is specified in the SCC, references in the

Conditions of Contract to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion Date for the whole of the Works).

3. Governing Language and Law 3.1. This Contract has been executed in the English language, which shall be

the binding and controlling language for all matters relating to the meaning or interpretation of this Contract. All correspondence and other documents pertaining to this Contract which are exchanged by the parties shall be written in English.

3.2 This Contract shall be interpreted in accordance with the laws of the

Republic of the Philippines. 4. Communications Communications between parties that are referred to in the Conditions shall be effective

only when in writing. A notice shall be effective only when it is received by the concerned party.

Page 43: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

43

5. Possession of Site 5.1. On the date specified in the SCC, the Procuring Entity shall grant the

Contractor possession of so much of the Site as may be required to enable it to proceed with the execution of the Works. If the Contractor suffers delay or incurs cost from failure on the part of the Procuring Entity to give possession in accordance with the terms of this clause, the Procuring Entity’s Representative shall give the Contractor a Contract Time Extension and certify such sum as fair to cover the cost incurred, which sum shall be paid by the Procuring Entity.

5.2. If possession of a portion is not given by the date stated in the SCC Clause

5.1, the Procuring Entity will be deemed to have delayed the start of the relevant activities. The resulting adjustments in contact time to address such delay shall be in accordance with the GCC Clause 47.

5.3 The Contractor shall bear all costs and charges for special or temporary

right-of-way required by it in connection with access to the Site. The Contractor shall also provide at his own cost any additional facilities outside the Site required by it for purposes of the Works.

5.4. The Contractor shall allow the Procuring Entity’s Representative and any

person authorized by the Procuring Entity’s Representative access to the Site and to any place where work in connection with this Contract is being carried out or is intended to be carried out.

6. The Contractors Obligation 6.1. The Contractor shall carry out the Works properly and in accordance

with this Contract. The Contractor shall provide all supervision, labor, Materials, Plant and Contractor’s Equipment, which may be required. All materials and Plant on Site shall be deemed to be the property of the Procuring Entity.

6.2. The Contractor shall commence execution of the Works on the Start Date

and shall carry out the Works in accordance with the Program submitted by the Contractor, as updated with the approval of the Procuring Entity’s Representative, and complete them by the Intended Completion Date.

6.3. The Contractor shall be responsible for the safety of all activities on the

Site. 6.4. The Contractor shall carry out all instructions of the Procuring Entity’s

Representative that comply with the applicable laws where the Site is located. 6.5. The Contractor shall employ the design and build personnel named in

the Schedule of Design and Build Personnel, as referred to in the SCC, to carry out the supervision of the Works. The Procuring Entity will approve any proposed replacement of design and build personnel only if their relevant qualifications and abilities are equal to or better than those of the personnel listed in the Schedule.

6.6. If the Procuring Entity’s Representative asks the Contractor to remove a

member of the Contractor’s staff or work force, for justifiable cause, the Contractor shall ensure that the person leaves the Site within seven (7) days and has no further connection with the Work in this Contract.

Page 44: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

44

6.7. During Contract implementation, the Contractor and his subcontractors shall abide at all times by all labor laws, including child labor related enactments, and other relevant rules.

6.8. The Contractor shall submit to the Procuring Entity for consent the name

and particulars of the person authorized to receive instructions on behalf of the Contractor.

6.9. The Contractor shall cooperate and share the Site with other contractors,

public authorities, utilities, and the Procuring Entity between the dates given in the schedule of other contractors particularly when they shall require access to the site. The Contractor shall also provide facilities and services for them during this period. The Procuring Entity may modify the schedule of other contractors, and shall notify the Contractor of any such modification thereto.

6.10. Should anything of historical or other interest or of significant value be

unexpectedly discovered on the Site, it shall be the property of the Procuring Entity. The Contractor shall notify the Procuring Entity’s Representative of such discoveries and carry out the Procuring Entity’s Representative’s instructions in dealing with them.

7. Performance Security 7.1. Unless otherwise specified in the SCC, within ten (10) calendar days

from receipt of Notice to Award from the Procuring Entity but in no case later than the signing of the contract by both parties, the Contractor shall furnish the performance security in any of the forms prescribed in ITB Clause 32.2.

7.2 The performance security posted in favor of the Procuring Entity shall

be forfeited in the event it is established that the Contractor is in default in any of its obligations under the Contract.

7.3 The performance security shall remain valid until the issuance by the

Procuring Entity of the Certificate of Final Acceptance. 7.4. The performance security may be released by the Procuring Entity and

returned to the Contractor after the issuance of the Certificate of Final Acceptance subject to the following conditions:

(a) There is no pending claims against the Contractor or the

surety company filed by the Procuring Entity; (b) The Contractor has no pending claims for labor and

materials filed against it; and (c) Other terms specified in the SCC. 7.5 The Contractor shall post an additional performance security following

the amount and form specified in ITB Clause 32.2 to cover any cumulative increase of more than ten percent (10) over the original value of the contract as a result of amendments to order or change orders, extra work orders and supplemental agreements, as the case may be.

Page 45: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

45

The Contractor shall cause the extension of the validity of the performance security to cover approved contract time extensions.

7.6 In case of a reduction in the contract value or for partially completed

Works under the contract which are usable and accepted by the Procuring Entity the use of which, in the judgment of the implementing agency or the Procuring Entity, will not affect the structural integrity of the entire project, the Procuring Entity shall allow a proportional reduction in the original performance security, provided that any such reductions is not more than fifty percent (50%) of the original performance security.

7.7 The Contractor, by entering into the Contract with the Procuring Entity,

acknowledges the right of the Procuring Entity to institute action pursuant to Republic Act 3688 against any subcontractor be they an individual, firm, partnership, corporation or association supplying the Contractor with labor, materials and/or equipment for the performance of this Contract.

8. Sub-Contracting 8.1. Unless otherwise indicated in the SCC, the Contractor cannot subcontract

Works more than the percentage specified in ITB Clause 8.1. 8.2 Subcontracting of any portion of the Works does not relieve the

Contractor of any liability or obligation under this Contract. The Contractor will be responsible for the acts, defaults, and negligence of any subcontractor, its agents, servants or workmen as fully as if these were the Contractor’s own acts, defaults, or negligence, or those of its agents, servants or workmen.

8.2. Subcontractors disclosed and identified during the bidding may be

changed during the implementation of this Contract, subject to compliance with required qualifications and the approval of the Procuring Entity.

9. Liquidated Damages 9.1. The Contractor shall pay liquidated damages to the Procuring Entity at

the rate per day stated in the SCC for each day that the Completion Date is later than the Intended Completion Date. The total amount of liquidated damages shall not exceed the amount defined in the SCC. The Procuring Entity may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages shall not affect the Contractor. Once the cumulative amount of liquidated damages reaches ten percent (10%) of the amount of this Contract, the Procuring Entity shall rescind this Contract, without prejudice to other courses of action and remedies open to it.

9.2. If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer of the Procuring Entity shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in GCC Clause 40.1.

10. Site Investigation Reports The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports

referred to in the SCC supplemented by any information obtained by the Contractor.

Page 46: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

46

11. The Procuring Entity, Licenses and Permits The Procuring Entity shall, if requested by the Contractor, assist him in applying for

permits, licenses or approvals, which are required for the Works. 12. Contractor's Risk and Warranty Security 12.1. The Contractor shall assume full responsibility for the Works from the

time project construction commenced up to final acceptance by the Procuring Entity and shall be held responsible for any damage or destruction of the Works except those occasioned by force majeure. The Contractor shall be fully responsible for the safety, protection, security, and convenience of his personnel, third parties, and the public at large, as well as the Works, Equipment, installation and the like to be affected by his construction work.

12.2. The defects liability period for infrastructure projects shall be one year

from project completion up to final acceptance by the Procuring Entity. During this period, the Contractor shall undertake the repair works, at his own expense, of any damage to the Works on account of the use of materials of inferior quality within nine (90) days from the time the Head of the Procuring Entity has issued an order to undertake repair. In case of failure or refusal to comply with his mandate, the Procuring Entity shall undertake such repair works and shall be entitled to full reimbursement of expenses incurred therein upon demand.

12.3 In case the Contractor fails to comply with the preceding paragraph, the

Procuring Entity shall forfeit its performance security, subject its property(ies) to attachment or punishment proceedings, and perpetually disqualify it from participating in any public bidding. All payables of the GOP in his favor shall be offset to recover the costs.

12.4. After final acceptance of the Works by the Procuring Entity, the

Contractor shall be held responsible for “Structural Defects”, i.e., major faults/flaws/deficiencies in one or more design and build structural elements of the project which may lead to structural failure of the completed elements or structure, or “Structural Failures”, i.e., where one or more design and build structural elements in an infrastructure facility fails or collapses, thereby rendering the facility or part thereof incapable of withstanding the design loads, and/or endangering the safety of the users or the general public:

(a) Contractor - Where Structural Defects/Failures arise due

to faults attributable to improper construction, use of inferior quality/substandard materials, and any violation of the contract plans and specifications, the contractor shall be held responsible;

(b) Consultants - Where Structural Defects/Failures arise

due to faulty and/or inadequate design and specifications as well as construction supervision, then the consultant who prepared the design or undertook construction supervision for the project shall beheld liable;

(c) Procuring Entity’s Representatives/Project

Manager/Construction Managers and Supervisors - The project owner’s representative(s), project manager, construction managers, and supervisor(s) shall be held liable in cases where the Structural

Page 47: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

47

Defects/Failures are due to his/their willful intervention in altering the designs and other specifications; negligence or omission in not approving or acting on proposed changes to noted defects or deficiencies in the design and/or specification; and the use of substandard construction materials in the project;

(d) Third Parties - Third Parties shall be held liable in cases

where Structural Defects/Failures are caused by work undertaken by them such as leaking pipes, diggings or excavations, underground cables and electrical wires, underground tunnel, mining shaft and the like, in which case the applicable warranty to such structure should be levied to third parties for their construction or restoration works.

(e) Users - In cases where Structural Defects/Failures are

due to abuse/misuse by the end user of the constructed facility and/or non-compliance by a user with the technical design limits and/or intended purpose of the same, then the user concerned shall be held liable.

12.5 The warranty against Structural Defects/Failures, except those

occasioned on force majeure, shall cover the period specified in the SCC reckoned from the date of Issuance of the Certificate of Final Acceptance by the Procuring Entity.

12.6 The Contractor shall be required to put up a warranty security in the

form of cash, bank guarantee, letter of credit, GSIS or surety bond callable on demand, in accordance with the following schedule:

Form of Warranty Minimum Amount in

Percentage (%) of Total Contract Price

(a) Cash or letter of credit issued by a Universal or Commercial Bank, provided, however, that the letter of credit shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank

Five Percent (5%)

(b) Bank guarantee confirmed by Universal or Commercial Bank: provided, however, that the letter of credit shall be confirmed or authenticated by a Universal of Commercial Bank, if issued by a foreign bank

Ten Percent (10%)

(c) Surety Bond callable upon demand issued by GSIS or any surety or insurance company duly certified by the Insurance Commission

Thirty Percent (30%)

12.7 The warranty security shall be stated in Philippine Pesos and shall remain effective for one year from the date of issuance of Certificate of Final Acceptance by the Procuring Entity, and returned only after the lapse of said one year period. 12.8 In case of structural defects/failure occurring during the applicable warranty provided in GCC Clause 12.5, the Procuring Entity shall undertake the necessary restoration or reconstruction works and shall be entitled to full reimbursement by the parties found to be liable, of expenses incurred therein upon demand, without prejudice to the filing of appropriate

Page 48: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

48

administrative, civil, and/or criminal charges against the responsible persons as well as the forfeiture of the warranty security posted in favor of the Procuring Entity. 13. Liability of the Contractor Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability under this Contract shall be as provided by the laws of the Republic of the Philippines. 14. Procuring Entity’s Risk 14.1 From the Start Date until the Certificate of Final Acceptance has been issued, the following are risks of the Procuring Entity: (a) The risk of personal injury, death, or loss of or damage to property (excluding the Works, Plant, Materials, and Equipment), which are due to: (i) any type of use or occupation of the Site authorized by the Procuring Entity after the official acceptance of the works; or (ii) negligence, breach of statutory duty, or interference with any legal right by the Procuring Entity or by any person employed by or contracted to him except the Contractor. (b) The risk of damage to the Works, Plant, Materials, and Equipment to the extent that it is due to a fault of the Procuring Entity or in the Procuring Entity's design, or due to war or radioactive contamination directly affecting the country where the Works are to be executed. 15. Insurance 15.1 The Contractor shall, under his name and at his own expense, obtain and maintain, for the duration of this Contract, the following insurance coverage: (a) Contractor’s All Risk Insurance (b) Transportation to the project Site of Equipment, Machinery, and Supplies owned by the Contractor; (c) Personal injury or death of Contractor’s employees; and (d) Comprehensive insurance for third party liability to Contractor’s direct or indirect act or omission causing damage to third persons. 15.2 The Contractor shall provide evidence to the Procuring Entity’s Representative that the insurances required under this Contract have been effected and shall, within a reasonable time, provide copies of the insurance policies to the Procuring Entity’s Representative. Such evidence and such policies shall be provided to the Procuring Entity through the Procuring Entity’s Representative. 15.3. The Contractor shall notify the insurers of changes in the nature, extent, or program for the execution of the Works and ensure the adequacy of the insurances at all times in accordance with the terms of this Contract and shall produce to the Procuring Entity’s Representative the insurance policies in force including the receipts for payment of the current premiums.

Page 49: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

49

The above insurance policies shall be obtained from any reputable insurance company approved by the Procuring Entity’s Representative. 15.4. If the Contractor fails to obtain and keep in force the insurances referred to herein or any other insurance which he may be required to obtain under the terms of this Contract, the Procuring Entity may obtain and keep in force any such insurances and pay such premiums as may be necessary for the purpose. From time to time, the Procuring Entity may deduct the amount it shall pay for said premiums including twenty five percent (25%) therein from any monies due, or which may become due, to the Contractor, without prejudice to the Procuring Entity exercising its right to impose other sanctions against the Contractor pursuant to the provisions of this Contract. 15.5. In the event the Contractor fails to observe the above safeguards, the Procuring Entity may, at the Contractor’s expense, take whatever measure is deemed necessary for its protection and that of the Contractor’s personnel and third parties, and/or order the interruption of dangerous Works. In addition, the Procuring Entity may refuse to make the payments under GCC Clause 40 until the Contractor complies with this Clause. 15.6. The Contractor shall immediately replace the insurance policy obtained as required in this Contract, without need of the Procuring Entity’s demand, with a new policy issued by a new insurance company acceptable to the Procuring Entity for any of the following grounds: (a) The issuer of the insurance policy to be replaced has: ( i) become bankrupt; ( ii) been placed under receivership or under a management committee; (iii) been sued for suspension of payment; or ( iv) been suspended by the Insurance Commission and its license to engage in business or its authority to issue insurance policies canceled; or ( v) Where reasonable grounds exist that the insurer may not be able, fully and promptly, to fulfill its obligation under the insurance policy. 16. Termination for Default of Contractor 16.1 The Procuring Entity shall terminate this Contract for default when any of the following conditions attend its implementation; 16.2 Due to the Contractor’s fault and while the project is on-going, it has incurred negative slippage of fifteen percent (15%) or more in accordance with Presidential Decree 1870, regardless of whether or not previous warnings and notices have been issued for the Contractor to improve his performance; 16.3 Due to its own fault and after this Contract time has expired, the Contractor incurs delay in the completion of the Work after this Contract has expired; or 16.4 The Contractor: (a) abandons the contract Works, refuses or fails to comply with a valid instruction of the Procuring Entity or fails to proceed expeditiously and without delay despite a written notice by the Procuring Entity;

Page 50: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

50

(b) does not actually have on the project Site the minimum essential equipment listed on the Bid necessary to prosecute the Works in accordance with the approved Program of Work and equipment deployment schedule as required for the project; (c) does not execute the Works in accordance with this Contract or persistently or flagrantly neglects to carry out its obligations under this Contract; (d) neglects or refuses to remove materials or to perform a new Work that has been rejected as defective or unsuitable; or (e) sub-lets any part of this Contract without approval by the Procuring Entity 16.5 All materials on the Site, Plant, Equipment, and Works shall be deemed to be the property of the Procuring Entity if this Contract is rescinded because of the Contractor’s default. 17. Termination for Default of PROCURING ENTITY 17.1 The Contractor may terminate this Contract with the Procuring Entity if the works are completely stopped for a continuous period of at least sixty (60) calendar days through no fault of its own, due to any of the following reasons: (a) Failure of the Procuring Entity to deliver, within a reasonable time, supplies, materials, right-of-way, or other items it is obligated to furnish under the terms of this Contract; or (b) The prosecution of the Work is disrupted by the adverse peace and order situation, as certified by the Armed Force of the Philippines Provincial Commander and approved by the Secretary of National Defense. 18. Termination for Other Causes 18.1 The Procuring Entity may terminate this Contract, in whole or in part, at any time for its convenience. The Head of the Procuring Entity may terminate this Contract for the convenience of the Procuring Entity if he has determined the existence of conditions that make Project Implementation economically, financially or technically impractical and/or unnecessary, such as, but not limited to, fortuitous event(s) or changes in law and National Government policies. 18.2 The Procuring Entity or the Contractor may terminate this Contract if the other party causes a fundamental breach of this Contract. 18.3 Fundamental breaches of Contract shall include, but shall not be limited to, the following: (a) The Contractor stops work for twenty eight (28) days when no stoppage of work is shown on the current Program of Work and the stoppage has not been authorized by the Procuring Entity’s Representative; (b) The Procuring Entity’s Representative instructs the Contractor to delay the progress of the Works, and the instruction is not withdrawn within twenty eight (28) days; (c) The Procuring Entity shall terminate this Contract if the Contractor is declared bankrupt or insolvent as determined with finality by a court of competent jurisdiction. In this event, termination will be without compensation to the Contractor, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Procuring Entity and/or the Contractor. In the case of the Contractor’s insolvency, any Contractor’s Equipment which the Procuring Entity instructs in the notice is to be used until the completion of the Works.

Page 51: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

51

(d) A payment certified by the Procuring Entity’s Representative is not paid by the Procuring Entity to the Contractor within eighty four (84) days from the date of the Procuring Entity’s Representative’s certificate; (e) The Procuring Entity’s Representative gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Procuring Entity’s Representative; (f) The Contractor does not maintain a Security, which is required; (g) The Contractor has delayed the completion of the Works by the number of days for which the maximum amount of liquidated damages can be paid, as defined in the GCC Clause 9; and (h) In case it is determined prima facie by the Procuring Entity that the Contractor has engaged, before or during the implementation of the contract, in unlawful deeds and behaviors relative to contract acquisition and implementation, such as, but not limited to, the following: ( i) corrupt, fraudulent, collusive and coercive practices as defined in ITB Clause 3.1 (a); ( ii) drawing up or using forged documents; (iii) using adulterated materials, means or method, or engaging in production contrary to rules of science or the trade; and ( iv) any other act analogous to the foregoing. 18.4 The Funding Source or the Procuring Entity, as appropriate, will seek to impose the maximum civil, administrative and/or criminal penalties available under the applicable law on individuals and organizations deemed to be involved with corrupt, fraudulent, or coercive practices. 18.5 When persons from either party to this Contract gives notice of a fundamental breach to the Procuring Entity’s Representative in order to terminate the existing contract for a cause other than those listed under GCC Clause 18.3, the Procuring Entity’s Representative shall decide whether the breach is fundamental or not. 18.6 If this Contract is terminated, the Contractor shall stop work immediately, make the Site safe and secure, and leave the Site as soon as reasonably possible. 19. Procedures for Termination of Contracts 19.1 The Following provisions shall govern the procedures for the termination of this Contract: (a) Upon receipt of a written report of acts or causes which may constitute ground(s) for termination as aforementioned, or upon its own initiative, the Implementing Unit shall, within a period of seven (7) calendar days, verify the existence of such ground(s) and cause the execution of a Verified Report, with all relevant evidence attached; (b) Upon recommendation by the Implementing Unit, the Head of the Procuring Entity shall terminate this Contract only by a written notice to the Contractor conveying the termination of this Contract. The notice shall state: ( i) that this Contract is being terminated for any of the ground(s) afore-mentioned, and a statement of the acts that constitute the ground(s) constituting the same; ( ii) the extent of termination, whether in whole or in part;

Page 52: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

52

(iii) an instruction to the Contractor to show cause as to why this Contract should not be terminated; and ( iv) special instructions of the Procuring Entity, if any. The Notice to Terminate shall be accompanied by a copy of the Verified Report; (c) Within a period of seven (7) calendar days from receipt of the Notice of Termination, the Contractor shall submit to the Head of the Procuring Entity a verified position paper stating why the contract should not be terminated. If the Contractor fails to show cause after the lapse of the seven (7) day period, either by inaction or by default, the Head of the Procuring Entity shall issue an order terminating the contract; (d) The Procuring Entity may, at anytime before receipt of the Bidder’s verified position paper to withdraw the Notice to Terminate if it is determined that certain items or works subject of the notice had been completed, delivered, or performed before the Contractor’s receipt of the notice; (e) Within a non-extendible period of ten (10) calendar days from receipt of the verified position paper, the Head of the Procuring Entity shall decide whether or not to terminate this Contract. It shall serve a written notice to the Contractor of its decision and, unless otherwise provided in the said notice, this Contract is deemed terminated from receipt of the Contractor of the notice of decision. The termination shall only be based on the ground(s) stated in the Notice to Terminate; and (f) The Head of the Procuring Entity may create a Contract Termination Review Committee (CTRC) to assist him in the discharge of this function. All decisions recommended by the CTRC shall be subject to the approval of the Head of the Procuring Entity. 19.2 Pursuant to Section 69(f) of RA 9184 and without prejudice to the imposition of additional administrative sanctions as the internal rules of the agency may provide and/or further criminal prosecution as provided by applicable laws, the procuring entity shall impose on contractors after the termination of the contract the penalty of suspension for one (1) year for the first offense, suspension for two (2) years for the second offense from participating in the public bidding process, for violations committed during the contract implementation stage, which include but not limited to the following:

(a) Failure of the contractor, due solely to his fault or negligence, to mobilize and start work or performance within the specified period in the Notice to Proceed (“NTP”);

(b) Failure by the contractor to fully and faithfully comply with its

contractual obligations without valid cause, or failure by the contractor to comply with any written lawful instruction of the procuring entity or its representative(s) pursuant to the implementation of the contract. For the procurement of infrastructure projects or consultancy contracts, lawful instructions include but are not limited to the following:

(i) Employment of competent technical personnel, competent

engineers and/or work supervisors; (ii) Provision of warning signs and barricades in accordance with

approved plans and specifications and contract provisions;

Page 53: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

53

(iii) Stockpiling in proper places of all materials and removal from the project site of waste and excess materials, including broken pavement and excavated debris in accordance with approved plans and specifications and contract provisions;

(iv) Deployment of committed equipment, facilities, support staff and

manpower; and (v) Renewal of the effectivity dates of the performance security after

its expiration during the course of contract implementation.

(c) Assignment and subcontracting of the contract or any part thereof or substitution of design and build personnel named in the proposal without prior written approval by the procuring entity.

(d) Poor performance by the contractor or unsatisfactory quality and/or

progress of work arising from his fault or negligence as reflected in the Constructor's Performance Evaluation System (“CPES”) rating sheet. In the absence of the CPES rating sheet, the existing performance monitoring system of the procuring entity shall be applied. Any of the following acts by the constructor shall be construed as poor performance:

(i) Negative slippage of 15% and above within the critical path of

the project due entirely to the fault or negligence of the contractor; and

(ii) Quality of materials and workmanship not complying with the

approved specifications arising from the contractor's fault or negligence.

(e) Willful or deliberate abandonment or non-performance of the project or contract by the contractor resulting to substantial breach thereof without lawful and/or just cause. In addition to the penalty of suspension, the performance security posted by the contractor shall also be forfeited. 20. Force Majeure, Release From Performance 20.1 For purposes of this Contract the terms “force majeure” and “fortuitous event” may be used interchangeably. In this regard, a fortuitous event or force majeure shall be interpreted to mean an event which the Contractor could not have foreseen, or which though foreseen, was inevitable. It shall not include ordinary unfavorable weather conditions; and any other cause the effects of which could have been avoided with the exercise of reasonable diligence by the Contractor. 20.2 If this Contract is discontinued by an outbreak of war or by any other event entirely outside the control of either the Procuring Entity or the Contractor, the Procuring Entity’s Representative shall certify that this Contract has been discontinued. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all works carried out before receiving it and for any Work carried out afterwards to which a commitment was made.

Page 54: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

54

20.3 If the event continues for a period of eighty-four (84) days, either party may then give notice of termination, which shall take effect twenty eight (28) days after the giving of the notice. 20.4 After termination, the Contractor shall be entitled to payment of the unpaid balance of the value of the Works executed and of the materials and Plant reasonably delivered to the Site, adjusted by the following: (a) any sum to which the Contractor is entitled under GCC Clause 28; (b) the cost of his suspension and demobilization; (c) any sum to which the Procuring Entity is entitled. 20.5 The net balance due shall be paid or repaid within a reasonable time period from the time of the notice of termination. 21. Resolution of Disputes 21.1 In any dispute or difference of any kind whatsoever shall arise between the parties in connection with the implementation of the contract covered by the Act and this IRR, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation. 21.2 If the Contractor believes that a decision taken by the Procuring Entity’s Representative was either outside the authority given to the Procuring Entity’s Representative by this Contract or that the decision was wrongly taken, the decision shall be referred to the Arbiter indicated in the SCC within fourteen (14) days of the notification of the Procuring Entity’s Representative’s decision. 21.3 Any and all disputes arising from the implementation of this Contract covered by the R.A. 9184 and its IRR shall be submitted to arbitration in the Philippines according to the provisions of Republic Act 876, otherwise known as the “ Arbitration Law” and Republic Act 9285, otherwise known as the “Alternative Dispute Resolution Act of 2004”: Provided, however, That, disputes that are within the competence of the Construction Industry Arbitration Commission to resolve shall be referred thereto. The process of arbitration shall be incorporated as a provision in this Contract that will be executed pursuant to the provisions of the Act and its IRR-A: Provided, further, That, by mutual agreement, the parties may agree in writing to resort to other alternative modes of dispute resolution. Additional instructions on resolution of disputes, if any, shall be indicated in the SCC. 22. Suspension of Loan, Credit, Grant, or Appropriation In the event that the Funding Source suspends the Loan, Credit, Grant or Appropriation to the Procuring Entity, from which part of the payment to the Contractor are being made: (a) The Procuring Entity is obligated to notify the Contractor of such suspension within seven (7) days of having received the suspension notice. (b) If the Contractor has not received sums due it for work already done within forty five (45) days from the time the Contractor’s claim for payment has been certified by the Procuring Entity’s Representative, the Contractor may immediately issue a suspension of work notice in accordance with SCC Clause 45.2.

Page 55: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

55

23. PROCURING ENTITY’s Representative’s Decisions 23.1 Except where otherwise specifically stated, the Procuring Entity’s Representative will decide contractual matters between Procuring Entity and the Contractor in the role representing the Procuring Entity. 23.2 The Procuring Entity’s Representative may delegate any of his duties and responsibilities to other people, except to the Arbiter, after notifying the Contractor, and may cancel any delegation after notifying the Contractor. 24. Approval of Drawings and Temporary Works by the Procuring Entity’s Representative 24.1 All Drawings prepared by the Contractor for the execution of the Temporary Works, are subject to prior approval by the Procuring Entity’s Representative before its use. 24.2 The Contractor shall be responsible for design of Temporary Works. 24.3 The Procuring Entity’s Representative’s approval shall not alter the Contractor’s responsibility for design of the Temporary Works. 24.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works, when required by the Procuring Entity. 25. Acceleration and Delays Ordered by the Procuring Entity’s Representative 25.1 When the Procuring Entity wants the Contractor to finish before the Intended Completion Date, the Procuring Entity’s Representative will obtain priced proposals for achieving the necessary acceleration from the Contractor. If the Procuring Entity accepts these proposals, the Intended Completion Date will be adjusted accordingly and confirmed by both the Procuring Entity and the Contractor. 25.2 If the Contractor’s Financial Proposals for an acceleration are accepted by the Procuring Entity, they are incorporated in the Contract Price and treated as a Variation. 26. Extension of the Intended Completion Date 26.1 The Procuring Entity’s Representative shall extend the Intended Completion

Date if a Variation is issued which makes it impossible for the Intended Completion Date to be achieved by the Contractor without taking steps to accelerate the remaining work, which would cause the Contractor to incur additional costs. Unless specified in the SCC, no payment shall be made for any event which may warrant the extension of the Intended Completion Date.

26.2 The Procuring Entity’s Representative shall decide whether and by how much to

extend the Intended Completion Date within twenty one (21) days of the Contractor asking the Procuring Entity’s Representative for a decision thereto after fully submitting all supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date.

Page 56: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

56

27. Right to Vary 27.1 The Procuring Entity’s Representative with the prior approval of the Procuring Entity may instruct Variations, up to a maximum cumulative amount of ten percent (10%) of the original contract cost. 27.2 Variations shall be valued as follows: (a) At a lump sum price agreed between the parties; (b) Where appropriate, at rates in this Contract; (c) In the absence of appropriate rates, the rates in this Contracts shall be used as the basis for valuation; or failing which (d) At appropriate new rates, equal to or lower than current industry rates and to be agreed upon by both parties and approved by the Head of the Procuring Entity. 28. Contractor’s Right to Claim If the Contractor incurs cost as a result of any of the events under GCC Clause 13, the Contractor shall be entitled to the amount of such cost. If as a result of any of the said events, it is necessary to change the Works, this shall be dealt with as a Variation. 29. Dayworks 29.1 Subject to GCC Clause 43 on Variation Order, and if applicable as indicated in the SCC, the Dayworks rates in the Contractor’s Bid shall be used for small additional amounts of work only when the Procuring Entity’s Representative has given written instructions in advance for additional work to be paid for in that way. 29.2 All works to be paid for as Dayworks shall be recorded by the Contractor on forms approved by the Procuring Entity’s Representative. Each completed form shall be verified and signed by the Procuring Entity’s Representative within two days of the work being done. 29.3 The Contractor shall be paid for Dayworks subject to obtaining signed Dayworks forms. 30. Early Warning 30.1 The Contractor shall warn the Procuring Entity’s Representative at the earliest opportunity of specific likely future events or circumstances that may adversely affect the quality of the work, increase the Contract price, or delay the execution of the Works. The Procuring Entity’s Representative may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate shall be provided by the Contractor as soon as reasonably possible. 30.2 The Contractor shall cooperate with the Procuring Entity’s Representative in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Procuring Entity’s Representative. 31. Program of Work

Page 57: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

57

31.1 Within the time stated in the SCC, the Contractor shall submit to the Procuring Entity’s Representative for approval a Program of Work showing the general methods, arrangements, order, and timing for all the activities in the Works. 31.2 An update of the Program of Work shall show the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work, including any changes to the sequence of the activities. 31.3 The Contractor shall submit to the Procuring Entity’s Representative for approval an updated Program of Work at intervals no longer than the period stated in the SCC. If the Contractor does not submit an updated Program of Work within this period, the Procuring Entity’s Representative may withhold the amount stated in the SCC from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program of Work has been submitted. 31.4 The Procuring Entity’s Representative’s approval of the Program of Work shall not alter the Contractor’s obligations. The Contractor may revise the Program of Work and submit it to the Procuring Entity’s Representative again at any time. A revised Program of Work shall show the effect of any approved Variations; and if allowed, any Compensation Event. 31.5 When the Program of Work is updated, the Contractor shall provide the Procuring Entity’s Representative with an updated cash flow forecast. The cash flow forecast shall include different currencies, as defined in the Contract, converted as necessary using the Contract exchange rates. 31.6 All Variations shall be included in updated Program of Work produced by the Contractor. 32. Management Conferences 32.1 Either the Procuring Entity’s Representative or the Contractor may require the other to attend a Management Conference. The Management Conference shall review the plans for remaining work and deal with matters raised in accordance with the early warning procedure. 32.2 The Procuring Entity’s Representative shall record the business of Management Conferences and provide copies of the record to those attending the Conference and to the Procuring Entity. The responsibility of the parties for actions to be taken shall be decided by the Procuring Entity’s Representative either at the Management Conference or after the Management Conference and stated in writing to all who attended the Conference. 33. Bill of Quantities 33.1 The Bill of Quantities shall contain items of work for the construction, installation, testing, and commissioning of work to be done by the Contractor. 33.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the Bill of Quantities for each item. 33.3 If the final quantity of any work done differs from the quantity in the Bill of Quantities for the particular item and is not more than twenty five percent (25%) of the original quantity, provided the aggregate changes for all items do not exceed ten percent (10%) of the Contract price, the Procuring Entity’s Representative shall make the necessary adjustments to allow for the changes subject to applicable laws, rules, and regulations.

Page 58: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

58

33.4 If requested by the Procuring Entity’s Representative, the Contractor shall provide the Procuring Entity’s Representative with a detailed cost breakdown of any rate in the Bill of Quantities. 34. Instructions, Inspections and Audits 34.1 The Procuring Entity’s personnel shall at all reasonable times during construction of the Work be entitled to examine, inspect, measure and test the materials and workmanship, and to check the progress of the construction. 34.2 If the Procuring Entity’s Representative instructs the Contractor to carry out a test not specified in the Specification to check whether any work has a defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no defect, the test shall be a Compensation Event. 34.3 The Contractor shall permit the Funding Source named in the SCC to inspect the Contractor’s accounts and records relating to the performance of the Contractor and to have them audited by auditors appointed by the Funding Source, if so required by the Funding Source. 35. Identifying Defects The Procuring Entity’s Representative shall check the Contractor’s work and notify the Contractor of any defects that are found. Such checking shall not affect the Contractor’s responsibilities. The Procuring Entity’s Representative may instruct the Contractor to search uncover defects and test any work that the Procuring Entity’s Representative considers below standards and defective. 36. Cost of Repairs Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Liability Periods shall be remedied by the Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s acts or omissions. 37. Correction of Defects 37.1 The Procuring Entity’s Representative shall give notice to the Contractor of any defects before the end of the Defects Liability Period, which begins at Completion Date up to final acceptance by the Procuring Entity, unless otherwise specified in the SCC. The Defects Liability Period shall be extended for as long as defects remain to be corrected. 37.2 Every time notice of a defect is given, the Contractor shall correct the notified defect within the length of time specified in the Procuring Entity’s Representative’s notice. 37.3 The Contractor shall correct the defects which he notices himself before the end of the Defects Liability Period. 37.4 The Procuring Entity shall certify that all defects have been corrected. If the Procuring Entity considers that correction of a defect is not essential, he can request the Contractor to submit a quotation for the corresponding reduction in the Contract Price. If the Procuring Entity accepts the quotation, the corresponding change in the SCC is a Variation.

Page 59: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

59

38. Uncorrected Defects 38.1 The Procuring Entity’s shall give the Contractor at least fourteen (14) days notice of his intention to use a third party to correct a Defect. If the Contractor does not correct the Defect himself within the period, the Procuring Entity may have the Defect corrected by the third party. The cost of the correction will be deducted from the Contract Price. 38.2 The use of a third party to correct defects that are uncorrected by the Contractor will in no way relieve the Contractor of its liabilities and warranties under the Contract. 39. Advance Payment 39.1 The Procuring Entity shall, upon a written request of the contractor which shall be submitted as a contract document, make an advance payment to the contractor in an amount not to exceed fifteen percent (15%) of the total contract price, to be made in lump sum or, at the most two, installments according to a schedule specified in the SCC. 39.2 The advance payment shall be made only upon the submission to and acceptance by the Procuring Entity of an irrevocable standby letter of credit of equivalent value from a commercial bank, a bank guarantee or a surety bond callable upon demand, issued by a surety or insurance company duly licensed by the Insurance Commission and confirmed by the Procuring Entity. 39.3 The advance payment shall be repaid by the Contractor by an amount equal to the percentage of the total contract price used for the advance payment. 39.4 The contractor may reduce his standby letter of credit or guarantee instrument by the amounts refunded by the Monthly Certificates in the advance payment. 39.5 The Procuring Entity will provide an Advance Payment on the Contract Price as stipulated in the Conditions of the Contract, subject to the maximum amount stated in the SCC Clause 39.1 40. Progress Payments 40.1 The Contractor may submit a request for payment for Work accomplished. Such request for payment shall be verified and certified by the Procuring Entity’s Representative/Project Engineer. Except as otherwise stipulated in the SCC, materials and equipment delivered on the site but not completely put in place shall not be included for payment. 40.2 The Procuring Entity shall deduct the following from the certified gross amounts to be paid to the contractor as progress payment:

(a) Cumulative value of the work previously certified and paid for. (b) Portion of the advance payment to be recouped for the month. (c) Retention money in accordance with the condition of contract. (d) Amount to cover third party liabilities. (e) Amount to cover uncorrected discovered defects in the works

40.3 Payments shall be adjusted by deducting there from the amounts for advance payment and retention. The Procuring Entity shall pay the Contractor the amounts certified by the

Page 60: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

60

Procuring Entity’s Representative within twenty eight (28) days from the date each certificate was issued. Unless otherwise indicated in the SCC, no payment of interest for delayed payments and adjustments shall be made by the Procuring Entity. 40.4 The first progress payment may be paid by the Procuring Entity to the Contractor provided that at least twenty percent (20%) of the work has been accomplished as certified by the Procuring Entity’s Representative. 40.5. Items of the Works for which a price of “0” (zero) has been entered will not be paid for by the PROCURING ENTITY and shall be deemed covered by other rates and prices in the Contract. 41. Payment Certificates 41.1 The Contractor shall submit to the Procuring Entity’s Representative monthly statements of the estimated value of the work executed less the cumulative amount certified previously. 41.2 The Procuring Entity’s Representative shall check the Contractor’s monthly statement and certify the amount to be paid to the Contractor. 41.3 The value of Work executed shall: (a) be determined by the Procuring Entity’s Representative; (b) comprise the value of the quantities of the items in the Bill of Quantities completed; and (c) include the valuations of approved variations. 41.4 The Procuring Entity’s Representative may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information. 42. Retention 42.1 The Procuring Entity shall retain from each payment due to the Contractor an amount equal to a percentage thereof using the rate as specified in SCC Clause 42.2. 42.2 Progress payments are subject to retention of ten percent (10%), unless otherwise specified in the SCC, referred to as the “retention money.” Such retention shall be based on the total amount due to the Contractor prior to any deduction and shall be retained from every progress payment until fifty percent (50%) of the value of Works, as determined by the Procuring Entity, are completed. If after fifty percent (50%) completion, the Work is satisfactorily done and on schedule, no additional retention shall be made; otherwise, the ten percent (10%) retention shall again be imposed using the rate specified thereof. 42.3 The total “retention money” shall be due for release upon final acceptance of the Works. The Contractor may, however, request the substitution of the retention money for each progress billing with irrevocable standby letters of credit from a commercial bank, bank guarantees or surety bonds callable on demand, of amounts equivalent to the retention money substituted for and acceptable to the Procuring Entity, provided that the project is on schedule and is satisfactorily undertaken. Otherwise, the ten percent (10%) retention shall be made. Said irrevocable standby letter of credit, bank guarantees and/or surety bonds, to be posted in favor of the Government shall be valid for a duration to be determined by the concerned

Page 61: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

61

implementing office/agency or Procuring Entity and will answer for the purpose for which the ten percent (10%) retention is intended, i.e., to cover uncorrected discovered defects and third party liabilities. 42.4 On completion of the whole Works, the Contractor may substitute retention money with an “on demand” Bank guarantee in a form acceptable to the Procuring Entity. 43. Variation Orders 43.1 Variation Orders may be issued by the Procuring Entity to cover any increase/decrease in quantities, including the introduction of new work items that are not included in the original contract or reclassification of work items that are either due to change of plans, design or alignment to suit actual field conditions resulting in disparity between the preconstruction plans used for purposes of bidding and the “as staked plans” or construction drawings prepared after a joint survey by the Contractor and the Procuring Entity after award of the contract, provided that the cumulative amount of the Variation Order does not exceed ten percent (10%) of the original project cost. The addition/deletion of Works should be within the general scope of the project as bid and awarded. The scope of work shall not be reduced so as to accommodate a positive Variation Order. A Variation Order may either be in the form of a Change Order or Extra Work Order. 43.2 A Change Order may be issued by the implementing official to cover any increase/decrease in quantities of original Work items in the contract. 43.3 An Extra Work Order may be issued by the implementing official to cover the introduction of new work necessary for the completion, improvement or protection of the project which were not included as items of Work in the original contract, such as, where there are subsurface or latent physical conditions at the site differing materially from those indicated in the contract, or where there are duly unknown physical conditions at the site of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in the Work or character provided for in the contract. 43.4 Any cumulative Variation Order beyond ten percent (10%) shall be subject of another contract to be bid out if the works are separable from the original contract. In exceptional cases where it is urgently necessary to complete the original scope of work, the Head of the Procuring Entity may authorize a positive Variation Order go beyond ten percent (10%) but not more than twenty percent (20%) of the original contract price, subject to the guidelines to be determined by the GPPB: Provided, however, That appropriate sanctions shall be imposed on the designer, consultant or official responsible for the original detailed engineering design which failed to consider the Variation Order beyond ten percent (10%). 43.5 In claiming for any Variation Order, the Contractor shall, within seven (7) calendar days after such work has been commenced or after the circumstances leading to such condition(s) leading to the extra cost, and within twenty-eight (28) calendar days deliver a written communication giving full and detailed particulars of any extra cost in order that it may be investigated at that time. Failure to provide either of such notices in the time stipulated shall constitute a waiver by the contractor for any claim. The preparation and submission of Variation Order are as follows: (a) If the Procuring Entity’s representative/Project Engineer believes that a Change order or Extra Work Order should be issued, he shall prepare the proposed Order accompanied with the notices submitted by the Contractor, the plans therefore, his computations as to the quantities of the additional works involved per item indicating the specific stations where such works are needed, the date of his inspections and investigations thereon, and the log book

Page 62: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

62

thereof, and a detailed estimate of the unit cost of such items of work, together with his justifications for the need of such Change Order or Extra Work Order, and shall submit the same to the Head of the Procuring Entity for approval. (b) The Head of the Procuring Entity or his duly authorized representative, upon receipt of the proposed Change Order or Extra Work Order shall immediately instruct the technical staff of the Procuring Entity to conduct an on-the-spot investigation to verify the need for the Work to be prosecuted. A report of such verification shall be submitted directly to the Head of the Procuring Entity or his duly authorized representative. (c) The Head of the Procuring Entity or his duly authorized representative, after being satisfied that such Change Order or Extra Work Order is justified and necessary shall review the estimated quantities and prices and forward the proposal with the supporting documentation to the Head of Procuring Entity for consideration. (d) If, after review of the plans, quantities and estimated unit cost of the items of work involved, the proper office of the procuring entity empowered to review and evaluate Change Orders or Extra Work Orders recommends approval thereof, Head of the Procuring Entity or his duly authorized representative, believing the Change Order or Extra Work Order to be in order, shall approve the same. (e) The time frame for the processing of Variation Orders from the preparation up to the approval by the Head of the Procuring Entity concerned shall not exceed thirty (30) calendar days. 44. Contract Completion Once the project reaches an accomplishment of ninety five (95%) of the total contract amount, the Procuring Entity may create an inspectorate team to make preliminary inspection and submit a punch-list to the Contractor in preparation for the final turnover of the project. Said punch-list will contain, among others, the remaining Works, Work deficiencies for necessary corrections, and the specific duration/time to fully complete the project considering the approved remaining contract time. This, however, shall not preclude the claim of the Procuring Entity for liquidated damages. 45. Suspension of Work 45.1 The Procuring Entity shall have the authority to suspend the work wholly or partly by written order for such period as may be deemed necessary, due to force majeure or any fortuitous events or for failure on the part of the Contractor to correct bad conditions which are unsafe for workers or for the general public, to carry out valid orders given by the Procuring Entity or to perform any provisions of the contract, or due to adjustment of plans to suit field conditions as found necessary during construction. The Contractor shall immediately comply with such order to suspend the work wholly or partly. 45.2 The Contractor or its duly authorized representative shall have the right to suspend work operation on any or all projects/activities along the critical path of activities after fifteen (15) calendar days from date of receipt of written notice from the Contractor to the district engineer/regional director/consultant or equivalent official, as the case may be, due to the following: (a) There exist right-of-way problems which prohibit the Contractor from performing work in accordance with the approved construction schedule.

Page 63: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

63

(b) Requisite construction plans which must be owner-furnished are not issued to the contractor precluding any work called for by such plans. (c) Peace and order conditions make it extremely dangerous, if not possible, to work. However, this condition must be certified in writing by the Philippine National Police (PNP) station which has responsibility over the affected area and confirmed by the Department of Interior and Local Government (DILG) Regional Director. (d) There is failure on the part of Procuring Entity to deliver government-furnished materials and equipment as stipulated in the contract. (e) Delay in the payment of Contractor’s claim for progress billing beyond forty-five (45) calendar days from the time the Contractor’s claim has been certified to by the procuring entity’s authorized representative that the documents are complete unless there are justifiable reasons thereof which shall be communicated in writing to the Contractor. 45.3 In case of total suspension, or suspension of activities along the critical path, which is not due to any fault of the Contractor, the elapsed time between the effective order of suspending operation and the order to resume work shall be allowed the Contractor by adjusting the contract time accordingly. 46. Payment on Termination 46.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Procuring Entity’s Representative shall issue a certificate for the value of the work done and Materials ordered less advance payments received up to the date of the issue of the certificate and less the percentage to apply to the value of the work not completed, as indicated in the SCC. Additional Liquidated Damages shall not apply. If the total amount due to the Procuring Entity exceeds any payment due to the Contractor, the difference shall be a debt payable to the Procuring Entity. 46.2 If the Contract is terminated for the Procuring Entity’s convenience or because of a fundamental breach of Contract by the Procuring Entity’s, the Procuring Entity’s Representative shall issue a certificate for the value of the work done, Materials ordered, the reasonable costs of removal of Equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works, and less advance payments received up to the date of the certificate. 46.3 The net balance due shall be paid or repaid within twenty eight (28) days from the notice of termination. 46.4 If the Contractor has terminated the Contract under GCC Clauses 17 or 18, the Procuring Entity shall promptly return the Performance Security to the Contractor. 47. Extension of Contract Time 47.1 Should the amount of additional work of any kind or other special circumstances of any kind whatsoever occur such as to fairly entitle the contractor to an extension of contract time, the Procuring Entity shall determine the amount of such extension; provided that the Procuring Entity is not bound to take into account any claim for an extension of time unless the Contractor has, prior to the expiration of the contract time and within thirty (30) calendar days after such work has been commenced or after the circumstances leading to such claim have arisen, delivered to the Procuring Entity notices in order that it could have investigated them at that time. Failure to provide such notice shall constitute a waiver by the Contractor of any claim.

Page 64: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

64

Upon receipt of full and detailed particulars, the Procuring Entity shall examine the facts and extent of the delay and shall extend the contract time completing the contract work when, in the Procuring Entity’s opinion, the findings of facts justify an extension. 47.2 No extension of contract time shall be granted the Contractor due to (a) ordinary unfavorable weather conditions and (b) inexcusable failure or negligence of Contractor to provide the required equipment, supplies or materials. 47.3 Extension of contract time may be granted only when the affected activities fall within the critical path of the PERT/CPM network. 47.4 No extension of contract time shall be granted when the reason given to support the request for extension was already considered in the determination of the original contract time during the conduct of detailed engineering and in the preparation of the contract documents as agreed upon by the parties before contract perfection. 47.5 Extension of contract time shall be granted for rainy/unworkable days considered unfavorable for the prosecution of the works at the site, based on the actual conditions obtained at the site, in excess of the number of rainy/unworkable days predetermined by the Procuring Entity in relation to the original contract time during the conduct of detailed engineering and in the preparation of the contract documents as agreed upon by the parties before contract perfection, and/or for equivalent period of delay due to major calamities such as exceptionally destructive typhoons, floods and earthquakes, and epidemics, and for causes such as non-delivery on time of materials, working drawings, or written information to be furnished by the Procuring Entity, non-acquisition of permit to enter private properties within the right-of-way resulting in complete paralyzation of construction activities, and other meritorious causes as determined by the Procuring Entity’s Representative and approved by the Head of the Procuring Entity. Shortage of construction materials, general labor strikes, and peace and order problems that disrupt construction operations through no fault of the Contractor may be considered as additional grounds for extension of contract time provided they are publicly felt and certified by appropriate government agencies such as DTI, DOLE, DILG, and DND, among others. The written consent of bondsmen must be attached to any request of the Contractor for extension of contract time and submitted to the Procuring Entity for consideration and the validity of the Performance Security shall be correspondingly extended. 48. Price Adjustment Except for extraordinary circumstances as determined by NEDA and approved by the GPPB, no price adjustment shall be allowed unless otherwise specified in the SCC. 49. Completion The Contractor shall request the Procuring Entity’s Representative to issue a certificate of Completion of the Works, and the PROCURING ENTITY’s Representative will do so upon deciding that the work is completed. 50. Taking Over The Procuring Entity shall take over the Site and the Works within seven (7) days from the date the Procuring Entity’s Representative issues a certificate of Completion.

Page 65: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

65

51. Operating and Maintenance Manuals 51.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the SCC. 51.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the SCC, or they do not receive the Procuring Entity’s Representative’s approval, the Procuring Entity’s Representative shall withhold the amount stated in the SCC from payments due to the Contractor.

Page 66: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

66

SPECIAL CONDITIONS OF CONTRACT (SCC)

GCC Clause

PARTICULARS

1.16 The Intended Completion Date is _________________, 2015

(that is, 180 calendar days from the date of commencement of work as specified in the Notice to Proceed).

1.21

The Procuring Entity is: NATIONAL FOOD AUTHORITY (NFA) REGIONAL OFFICE V Pier Site, Legazpi City

1.22

The Procuring Entity’s Representative is: ANTONIA R. RAÑESES Provincial Manager NFA Masbate Provincial Office Masbate City

1.23 The Site is located at NFA Compound, Masbate City

1.27 The Start Date is _____________________, 2015 [that is not later than seven (7) days from receipt of the Notice to Proceed]

1.30

The Works consist of :

1. Design and Build of 50,000 Bags Capacity Warehouse 2. Design and Build of Warehouse Supervisor’s II Office and Shed

2.2 No further instructions.

5.1 The Procuring Entity shall give possession of all parts of the Site to the

Contractor on _____________________, 2015 {that is, upon issuance of the Notice to Proceed).

6.5

The Contractor shall employ the following Design and Build Personnel: Name of Personnel Designation 1 PROJECT MANAGER 2 CIVIL ENGINEER 3 ELECTRICAL ENGINEER 4 FOREMAN 5 SKILLED AND HELPERS TECHNICAL MANPOWER 6 STRUCTURAL ENGINEER

Page 67: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

67

GCC CLAUSE PARTICULARS

6.5

7 OTHERS that may be required

(Actual Names of design and build personnel and designation to be listed by the winning bidder)

7.1 No further instructions.

7.4 (c) No further instructions.

8.1 Subcontracting is allowed on the design portion of the contract only.

9.1

The applicable liquidated damages is at least one tenth (1/10) of one percent (1%) 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 courses of action and remedies open to it.

10 Actual Site Inspection is required and shall be undertaken by the Bidder.

12.5

The warranty against Structural Defects/ Failures, for Permanent Structures, shall be for Fifteen (15) years. Permanent structures will include buildings of types 4 and 5 as classified under the National Building code of the Philippines and other structures made of steel, iron, concrete, or masonry construction with walls, ceilings, and permanent partitions of incombustible resistance.

13 No additional provision. However, if the Contractor is a joint venture, “All partners to the joint venture shall be jointly and severally liable to the Procuring Entity”.

21.2

The Arbiter shall be from the : CONSTRUCTION INDUSTRY ARBITRATION COMMISSION 4th Floor, Jupiter Building 56 Jupiter Street, Bel-air Village, Makati City

21.3

No further instructions. All disputes arising in connection with the present Contract between a Contractor and the Procuring Entity shall be finally settled under the Rules of Conciliation and Arbitration according to the provisions of Republic Act No. 876, otherwise known as the “Arbitration Law” and Republic Act 9285, otherwise known as the “Alternative Dispute Resolution Act of 2004”.

26.1 No further instructions.

29.1 No dayworks are applicable to the contract.

Page 68: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

68

GCC CLAUSE PARTICULARS

31.1 The Contractor shall submit the Program of Work to the Procuring Entity’s Representative within seven (7) calendar days from the delivery of Letter of Acceptance.

31.3

The period between Program of Work updates is fifteen (15) days. The amount to be withheld for late submission of an updated Program of Work is equivalent to the value/amount of accomplishment report not covered by the updated Program of Work.

34.3 The funding source is the Government of the Philippines (GOP)

37.1 No further instructions.

39.1

The amount of the advance payment is (Amount to be inserted at the time of award) which shall not exceed

15% of the contract price to be paid to the Contractor in lump sum as stated.

40.1 No further instructions.

40.3 No further instructions.

42.2 No further instructions.

48 No further instructions.

51.1

The date by which “as built” drawings are required is ________________________ (Insert date) within 21 calendar days after completion date of the Project.

51.2

The amount to be withheld for failing to produce “as built” drawings by the date required is ONE HUNDRED THOUSAND PESOS (P100,000.00) Certificate of Completion shall be issued only after submission of “as built” drawings.

Page 69: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

69

SPECIFICATIONS

Design and Build of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City

A. GENERAL PROVISIONS AND REQUIREMENTS 1. GENERAL These specifications cover the requirements for the construction of the proposed structure as stipulated in the plans, which will form part of the contract and shall supplement the plans. 2. SCOPE OF WORK The work cover under this contact shall include: 2.1 Complete construction of the structure including supervision, labor and the supply of materials, equipment and service necessary to properly conduct produce the desired work/product. Included herein are site preparation and earthworks, concrete works, masonry works, mill works, hard wares, tile works, electrical works, plumbing, septic tank, drainage, painting and varnishing, clearing and all temporary works and structures necessary for an efficient, smooth up-to-date completion of the contract. 2.2 Complete plans and shop drawings shall be submitted for the fabrication and erection of structural steel and steel ladders based on NFA structure design and concept drawings. 2.2.1 Shop erection drawings shall be neat, adequately spaced, not crowded and as complete as necessary for the proper fabrication and erection of all parts and members of the steel structure, including the location, type/size of all bolts and welds. Enlarged sections and details shall be provided for all connections and whenever may be required. 2.2.2 Structural steel members shall be marked prior to delivery to facilitate the erection of the members. Marking shall be listed and given descriptions. Complete material lists and bolt list shall be submitted to NFA before any delivery is made. 2.2.3 Shop drawings as well as erection drawings shall be submitted in duplicate drawings by the contractor for approval by the NFA before any fabrication is made. 2.2.4 In case of correction or rejection of the shop drawings, the contractor shall re- submit the deficient shop drawings until such time as they are accepted to NFA, and such procedure will not be considered as a cause for the delay of the work (see section 4 of General Condition ). 2.2.5 After approval of shop drawings, the Contractor shall supply the NFA with six (6) complete sets of prints of the approved drawings. Additional prints request by the NFA may be furnished at cost. 2.2.6 At the completion of the work under this contract, the contractor shall furnish two (2) complete sets of reproducible copies (sepia prints or equivalent) of all drawings as finally approved, and actually installed. 2.2.7 Approved by the NFA - of shop and erection drawings submitted as "Approved for Construction" shall not in any way relieve the contractor of the correct dimensions of all sections used in the construction, quality of workmanship on the construction nor will such approval, relieve the contractor from responsibilities for errors of any sort of either by not

Page 70: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

70

following correctly the approved sections of structural members on his shop drawings or improper methods in the fabrications and section of the structure. 2.3 SITE/LAND DEVELOPMENT REQUIRED AROUND PROPOSED STRUCTURE (IF ANY) The area around the proposed project as indicated, specified and shown in the site development plan for each particular site must be cleared of rubbish, loam, refuse, roots, and other perishable or objectionable matter, and must be filled and compacted or cut out and graded to the established grade line elevation specified by the NFA as indicated in the plans and drawings for the particular project site. 3. INSPECTION OF SITE The tender may be deemed to have been based on data, regarding physical condition at the sites. The contractor acknowledged and warrants that he has inspected and examined such site and their surroundings and has satisfied himself by submission of this tender as to form and nature of the sites, the quantities, and the nature of work and materials necessary for the completion of the works, and the means of access of the sites, the accommodation he may require and that he has obtained for himself, all other circumstances which may have influenced or affected his tender. No increase in cost or extension of time will be considered for failure to inspect and examine the site condition. 4. CONTRACTOR SUPERVISION The contractor shall provide continuous supervision of the work with his best skill and attention. The contractor's supervisor shall carefully examine all the plans, specifications and contract documents. The contractor shall perform all works necessary to carry out the intent of the plans and specifications and shall immediately report to the NFA any error, inconsistency or omission, which he discovers in the plans and contract, documents. 5. CODES AND REFERENCES The following documents are hereby made as part of the specifications: 5.1 Provisions of the National Building Code 5.2 AISC- American Institute of Steel Construction Specification for the design, fabrication and erection of structural steel for buildings, Six Edition. 5.3 ACI - American Concrete Institute ( ACI 318-63 ) Building Code Requirements for Reinforced Concrete. 5.4 The Philippine Electrical Code published by the Code Committee, Institute of Integrated Electrical Engineers. 5.5 The National Electrical Code published by the National Fire Protection Association. 5.6 Other standard codes as they are specifically cited in the ensuing section of these specifications. B. CONSTRUCTION REQUIREMENTS AND METHODS 1. SITE WORK 1.1 PREPARATION AND CLEARANCE OF SITE 1.1.1 SCOPE OF WORK The work shall include the furnishing of all labor, equipment, materials and other facilities required and to undertake the stripping of top soil, removal of shrubs, stumps toots and other vegetation, cleaning and disposal of all debris on site within a distance as specified and indicated in site/development plans for this project.

Page 71: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

71

1.1.2 SITE INSPECTION AND ESTABLISHED GRADE LINE The contractor shall inspect and examine the individual site conditions. No increase in cost or extension of time will be considered for failure to examine site condition. Control points and elevations will be furnished by the NFA and the contractor shall be responsible for all other surveys and measurements required to accurately complete the work. 1.1.3 PROTECTION AND DISPOSAL Care should be taken to protect and maintain adjacent properties, trees, materials and such other facilities such as conduits, drains, sewers, pipes and other wires that are to remain in the property. Restore without cost to NFA all streets and road pavements, curbs, gutters etc. that may be affected during the performance of the work. 1.1.4 STRIPPING OF TOPSOIL 1.1.4.1 Remove all traces of topsoil, loam, organic and alluvial materials, including mud, pest and swamp materials. 1.1.4.2 Remove all earth and sub-grade materials unsuitable for the preparation of the sub-grade for the various item of construction. 1.1.4.3 Clear and remove shrubs, stumps roots and other unnecessary vegetation from the site. 1.1.5 STAKING OUT 1.1.5.1 The building shall be staked out and all lines and grade shown on the drawings shall be established before any excavation is started. Secure approval of the NATIONAL FOOD AUTHORITY. 1.1.5.2 Basic batter boards and reference work shall be erected at such places where they will not be disturbed during the construction of the foundation. 1.1.5.3 Store materials and conduct work in such a manner as to protect all reference marks 1.2 EARTHWORKS 1.2.1 SCOPE OF WORKS The work shall include the furnishing of all labor, equipment, materials and other facilities required and to undertake for excavation and back filling, hauling excavated materials, grading including preparation of sub-grade for concrete pouring, trenching and back filling of storm and sanitary sewer system and all other works necessary to complete all earthworks as shown on the drawing or as specified herein. 1.2.2 MATERIALS Barrow materials shall be selected, laboratory-approved and obtained from off-site source. Granular fill to form a capillary water barrier shall be clean, crushed non-uniformly graded and a size which will pass a 0.025 mesh wire screen and be retained on a No. 4 mesh screen. Excavated materials approved for use as back fill shall be free of fibers, vegetables or organic materials, boulders, lumps, debris or cinders. No fill materials shall be placed when free water is standing in the area where fill is to be placed. 1.2.3 PROTECTION The contractor shall provide adequate bracing and shoring to protect existing construction as may be required. Protective measure for materials, men and adjoining property shall be

Page 72: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

72

provided. The contractor shall be liable for any damages as a cause of his negligence in the execution of his contract work. 1.2.4 EXCAVATION All excavation for foundations and footings shall be made to the depths of excavation on grade indicated in drawing. Where excavations for footing will rest on fill, excavation shall be carried deeper until the desired situation is reached for safe bearing capacity of soil. Whenever water is encountered in the excavations process, it shall be removed by pail or pumping, care being taken that the surrounding soil are not disturbed or removed. All excavation for footings and excavations are indicated in the drawings shall be assumed as the depth used by the contractor in the estimate of his volume of excavation works. Excavate with proper allowance made for floor slabs, formworks, erection, shoring, water proofing, masonry and adequate space for inspection of foundations and utilities connected to it. 1.2.5 BACK FILLING AND GRADING Back fill after approval of construction below finish grade, forms removed, and excavation cleaned of trash and debris. Back fill shall be based in layers not exceeding 0.15 m in thickness, each layer being thoroughly wetted and compacted by tampering or rolling until the correct grade is attained. The top 0.05 m of back fill shall consist of sand cinders, gravel and other approved materials thoroughly compacted by wetting and tamping. 2. CONCRETE CONSTRUCTION 2.1 SCOPE OF WORK The work consists of furnishing all labors, equipment, materials and other services for the construction of forms and shoring, fabrication, and placing or reinforcement bars, proportioning, mixing, conveying, placing, finishing curing of concrete. All pertinent provisions of the general conditions form part of this section. 2.2 GENERAL Unless otherwise specified herein concrete work shall conform to the requirement of the ACI Building Code (ACI 318-63). Materials such as cement, water, aggregates and reinforcing bars shall conform to ASTM standards and requirements. 2.3 STORAGE OF MATERIALS 2.3.1 Cement and aggregates shall be stored in such a manner to prevent their deterioration or the intrusion of foreign matter. Any material which has deteriorated or which has been damaged shall not be used for concrete. Cement whose quality is questionable shall be tested by standard mortar tests to determine its suitability for us. 2.3.2 Reinforcing bars shall be stored in a manner that will prevent excessive rusting or coating with grease, oil, dirt, and other objectionable matters. They shall be supported in such manner to eliminate unnecessary bonds. 2.3.3 Water shall be stored in clean containers without rust or other objectionable substances deleterious to concrete mixes.

Page 73: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

73

2.4 MATERIALS REQUIREMENTS 2.4.1 Portland Cement shall conform to “Specifications for Portland Cement" (ASTM C 150 latest revision). 2.4.2 Concrete Aggregates shall conform to "Specifications for Aggregates "(ASTM C latest revision). The maximum size of the aggregates shall be not larger than one-fifth of the narrowest dimension between sides of the form of the members for which the concrete is to be used nor longer than three-fourths of the minimum clear spacing between individual reinforcing bars, and in no case larger than two inches in diameter. 2.4.3 Water used in mixing concrete shall be clean and free from injurious amounts of soil, acids, and alkalis. Organic materials or other substances that may be deleterious to concrete or steel. 2.4.4 REINFORCING STEEL 2.4.4.1 Reinforcing steel shall conform to ASTM designation A-615-68 specifications for structural grade or equivalent Product Standard Agency of the Philippine Specifications. 2.4.4.2 Reinforcing steel bars to be used shall be new and free from dust, oil grease, defects or kinks. 2.4.4.3 Reinforcing steel for columns, beams, footings pedestals, walls, etc. shall be structural grade deformed bars. Ties and stirrups for beams and columns as well as slab reinforcement shall be deformed bars unless noted in the plans or specified herein.

2.4.5 FORMS

2.4.5.1 Forms shall conform to the shape, lines, and dimensions of the members as called for on the plans and shall be substantial and sufficiently tight to prevent leakage of mortar. They shall be properly braced or tied together so as to maintain position and shape. 2.4.5.2 Plywood, metal, plastic materials or surfaced lumber forms shall be used where it will best give the most advantage in the specific concrete work involved. 2.5 CONCRETE FORMWORK 2.5.1 Work shall be done in accordance with specifications for concrete and reinforced concrete as adopted by BPW, Philippines and the corresponding ACI Building Code requirements for reinforced concrete formwork. 2.5.2 Forms shall be used whenever necessary to confine the concrete and shape it to the required lines, or to insure the concrete of contamination with materials caving or sloughing, form adjacent, excavated materials. Withstands the pressure resulting from placement and vibration of the concrete, shall be maintained rigidly in correct position. Forms for exposed surfaces shall be lined with form grade plywood. Bolts and rod used for internal ties shall be arranged such that when the forms are removes all metal will not be less than two (2) centimeters from the formed surface. Before placing the concrete, the contact surfaces of the forms shall be cleaned for encrustation of mortar, grout, or other foreign material, and shall be coated with a commercial from oil that will effectively prevent sticking and will not stain the concrete surface. 2.5.3 No construction load shall be supported upon, nor shoring removed from any part of the structure under construction until that portion of the structure has attained sufficient strength to support safely its weight and the loads place thereon.

Page 74: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

74

2.5.4 Temporary opening shall be provided at the base of the columns and wall forms, and to facilitate inspection and cleaning before the depositing of concrete. 2.5.5 Unless otherwise ordered, forms and shoring shall not be disturbed and shall remain in place for a minimum period of time in accordance with the following schedule. PARTS OF STRUCTURE TIME REQUIRED

a. Massive Footings a. 1 day (24 hours) b. Cantilever Footings b. 5 days (120 hours) c. Thin walls less than 300 mm c. Up to 1.80 m high 2 days (48 hrs) Add

1/2 days (36 hrs) for even additional 1.0 m of height orr fraction thereof bur not more than 28 days (672 hrs)

d. Beams (sides) d. 3 days (72 hours) e. Beams (bottom) e. Up to 4.30 m - 15 days (360 hrs) Add one day

for every additional 0.30 m height or fraction thereof but not more than 28 days (672 hrs)

f. Columns whose ratio of heights to f. 2 days (48 hrs) least diameter up to 4 g. Columns whose ratio of heights g. Add to the above number 1 day least diameter up from 4 to 6 (24 hrs) for every additional 0.90m height or fraction thereof but not more than 28 days (672 hrs) 2.5.6 Forms and shoring may be removed earlier than specified by standard government specifications, provided that test samples concrete are taken and are shown to be adequately strong to carry safety and construction live loads to the satisfaction of the Owner. 2.6 CONCRETE REINFORCEMENT WORK 2.6.1 Before placing reinforcement and before pouring of concrete, remove all loose rust, mill scale, oil or other adhering materials, which tend to reduce or destroy bond between concrete and reinforcement. 2.6.2 Reinforcing bars shall be cut, bent, lapped or spliced as recommended by CRSI Handbooks and ACI codes. 2.6.3 Reinforcement shall be placed accurately and secured in place by used of concrete or metal supports, spacers or ties to firmly hold them in their proper positions during pouring and setting of concrete. 2.6.4 Metal Reinforcement shall not be bent or straightened in any manner that will injure the material. Bars with kinks or bends shall not be used.

Page 75: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

75

2.6.5 Splices of tensile reinforcement at points of maximum stresses will be allowed only when expressly authorized by the NFA. Splices are permitted, provided sufficient lap (not less than 60 times the diameter of the bar for deformed bars) to transfer the stress between bars by bond and shear, and shall be secure in place by the used of tie wires not smaller than no. 16 gauge. Splices in adjacent bars shall be staggered. 2.6.6 Metal reinforcement shall have protective covering not less than 0.05 m concrete in slabs and walls, and not less than 0.075 m in beams, girders and columns. 2.6.7 The minimum spacing between parallel bars shall be 2 ½ times the diameter of round bars and 3 times the side dimension of square bars but in no case shall the spacing between bars be less than 0.025 mm in beams and girders and 0.0375 mm in columns, not less than 1 1/2 times the maximum size of coarse aggregates. 2.6.8 Teasing of steel bars shall conform to ASTM designation for specified materials. Samples of materials for testing shall be provided by the contractor without additional cost to NFA. Likewise, the contractor shall pay for the cost of testing the samples. 2.6.9 MEASUREMENT AND PAYMENT For addition to or deduction from the contract sum to extra work or deletion of extra work involved, the steel reinforcement shall be measured by weight either in kilograms or in tons. The contractor measured by weight either in kilograms or in tons. The contractor shall be paid based on the steel weight as per unit prices submitted on the proposal form. Steel bars are not installed shall not be paid for the NFA. 2.7 CONCRETE PROPORTION AND CONSISTENCY 2.7.1 CLASSES OF CONCRETE 2.7.1.1A minimum Class "A" concrete mixtures shall be used for all footings, slabs, beams columns, wall and shall attain a compressive strength of 21 mPa (3000 psi ) after 28 days. A Class "B" concrete mixture shall be used for septic vault, catch basins and drain canals, and shall attain a compressive strength of 17 mPa ( 2500 psi ) after 28 days. 2.7.2 MEASUREMENT 2.7.2.1.1 The unit of measure shall be the cubic meter. One bag of cement ( 40 kg ) shall be considered as one cubic foot. Water shall be measured as to insure the desired quantity of successive batches and in no case, water shall used not to exceed 24 liters per one bag of cement of 40 kg. Slumps shall be within the following limits: 1. Concrete wall & footing ...................... 50 mm - 125 mm 2. Slabs, columns, beams, thin walls ........75 mm-150mm 3. Floor on fill .......................................... 25 mm - 75 mm

Page 76: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

76

2.8 MIXING CONCRETE All concrete shall be machine-mixed except in emergencies such as mixer's breakdown during pouring operations where it shall be done by hand and shall stop at first allowed construction joint. The time mixing of after all cement and aggregates are in the mixer shall not be less than one minute for mixers of larger capacities, the minimum time shall be increased 15 seconds for each additional bag or fraction thereof or additional capacity. Water used for mixing shall be introduced in the drum before one fourth of the mixing time has elapsed. The mixing drum shall rotate at a peripheral speed of about 61 meter per minute throughout the mixing period. The entire contents of the mixer drum shall be discharged mixing water to the cement and aggregates and placing the concrete in final position in forms shall not exceed 45 minutes. The re-tempering of concrete, i.e.. mixing with additional cement, aggregate or water shall not be permitted. 2.9 CONVEYING AND PLACING OF CONCRETE 2.9.1 Water shall be removed from excavation before concrete is deposited. Any continuous flow of water into the excavation shall be directed through side drains to a slump, or be removed by other approved methods to avoid washing the freshly deposited concrete. Debris shall be removed from the space to be occupied by the concrete and forms shall be thoroughly wetted. 2.9.2 Concrete shall be conveyed from mixer to form as rapidly as practicable, by method which will prevent segregation or loss of ingredients. There shall be no free vertical drop grater than 1.5 meters. Approval of NFA shall be obtained before starting any concrete pour. Concrete shall be worked readily into the corners and angels of the forms and around all reinforcement and embedded items by depositing the concrete as close as possible to its final position in the forms and consolidating it with the aid of mechanical vibrating equipment, supplemented by hand spading and tamping. In no case vibrators be used to transport concrete inside the forms. Vibrating equipment shall not be overdone to cause segregation of particles and disturbance of setting concrete but enough to produce an even heterogeneous distribution of ingredients. 2.9.3 Where concrete is conveyed by chatting, the plant shall be of such size and design as to insure a practically continuous flow in the chute. The angle of the chute with the horizontal shall be such to allow the concrete to flow without separation of the ingredients. The delivery end of the chute shall be as close as possible to the point of deposit. The chute shall be thoroughly flushed with water before and after each run. The water used for this purpose shall be discharged outside the forms. 2.9.4 Construction Joints - If possible, concreting shall be done continuous until section is complete. When stoppage of concrete operations occurs, construction joints shall be placed either horizontally or vertically as indicated by the NFA and provided with shear keys or dowels to develop bond. Construction joints shall be as per plan or shall be approved or as directed by the NFA. 2.9.5 Pouring of concrete for foundations shall be done after the NFA have verified the actual soil conditions at the site and approved the start of concreting. No footing shall rest on fill. 2.9.6 The contractor shall not place any concrete until NFA inspects and approves the conditions of forms, reinforcements and embedment. 2.9.7 Measurement and Payment - For deduction and addition, on the contract sum due to deletion or extra work involved, cast-in-place concrete shall be measured in cubic meter and payment shall be based on actual poured volume using the unit prices on the proposal form.

Page 77: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

77

2.10 CURING All concrete shall be moist cured for a period not less than seven (7) consecutive days by an approved method of curing applicable to local conditions. Surface of the concrete shall be kept continuously wet by covering with water, by continuously spraying, or by covering with burlap or other approved material thoroughly saturated with water and keeping the covering wet by spraying for hosing. Water for curing shall be free from any elements which might cause objectionable staining or discoloration of the concrete. 2.11 REPAIR OF CONCRETE 2.11.1 Imperfection 2.11.1.1 Repair shall be completed within 24 hour after removal of forms. 2.11.1.2 Fins shall be removed from exposed surfaces. 2.11.1.3 Damage or honeycombed concrete must be removed to reach sound concrete and should be replaced with dry pack, rich mortar, or concrete with pea gravel. 2.11.1.4 Voids which appear upon the removal of forms shall be drenched with water and immediately filled with material of the same composition as that used in the surface, and smooth with a wood spatula or float. 2.11.2 Large bulges - where large bulges and abrupt irregularities protrude, shall be removed by bushing, hammering and grinding. 2.11.3 All materials, procedures and operations used in the repair of concrete shall be removed by the NFA. 2.11.4 The cost of all materials, labor, and equipment used in the repair shall be borne by the contractor. 2.12 FLOOR FINISHES Unless otherwise indicated in the plans, floor shall be ordinary plain cement finished. The mortar shall be 1:2 mixture one (1) centimeter thick and shall be spread and wooden trowel well to a smooth and even surface with sufficient slope for drainage whenever necessary. Before applying mortar finish to the roughened floor slab, the floor shall be thoroughly cleaned and wetted and shall be grouted with 1:1 grout. Platform shall be rough finish with sufficient slope for drainage. 2.13 CONCRETE SLAB ON FILL Concrete slabs on fill shall be laid on a prepared foundation consisting of a sub- grade and granular fill with thickness equal to the thickness of overlying slab except as indicated otherwise. Sub-grade shall be rolled, rammed, or tamped layer by layer to a thoroughly compacted foundation. Granular fill shall consist of sound gravel, well graded and of size that will pass a 0.0375 m diameter ring and will be retained on a no. 4 screen. Gravel fill with binder shall be compacted to provide an unyield base. Concrete slab on fill on general storage area and flat-form shall not be less than 0.125 m and with a minimum 9 mm diameter steel bars spaced at 0.60 m on center both ways. 2.14 INSPECTION Concrete shall be proportional, mixed and placed in the presence of NFA; ample notice shall be given before mixing is commenced.

Page 78: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

78

2.15 TEST ON CONCRETE 2.15.1 Reasonable number of tests on the concrete may be required by the NFA during the progress of the work. Not less than four (4) cylindrical specimens shall be made for each test of which at least two (2) shall be reserved for the 28 days test. Not less than one (1) test shall be made in case less than the one test for each day concreting is required. Samples shall be secured and molded in accordance with "METHOD OF SAMPLING CONCRETE " (ASTM Designation C-33 ). The contractor shall provide the samples to be taken at the place of deposit and as specified by the NFA without cost to NFA. The contractor shall take care of transporting the samples to be approved by testing laboratory without cost to NFA. 2.15.2 To conform to the requirements of these specifications, the average strength of test samples representing each class of concrete shall be equal to or greater than specified strength. 2.15.3 Should the test fail to give the required strength, the NFA shall have the right to order a change in the proportions in the procedures of curing of the concrete for the test of the structure. 2.16 FAILURE OF TEST SAMPLES In case of failure of test cylinder to meet the specified strength, the contractor may at his expenses, obtain concrete core samples from the poured concrete and the compressive strength of the same be taken by a competent testing authority to determine the conclusive strength and integrity of the concrete poured. Coring shall be done in a manner, which shall make possible satisfactory replacement of cored samples. To determine the adequacy of the affected parts, the NFA shall have the option to order load tests on parts of the structure where concrete strength test are below 80% of the strength specified. These tests shall be in accordance with ACI-63 recommendations and cost shall be borne by the contractor. Poured concrete with strength less than that required by the specifications shall be demolished and provided with an acceptable replacement at the contractor's expense. 3. MASONRY 3.1 SCOPE The work includes, furnishing labor, equipment and materials performing all operations required to complete the masonry work as shown and specified. 3.1.1 Hallow Concrete Blocks shall be non-load bearing and shall conform to ASTM standards and shall have standard dimensions. Cement sand ration to be approved by NFA. 3.1.2 Mortar shall be workable cement-sand mixture and attaining a 28 days compressive strength of 10 mPa (1500 psi). 3.1.3 Reinforcing steel, cement, sand and water shall be as specified in the section for concrete construction of this specifications. 3.2 REINFORCEMENT AND SUPPORTS 3.2.1 The minimum thickness for masonry walls shall be 0.15 unless otherwise indicated. 3.2.2 The minimum size of reinforcement shall be 10 mm in diameter.

Page 79: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

79

3.2.3 Vertical reinforcement and horizontal reinforcement shall be as indicated in the plans. Vertical and horizontal reinforcement bars shall be continuous, lapped or spliced. 3.2.4 All horizontal and vertical bars as the case maybe, shall be anchored 20 bars diameters into the concrete footings, columns and beams. 3.2.5 All horizontal reinforcement shall be tied to the vertical reinforcement at every intersection with No. 16 GI Wire. 3.3 INSTALLATION Hollow concrete blocks shall be thoroughly wetted with water and bedded-in and cemented together with mortar. All blocks shall be laid plumb, true to line with level and accurately spaced courses, with each course breaking joints with the course below. Horizontal and vertical mortar joints shall be 9 mm thick with full mortar coverage on the face shells and on the webs surrounding the cells to be completely filled. All block joints shall be struck flush to a smooth even surface. Provide reinforcement as shown or specified and completely fill the cell with mortar to completely encase the reinforcement. Mortar shall be Portland cement mortar, (1:2 mix ) well mixed in a clean mechanical mixer with only sufficient water to produce the required plasticity. 3.4 WATER PROOFING The exterior of all masonry walls shall be damp-proofed integrally by the Plaster Coat Method to be done as follows: Cement mortar shall consist of water proofing compound, cement, sand and sufficient water form a workable mix, 453.60 grams of water proofing compound shall be added to every bag of cement used. Water proofing compound shall be in powdered form. All surfaces to receive plaster shall roughen with proper tools to insure satisfactory bond. Lean all surfaces to be damp - proofed by washing rising thoroughly not more than 24 hours application of plaster. Walls shall be damp - proofed with a scratch coat and a finished coat which shall not be more than 0.20 m thick. The finished oat shall be floated and steel toweled to a smooth, true and even surface, free from imperfections. 4. STRUCTURAL STEEL 4.1 SCOPE OF WORK The work consist of furnishing all labor, tools, equipment, and the performance of all operations relative to the fabrication, delivery to site, erection and painting of structural steel, complete as required and specified. 4.2 REQUIREMENTS All structural steel work shall be in accordance with AISC "SPECIFICATION FOR THE DESIGN, FABRICATION AND ERECTION OF STRUCTURAL STEEL FOR BUILDINGS" materials and parts necessary to complete each item, though such work is not shown or specified shall be included, such as miscellaneous bolts and anchor supports, braces and connections, etc. Shop drawings as well as erection drawings shall be submitted by the contractor for approval by the NFA before any fabrications is made.

Page 80: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

80

4.2.1 SHOP DRAWINGS Shop drawings showing complete information necessary for the fabrication of the component parts of the structures, including the location, type and size of all rivets, bolts and welds, shall clearly distinguish between shops and filed rivets, bolts welds. 4.3 MATERIALS 4.3.1 All structural steel shapes and plates shall conform to ASTM A-36 steel and shall have a thickness as specified in the plans. 4.3.2 Light gauge gold-formed structural steel shall conform to pertinent specifications of the American Iron Steel Institute.( AISI ) 4.3.3 Welding electrode shall conform to AWS ASI or A 5.5 E70 xx electrodes. Manufacturer's certification shall conform to this specification. 4.3.4 Bolt and nuts for main members shall be high strength bolts conforming to ASTM A-325 or its equivalent. Bolt shall be marked for that such kind of bolt. For secondary members ASTM A-307 bolts or its equivalent may be used. Care shall be taken so that different types of bolts do not get interchanged. All bolts shall be provided with plain washers. 4.3.5 Shop coat of paint shall be read lead primer unless NFA approves of a substitute. 4.4 FABRICATION 4.4.1 WELDING 4.4.1.1 The technique, appearance and quality of welds and the method of correcting defective work shall conform with the American Building Society Code for the Arc-Welding in building construction. Welding in Shop and field shall be done only by certified operators to perform the work required as shown in the approved drawings. Surfaces to be welded shall be free from the loosed side, rust, grease, paint and other foreign materials. 4.4.1.2 Temporary weld and assembly attachment shall be kept to a minimum. All temporary attachment that are welded shall be removed by a flame torch above the parent metal surface and round to smooth surface by power grinding. 4.4.1.3 If for any reason, the NFA believes that the defect exists in any weld, it shall be the contractor's responsibility to repair questioned weld, to the satisfaction of the NFA. 4.4.1.4 Note shall be made on the plans and on the shop drawings of those joints in which it is especially important that the welding sequence and techniques of welding be carefully controlled to minimize welding under restraint and to avoid distortion. Weld length called on the plans and on the shop drawings shall be the net effective lengths. 4.4.1.5 Welding symbols used on the plans and the shop drawings shall preferably be the American Welding Society Symbols. Other adequate welding symbols may be used, provided a complete explanation thereof is shown on the plans or drawings. 4.4.2 CONNECTION AND HOLES 4.4.2.1 Connections shall be shown in the drawings and shall develop the fully capacity of the members.

Page 81: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

81

4.4.2.2 Surfaces or joints prepared for welded or which strength bolted connections shall comply with the cleanliness requirements of all joints surfaces and contract surfaces within the friction type joints as specified in section 3, " Bolted Parts of the AISC Specifications ". 4.4.2.3 Holes shall be punched or drilled at right angles to the surface of the metals and shall not be enlarge by burning. Holes shall be clean-out without rugged edges. Outside burst resulting from drilling or reaming operations shall be removed with a tool, which reaches a 1.588 mm level around the bolt holes. 4.2.3 QUALITY CONTROL PROCEDURES Quality Control Procedures shall be practiced by the fabricator to assure high quality in the work. In addition to the fabrication to the fabricator's quality control procedures, materials and workmanship shall be subject to inspection by qualified inspectors representing the NFA. Fabricator shall cooperate harmoniously with the inspector to avoid interruption of the work, when correction will be needed. 4.6 MARKING Shop fabricated members shall be marked for delivery to facilitate the erection of the members. Markings shall be listed and given description and copies of which be furnished to the field and the NFA. Markings shall be neatly painted on the members with a distinctive color of enamel paint. 4.5 ERECTION The steel structure shall be erected plumb and true to line and grade. Bracing and supports shall be introduced whenever necessary to take care of all loads to which the structure may be subjected. Such bracing shall be left in place as long as may be required for safety. 4.7 SHOP PAINTING Steel works to be encased in concrete shall not be painted. All other steel works shall be given one coat of shop paint of red lead primer of high quality brand applied thoroughly and evenly to dry surface, which have been cleaned by brush, spray roller coating, flow coating or dipping at the section of the fabricator. Steel work prior to painting and after inspection and approval shall be cleaned of loose mill scale, weld slag of flux deposit, dirt and other foreign material. Oil and grease shall be removed by solvent rusted parts shall be de-rusted. Parts of the steel work which shall be field welded or connected shall not be painted. All steelworks specified to have no shop paint shall likewise be thoroughly cleaned. 4.8 FIELD PAINTING All steel work after complete erection shall be field painted with the type and color specified in the section of painting of this specifications. Paintings shall not be done on any steel surface that is not clean and dry. 5.0 TINSMITH WORKS 5.1 SCOPE OF WORKS 5.1.1 Complete construction of all tinsmith works including supply of all materials, labor, equipment and supervision necessary to properly conduct and produce the desired work product. Included herein are supply and installation of all roofing, ventilator sheets ( if any ), flashing, gutters, down spouts (up to catch basin and canal), sealant, fasteners, insect screens, and all temporary works and structures necessary for the efficient, smooth and up-to-date completion of the project.

Page 82: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

82

5.1.2 All other items that may not be shown on the plans but are absolutely necessary for the successful completion of the project shall be considered as part of the works and shall be implemented following accepted and best engineering procedures without additional cost to NFA. 5.2 ROOFING SYSTEM 5.2.1 Roofing shall be 0.500 mm thick (base metal) rib-type, pre-painted, long span galvanized iron (G.I.) sheet with a feed width of not more than 0.915m (3 feet). 5.2.2 Laying of roofing sheets should start from the end opposite the direction of the prevailing wind, overlap the next sheet to the first sheet and fix according to fastening procedures. 5.2.3 Where roofing are to rest on steel purlins, use tekscrew at every ribs. In between washer and roof sheet, provide neoprene washer as water seal. 5.2.4 In addition, fasteners at the first corrugation of ever side lap shall be provided. 5.3 FLASHING AND RIDGE ROLLS 5.3.1 All flashing and ridge rolls shall be min. 0.500 mm thick ( base metal ) plain, factory pre-painted and shape to dimensions indicated in the plans. 5.3.2 Fasten all flashing to the roofing sheets by means of rivets at every 0.30 m to 0.35 m on centers. Apply water-sealant on all rivets. Provide a minimum of 0.30 lapping for all flashing. 6.0 CARPENTRY AND JOINERY 6.1 SCOPE OF WORK Furnish all labor, equipment and materials necessary to carpentry and joinery works. 6.2 QUALITY OF LUMBER Lumber shall be of approved quality of the respective kinds of required for the various parts of the work, well-seasoned, treated, thoroughly dry and free from large, loose or unsound knots, saps, shakes or other imperfections, impairing their strength, durability and appearance. 6.3 KIND OF LUMBER Unless otherwise indicated in the plans or specified hereinafter, use: 6.3.1 YAKAL For all interior or exterior doorjambs and heads, anchor plate, bearing plate and all other woodwork specified as " yakal ". 6.3.2 APITONG For all woodworks specified as " apitong ". 6.3.3 TANGUILE For all ceiling works, nailers and braces, ceiling runner, nailers and hangers, and other woodworks specified as " tanguile ". 6.3.4 KILN - DRIED TANGUILE 6.4 INTERIOR CEILING

Page 83: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

83

6.4.1 Ceiling boards shall be 6.0 mm thick ordinary plywood with open joists securely nailed to the ceiling nailers with finishing nails spaced not more than 0.20 mm apart. Ceiling nailers shall be placed at 0.60 m.o.c. both ways unless otherwise known or detailed in the drawing. 6.4.2 For ceiling under roof eaves. Use as indicated in the plans. 6.5 PROTECTION AND STORAGE Lumber shall be protected and kept under cover both in transit and at the job site. Materials acquiring imperfection due non-protection, shall be rejected. All lumber surfaces in contact with concrete or hollow blocks shall receive two brush coat of asphalt, applied hot. All lumber surfaces shall receive two coats of clear "solignum" or its equivalent upon installation. 6.6 SUBSTITUTION OF LUMBER Any lumber equally good for the purpose intended may be substituted for the kinds specified upon approval by NFA, provided however, that in the substitution of a cheaper kind of lumber than that specified, a reduction of the contract price, equal to the difference of cost of the two kinds of lumber will be made. Prices of the date upon which authority for said substitution is granted shall be basis of said reduction in price. 6.7 WORKMANSHIP Framing lumber and other carpentry shall be fitted closely set accurately to the required lines, planes, and levels, and shall be secured in places in a rigid in a substantial manner. Spiking, nailing, and bolting shall be done in an approved manner. Spikes, nails and bolts shall be of the power size, and care shall be taken not to split or impart hammer marks on the wooden member. All frames in contact with concrete or hollow blocks shall be anchored by means of 20 D nails not more than 15 m apart all around the contact surfaces. Bolt holes shall be drilled accurately those of the desired quality shall be dismantled and corrected to the satisfaction of the NFA. All exposed wood surfaces shall be smoothly dressed and if so required shall be sand papered to an even smooth surface ready for finishing. 7.0 DOORS, WINDOWS, LOUVERS AND IRON GRILLS 7.1 SCOPE OF WORK The work consists of the supply and installation of window wrought iron grill steel and wooden doors, windows and louvers complete with all the required glazing and hardware. 7.2 WOODEN DOORS Wooden door shall be of quality manufactured, guaranteed against warping, twisting and cracking. They shall be installed in a clean fit into the doorjambs and headers and shall swing smoothly about its hinges. 7.2.1 FLUSH DOORS All flush doors indicated in plans, shall be doubled faced with 12.50 mm thick tanguile plywood ( waterproofed plywood for sides exposed to moisture ) paneling on "kiln-dried" red lauan or tanguile framing. Plywood edged shall be rabbeted around into the outside frame of the door in order not to peel off plywood edges. Each door shall be of the dimensions shown in the plans and shall hung on 0.10 m x 0.10 m butt hinges. Hinges shall be brass, loose pin and ball tipped butts, brass finished.

Page 84: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

84

7.2.2 GENERAL STORAGE DOORS All storage doors shall be steel sliding doors, screened sliding doors as specified in the plan. Accessories for fixing and locking shall likewise to be furnished by the contractor. 7.3 STEEL CASEMENT AND AWNING WINDOWS All steel casements and awnings shall be acquired from an approved manufacturer in this line of product. Steel casement and awning windows shall be cut from hot-rolled solid steel bars. Frame and ventilator members shall be especially designed z -section not less than 25 mm depth nor 3 mm thickness, with weathering baffles rolled and casement leaf members. Mountings shall be 0.020 m rolled to sections. Corners of frames and ventilator shall be metered and electrically butt- welded with exposed surfaces ground smooth. All casement and awning leaves shall be side-hinge and be equipped with friction type hinges welded to frame and vent members. Windows shall be for glazing clips and steel casement putty. Each vent shall have a locking handle and a silkworm drive operator. Locking handle shall have bronze lacquer finish and shall engage with concealed keeper attached to vent and shall have a compaction that will securely lock casement of awning leaf to the frame. Extension type hinges welded to frame and vent shall be bronze brushed, with steel hinges and pins and shall provide ferrous to non- ferrous contacts between all movable surfaces. All window openings shall be provided with wrought iron grill as designed by NFA. 7.4 GLAZING Unless otherwise indicated, glass shall be 3.175 mm thick clear glass, neatly and firmly attached to its frame with and approved brand or putty. Glazing shall be free from any imperfections such as bubbles and scratches, and shall have an even regular surface and shall not have distortion of image that passes through it. 7.5 HARDWARE 7.5.1 ROUGH HARDWARE The contractor, shall provide all rough hardware required for the completion of the work including nails, spikes, log screws, bolts and nuts, etc. and shall install and fit in the most approved manner. Other hardware not herein specifically mentioned but necessary to have the work completed shall likewise be supplied and installed by the contractor. 7.5.2 FINISH HARDWARE The contractor shall furnish all required finishing hardware and install in the most satisfactory operative condition for all doors, windows, closets, built -in cabinets, counters, drawers, lockers and all other operation members through the project. 7.5.2.1 LOOSE - PIN HINGES (A-1) Unless otherwise indicated in the plans or described in this specifications, each leaf of hinge door shall hung on the butts for doors of 1.50 to 2.10 meter in height three (3) butt hinges shall be provided. All loose-pin hinges shall be "Griffin", "Stanley" or equivalent brands and of brass finish. 7.5.2.2 DOOR LOCK SETS (A-1) All interior doors shall be provided with a set of door lock of high quality brand. (A-2) All exterior and exit doors shall be provided with a set of door lock of high quality brand. (A-3) All entrance doors for toilet shall be provided with a set of door lock of high quality brand. The contractor shall install and fit each door lockset all in accordance with the manufacturer's standard installation.

Page 85: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

85

7.5.2.3 Other Finishing Hardware Such as cabinets and drawers lock, pulls, friction catches, cabinet handles, and all other hardware not herein specifically mentioned shall likewise be provided and installed by the contractor. Design, finish and brand shall be approved by NFA. 8.0 TILE WORK 8.1 SCOPE The work includes the supply and installation of all tile work required. 8.2 MATERIALS UNGLAZED TILES Unglazed vitrified tiles as specified in the plan floors. Glazed tiles as specified in the plans, Class "A" for all bathroom walls at a wainscot height of 1.50 meters for interior Toilet & Bath and a wainscot height of 0.30 meter for exterior Toilet & Bath; kitchen counter and counter splash boards and urinal counter. 8.3 INSTALLATION Installation of cement tiles shall be started after the concrete slab has been corrected to a flat plain surface, to the required grade, and the surface roughened for ready adhesion of the tiles. Surface to be applied with tiles shall be thoroughly clean and dry, and the tiles shall be laid out with care and technique to assure accurate alignment and level. 9.0 PLUMBING FIXTURES AND SYSTEM 9.1 SCOPE OF WORK The work includes the following: 9.1.1 Supply and installation of all pipes and fittings for all sanitary lines and lines. 9.1.2 Supply and installation of all plumbing fixtures shown in the drawings and described in this specifications. 9.1.3 Installing a system of water distribution pipes to all fixtures in the building. 9.1.4 Installing a system of Drain, Soil, Waste, Vent and Building Sewer. 9.1.5 Connection building sewer to the septic tank to be constructed following standard specifications. 9.2 GENERAL All works as described herein shall conform to the Bureau of Health Standards and the National Plumbing line to a full length of 6 meters and provided with a ready connection with the main water supply line.

Page 86: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

86

9.3 WATER SERVICE LINES 9.3.1 Piping shall be of standard PVC pipe, the size as indicated in the drawings or as specified here. The main service line shall extend beyond the building line to a full length of 6 meters and provided with a ready connection with the main water supply line. 9.3.2 Provide 300 mm extension pipes from water fixtures (faucets, showers, urinals & water-closets) for excessive water pressure protection. Execute water pressure test for one (1) day before finishing. 9.3.3 Water Supply Pipe Size Type of fixture Pipes Size (inches) Lavatory 9.53 mm Shower (Single head) 12.70 mm Urinal (direct flush valve) 12 mm Sink (Service, slop) 12.70 mm Water closet (flush type) 12.70 mm Minimum, fairy constant, service pressure at a point of outlet discharge shall be not less than 55 kPa (8 psi) for all fixture except for direct flush valves, for which it shall be not less than 103 kPa (15 psi) and except where special equipment is used requiring higher pressure. 9.4 WASTE WATER AND SEWERAGE SYSTEM Piping for sanitary lines shall be PVC pipes. Water closets, urinal, lavatories, sink and drain pipes shall connect directly to soil pipes leading to the septic vault. Every water closet and lavatory shall be provided with individual shut -off. All joints and connections shall be permanently gas and water tight. Every plumbing fixtures shall be separately provided with vented water sealed trap placed closed to the fixtures. All soil and waste stack and any vent that project through the roof shall be carried up to at least 0.60 m above the roof building. The open end of the vent pipes shall be entirely and securely covered with 16 mesh copper bronze cloth of no. 32 wires. All exposed fittings shall be chrome plated. Straps, small and floor drain shall be nickel plated. 9.5 PIPE CLEAN-OUTS GENERAL REQUIREMENTS 9.5.1 The bodies of clean-out ferrules shall conform in thickness to that required for pipe and fittings of the same metal and shall extend not less than (6.35 mm) above the hub. The clean-out plug shall be heavy brass no less than 3.175 mm thick, and shall be provided with a raised nut of necessary socket fore moved in conformance with American Standard Tapered Pipe threads. 9.5.2 Clean outs shall be of the same nominal size as the pipes up too 0.10 m and not less than 0.10 m for larger pipes. 9.6 PLUMBING FIXTURES Plumbing fixtures shall include the following: 9.6.1 WATER CLOSETS- shall be of high quality brand, complete with fittings seats and cover, and other necessary accessories. 9.6.2 LAVATORIES- where required shall be of high quality brand, all white, with U.S. Chrome-plate faucet and P-trap.

Page 87: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

87

9.6.3 SHOWER HEADS- shall be chrome-plate shower valves and faucet and with adjustable chrome-plate shower head, the brand as indicated in the drawings. 9.6.4 TOILET PAPER HOLDERS and SOAP HOLDERS- shall be flush type and have glazed finish. 9.6.5 INSTALLATION- all fixtures shall be installed firmly and carefully to avoid injury to item. They shall be installed with high quality workmanship to the satisfaction of the NFA. 9.7 SEPTIC VAULTS The contractor shall provide and install a septic vault of such size and dimensions as indicated in the drawing. It shall be installed or constructed to the area designated by the NFA. Plumbing connection shall be in accordance with the sanitary code of the National Plumbing Code. 10. PAINTING AND VARNISHING 10.1 SCOPE OF WORK The principal items of work shall be the following: 10.1.1 Cleaning, sanding, sealing, preparing and painting of all wooden and masonry surfaces exposed to view on exterior and interior part of the building. 10.1.2 Cleaning, washing and/or treating, preparing of all GI sheet roofing, gutters, ventilator, down spouts, ridge rolls flashing, GI fascia before any final coat is applied. 10.1.3 Cleaning, sanding, preparing, sealing, and painting of all visible metal work surfaces including steel windows, doors, grills, railings, louvers and steel ladders. 10.1.4 Cleaning, sanding, preparing, sealing and painting of ceilings, eaves, fascia boards, visible exterior and interior surfaces of wood partitions, jambs, cabinets, counters, and other woodworks. 10.1.5 Cleaning, sanding, sealing, preparing, staining and varnishing of all visible surfaces of inferior wood works as specified to be varnished. 10.2 GENERAL Unless otherwise specified, the whole building shall be given one (1) coat primes and of paints are, in accordance to the color schemes to be provided by the NFA. 10.2.1 MATERIALS- All paints to be used shall be of high quality brand. Whenever applicable, the following kind of paints are scheduled for: (A-1) For wrought iron grill woks, steel window frames, railings, and other exposed metal, use: Primer : 1 coat Red Lead Finish : 2 coat, quick-drying enamel paint (A-2) For door panels, jambs, cabinet, doors, counters, use: Primer : 2 coats of enamel under coat Finish : 1 coat quick-drying enamel paint

Page 88: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

88

10.3 WORKMANSHIP Painting works shall be done in the best workmanship and complying with the following before and after painting applications: 10.3.1 Woodworks - all wooden surfaces shall be thoroughly sand papered smoothly, hand-dressed and cleaned of dust, dirt, oil and grease. All nail holes, cracks, plywood joints, corner gaps and other imperfections shall be filled with white glazing putty, sand papered to an even and smooth surfaces after the first coat have been applied and in between the succeeding costs. 10.3.2 Concrete works - before any paint is applied, all surfaces shall be thoroughly dry and free from alkali, dirt or grease, mortar spots dried on the surfaces, shall be thoroughly cleaned and scrapped to an even and smooth surface. All salts or fluorescence on the surface shall be carefully removed and wash with a solution consisting of 1 kg of zinc sulfate to a gallon of water. Crystals formed on the surface shall be wiped off before any coat or primer is applied. All cracks and surface dents must be patched of with latex putty after the first coat is applied. A minimum of 24 hours or as directed by NFA shall be given before applying the succeeding costs. No exterior paintings shall be done when the weather is damp or raining now and then during the day. 10.3.3 Metal Works - before any paint is applied, all surfaces shall be thoroughly clean, free from dirt, oil or grease, remove all scale, rust, and other foreign matter by de-rusting chemical, wire brushed, sand papered, and if so required, should be sandblasted, GI gutters down spouts and fascia shall receive a coat of red lead primer. 10.4 The NFA reserve the right to sample all paint shipments at the final destination and to withhold acceptance of the paint until it is approved to be used. Failure of the samples to meet any or all requirements of the specifications shall be considered cause for the rejection of the paints tested. 11.0 ELECTRICAL WORK WIRING SPECIFICATION 1.1 GENERAL SPECIFICATION 11.1.1 Work covered by this specification shall include furnishing all labor, materials, equipment and services required to construct and install the complete electrical system shown on accompanying plans and specified herein. All works shall be in accordance with the Latest Edition of Philippine Electrical Code, and rules and regulation of the Bureau of Standard and Specifications except where conflict with such codes, etc., In which case the latter shall govern. 11.1.2 Work Covered - under this section of specifications, the contractor shall provide all materials and equipment and perform all the works necessary for the complete execution of all the electrical works as shown on the electrical drawings as herein specified; except as otherwise excluded, and which without excluding the generality of the foregoing, shall include, but not limited to, the following principal items of work: 11.1.2.1 A complete wiring of the exteriors lighting and proper system including all feeders, branch circuits and connections to all lighting power cutlets. 11.1.2.2 All general lighting fixtures and lamps. 11.1.2.3 Temporary service installation as require by other crafts during the construction. 11.1.2.4 Complete testing of all electrical system.

Page 89: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

89

11.1.2.5 Grounding system of equipment. 11.1.2.6 Optional items of work. 11.1.2.7 Painting of electrical works and equipment. 11.1.2.8 If anything has been omitted on any item of work on materials usually furnished which are necessary for the completion of the electrical works as outlined herein before, then such items must be and are hereby in this section of the work. 11.2 CODES, REGULATIONS AND ORDINANCES The electrical items under this contract is to be installed according to the requirement of the latest Philippine Electrical Code, the rules and regulations of the Authority concerned and the requirements of the local power company. Nothing contained as to conflict with the National and Local Ordinances or laws governing the installation of the electrical works and all laws and ordinances are hereby made part of these specifications. The contractor is required to meet the requirements thereof.

11.3 PLANS AND DRAWINGS

11.3.1 The contract drawings which constitute and integral part of this contract, shall serve as working drawings. They indicate the general layout of the complete electrical system and show arrangements of feeder circuits, outlets, switches, control panel board, service equipment fixtures and other works.

11.3.2 The electrical contractor shall check the architectural, structural and plumbing plans to avoid possible installation conflicts. Should drastic changes from original plans be necessary to resolve such conflicts, the contractor shall notify the project inspector and shall secure from him written approval and agreement concerning necessary changes and adjustments before altered installation work is started.

11.4 SAMPLES AND DRAWINGS 11.4.1 The contractor shall submit to the project inspector for approval samples of circuits, wire cables, wiring devices, finished plates and of any items as may be required by the project inspector.

11.4.2 Prepare and submit for approval the shop drawings of catalogues of fixtures, lamps and equipment.

11.5 MINOR MODIFICATIONS The plans as drawn are based upon architectural plans and details and show conditions as accurately as possible to indicate them in scale. The plans are diagrammatical and do not necessarily show all fittings, etc., necessary to fit the conditions. The locations of lighting fixtures, convenience outlets and switches shown on the plans are approximate. The contractor shall be responsible for the proper location in order to make them fit with architectural details.

11.6 GUARANTEES

11.6.1 The contractor shall guarantee that the electric systems are free from all grounds and from all defective workmanship and materials and will remains so for a period of one (1) year from the date of acceptance of work. Any defects, appearing within the aforesaid period shall be remedied by the contractor at his own expense.

11.6.2 The contractor shall indemnity and save harmless the NFA and his duty authorized representative from and against all liability for damages arising from injuries or disabilities to persons or damage to property occasioned by any act or omission of the contractor, including

Page 90: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

90

and all expensed, legal or otherwise which may be incurred by the NFA in the defense of any claim, action or suit.

11.7 APPROVAL, SUBSTITUTIONS, ETC. Whenever herein after the works “or APPROVED” (make type, arrangements, etc.) Are used specially in regard to manufactured specialties etc. Or wherever it is desired to substitute a different make or type of materials for that specified, all information pertinent to the adequacy and adaptability of the proposed materials, shall be submitted to the project inspector and his approval secured before the apparatus is ordered or installed.

Page 91: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

91

ROOFING SPECIFICATION (Rib-Type Roofing)

PROFILE : Rib-Type THICKNESS : Min of 0.500 mm thk. (Base Metal) PITCH : 143 mm – 260 mm NOMINAL WIDTH : 790 – 810 mm EFFECTIVE WIDTH : 720 mm – 760 mm VALE : not less than 25 mm LENGTH : Long Span MATERIAL : Made of G. I. (Aluminum-Zinc Galvanized Sheets)

Page 92: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

92

SITE DEVELOPMENT PLAN

Page 93: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse with

Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City

93

Page 94: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

94

BILL OF QUANTITIES

Page 95: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse with

Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City

95

FACSIMILE F

Name of Project : Design and Build of 50 TCC Warehouse with Warehouse Supervisor’s II Office and Shed Location of Project : NFA Compound, Masbate City

BILL OF QUANTITIES (BOQ)

Item No.

Description Unit Quantity

Amount Total Direct Cost

Overhead Contingencies Miscellaneous

Profit Margin

Bid Offer Before Taxes

Amount of

Taxes

Total Bid Including

Taxes Matl's Labor

A. Mobilization/Demolization lot 1

B. Site Works sq. m. 1,490

(Clearing and Earth Works)

C. Warehouse Building sq. m. 1,200

D. Warehouse Supervisor's Office with Shed

a. Office (10m x 5m) sq. m. 50

b. Shed (5m x 18m) sq. m. 90

E. Other Works lot 1

(Re-routing of canal)

Total

CERTIFIED CORRECT : Date : ________________________________________________ _______________ Name, Designation and Signature of Authorized Signatory Name of Bidder _____________________________________ Address _____________________________________ Telephone No. _____________________________________ Fax No. _____________________________________ Email Address _____________________________________

Page 96: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse with

Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City

96

FACSIMILE F

Name of Project : Design and Build of 50 TCC Warehouse with Warehouse Supervisor’s II Office and Shed Location of Project : NFA Compound, Masbate City

BILL OF QUANTITIES (BOQ)

Item No.

Description Unit Quantity

Amount Total Direct Cost

Overhead Contingencies Miscellaneous

Profit Margin

Bid Offer Before Taxes

Amount of

Taxes

Total Bid Including

Taxes Matl's Labor

Sum Totals (Items A to E)

Summ Col A

Summ Col B

Summ Col C

Summ Col D Summ Col

E Summ Col

A-E

Add: Sum Totals (Itemized Taxes)

1)VAT

Summ 1) Items A-E

2)Income Tax

Summ 2) Items A-E

3)Local Taxes

Summ 3) Items A-E

4)Etc. (Specify)

Summ 4) Items A-E

GRAND TOTAL - ALL ITEMS

xx xx xx

CERTIFIED CORRECT : Date : ________________________________________________ _______________ Name, Designation and Signature of Authorized Signatory Name of Bidder _____________________________________ Address _____________________________________ Telephone No. _____________________________________ Fax No. _____________________________________ Email Address _____________________________________

Page 97: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

97

FACSIMILE G

Name of Contract: Design and Build of 50,000 Bags Capacity Warehouse with Warehosue Supervisor’s II Office and Shed

Location : NFA Compound, Masbate City

BILL OF QUANTITIES (BOQ) SUMMARY

ITEM NO.

DESCRIPTION

BID BEFORE TAXES

AMOUNT OF

TAXES

TOTAL BID INCLUSIVE

OF TAXES

A. Mobilization/Demolization

__________

__________

__________

B. Site Works __________ __________ __________

(Clearing and Earth Works)

C. Warehouse Building __________ __________ __________

D. Warehouse Supervisor's Office with Shed

a. Office (10m x 5m) __________ __________ __________

b. Shed (5m x 18m) __________ __________ __________

E. Other Works __________ __________ __________

(Re-routing of canal)

GRAND TOTAL

__________

__________

__________

NOTE: DATA / FIGURES WILL BE TAKEN FROM FACSIMILE F

CERTIFIED CORRECT:

Signature of Authorized Signatory

Name and Designation

Name of Bidder

Address

Telephone No./Fax No.

Page 98: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

98

BIDDING FORMS

Page 99: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

99

BID FORM Date: To : NATIONAL FOOD AUTHORITY Regional Office V Address : Pier Site, Legazpi City We, the undersigned, declare that: a. We have examined and have no reservation to the Bidding Documents, including Addenda, for the Contract of Design and Build of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City; 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 is: __________________________ Total Amount before Tax (in figures) __________________________ Add: Amount of Tax : Value Added Tax ________________ Local Tax ________________ Other Taxes ________________ Total Taxes __________________________ Total Amount after Tax In Figures __________________________ In Words _______________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ _____________________________________________ insert information c. Our Bid shall be valid for a period of _______ (insert number) 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;

Page 100: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

100

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: In the capacity of: Signed: Duly authorized to sign the Bid for and on behalf of: Date:

Page 101: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

101

Form of Contract Agreement

DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND SHED AT NFA COMPOUND, MASBATE CITY

THIS AGREEMENT, made this __th day of ________, 20___ between NATIONAL FOOD

AUTHORITY REGIONAL OFFICE V with office address at Pier Site, Legazpi City (hereinafter called the “Entity”) and [Name and address of Contractor] (hereinafter called the “Contractor”).

WHEREAS, the Entity is desirous that the Contractor execute the Design and Build of

50,000 Bags Capacity Warehouse With Warehouse Supervisor’s II Office and Shed at NFA compound, Masbate City with Contract Reference No. RO5-WORKS-2014-00 (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.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement, words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents shall be attached, deemed to form, and be read and

construed as part of this Agreement, to wit: (a) General and Special Conditions of Contract; (b) Drawings/Plans; (c) Specifications; (d) Invitation to Bid; (e) Instructions to Bidders; (f) Bid Data Sheet; (g) Addenda and/or Supplemental/Bid Bulletins, if any; (h) Bid form, including all the documents/statements contained in the Bidder’s

bidding envelopes, as annexes; (i) Eligibility requirements, documents and/or statements; (j) Performance Security; (k) Credit line issued by a licensed bank, if any; (l) Notice of Award of Contract and the Bidder’s conforme thereto; (m) Other contract documents that may be required by existing laws and/or the

Entity: (1) Construction Schedule and S-curve (2) Manpower Utilization Schedule (3) Construction Methods (4) Equipment Utilization Schedule (5) Construction Safety and Health Program (6) PERT/CPM

FUNDS AVAILABLE:

ALEXANDER C. PARRERA

Regional Accountant

NATIONAL FOOD AUTHORITY CONTRACTOR By: BY:

RUBEN J. RESIDE

Regional Director Owner/Manager

Page 102: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

102

3. In consideration of the payments to be made by the Entity to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Entity to execute and complete the Works and remedy any defects therein in conformity with the provisions of this Contract in all respects.

4. The Entity hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects wherein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the times and in the manner prescribed by this Contract.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed the

day and year first before written. Signed, sealed, delivered by the (for the Entity) Signed, sealed, delivered by the (for the Contractor). Binding Signature of PROCURING ENTITY ________________________________________________ Binding Signature of Contractor ________________________________________________ [Addendum showing the corrections, if any, made during the Bid evaluation should be attached with this agreement]

FUNDS AVAILABLE:

ALEXANDER C. PARRERA Regional Accountant

NATIONAL FOOD AUTHORITY CONTRACTOR By: BY:

RUBEN J. RESIDE

Regional Director Owner/Manager

Page 103: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

103

ACKNOWLEDGMENT

BEFORE ME, Notary Public, for and in the city of _________________ personally appeared the following: Name Community Tax Certificate No. Date/Place of Issue ______________________________ ______________________ _____________________ ______________________________ ______________________ _____________________ ______________________________ ______________________ _____________________ ______________________________ ______________________ _____________________ both known to me and known to be the same persons who executed the foregoing instrument and acknowledged to me that the same is their free, voluntary act and deed. THIS INSTRUMENT consisting of three (3) pages including this page upon which this acknowledgment is written and signed by the parties and their instrumental witnesses above their typewritten names on this page and on the bottom margin of each and every page, refers to the Design and Build of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City. WITNESS MY HAND AND SEAL this ___th day of __________________, 20___ in the city of _________________.

Notary Public

Doc. No. ________ Page No. ________ Book No. ________ Series of ________

FUNDS AVAILABLE:

ALEXANDER C. PARRERA Regional Accountant

NATIONAL FOOD AUTHORITY CONTRACTOR By: BY:

RUBEN J. RESIDE

Regional Director Owner/Manager

Page 104: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

104

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ___________ ) S.S.

A F F I D A V 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:

1. Select one, delete the other:

If a sole proprietorship: I am the sole proprietor 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 of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name of the Project] of the [Name of the Procuring Entity]; 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 and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate issued by the corporation or the members of the joint venture)];

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;

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;

6. Select one, delete the rest:

If a sole proprietorship: I am 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;

Page 105: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

105

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 following responsibilities as a Bidder: a) Carefully examine all of the Bidding Documents;

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].

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________,

Philippines. _____________________________________ Bidder’s Representative/Authorized Signatory

[JURAT]

Page 106: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

106

CHECKLIST OF TECHNICAL AND FINANCIAL COMPONENT REQUIREMENTS FOR BIDDERS

NAME OF PROJECT : DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND SHED LOCATION : NFA COMPOUND, MASBATE CITY ABC : Php 15,000,000.00 Target Completion : 180 Calendar days

INSTRUCTIONS: The following required documents shall be accomplished, satisfied and submitted in chronological order to the NFA RBAC on February 2, 2015, 9:30 AM at the NFA Regional Office located at Pier Site, Legazpi City. Prospective Bidders are required to submit in four (4) copies each of the required documents. All pages of the Bid, including attachments thereto shall be initialed by the person signing the Bid.

A. ENVELOPE #1 (TECHNICAL COMPONENTS) ELIGIBILITY DOCUMENTS

1.1 Certificate or Business Name Registration of the Firm whichever may be appropriate under existing laws. (SF-INFR-10)

1.2 Articles of Incorporation, Partnership or Cooperation.

1.3 Valid 2014 Mayor's permit/Municipal License/Business Permit issued by the City or municipality where the principal place of business of the prospective bidder is located. (SF-INFR-11)

1.4 Duly Notarized Relevant Statement of all on-going, completed, awarded but not yet started design/design and build related contracts including curriculum vitae of key staff, partners or principal officers.

1.5 Duly Notarized Statement of all completed design/design and build related contracts which are similar in nature, (Required amount is 50% of Php 15,000,000.00 ).

1.6 Valid licenses issued by PRC for design professionals in accordance with the provisions under Section 24.1(a)(iv) of the Revised IRR of RA 9184.

1.7 Valid and current Philippine Contractors Accreditation Board (PCAB) Contractor's license and registration for the type and cost of the contract for this Project, that is, Size Range Small B and License Category C & D. (SF-INFR-09)

1.8 2013 Audited Financial Statements stamped "RECEIVED" by the BIR or its duly accredited and authorized institutions.

1.9 Duly signed computation of Net Financial Contracting Capacity (NFCC) which should be at least equal to ABC or a credit Line Certificate (CLC) which must come from a Universal or Commercial Bank duly sworn and subscribed to by the bank official. (SF-INFR-20)

1.10 Valid Joint Venture agreement (JVA), in case the joint venture is already in existence. In the absence of a JVA, duly notarized statements from all 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. (SF-INFR-22)

TECHNICAL DOCUMENTS

2.1 Bid Security a) Cash, Manager's Check/Cashier's Check issued by a universal or commercial bank at 2% of ABC or 300,000.00 b) Bank Drafft/Bank Guarantee or Irrevocable Letter of Credit (equal to 2% of ABC or 300,000.00) (SF-INFR-36)

Page 107: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

107

c) Surety Bond callable upon demand at 5% of ABC or Php 750,000.00 (SF-INFR-37 /SF-INFR-38) d) Notarized Bid Securing Declaration

2.2. Narrative Design and Construction Methods (SF-INFR-43)

2.3 Duly signed complete preliminary Conceptual Design Plans.

2.4 Duly signed Value Engineering Analysis of Design and Construction Method.

2.5 Duly signed Contractor's Organizational Chart for the Project to be Bid. (SF-INFR-44) (One for Design and One for Construction)

2.6 Design and Build Personnel’s Certificate of Employment. (SF-INFR-46)

2.7 Design and Build Personnel’s Bio-data (Format) with photo copy of License of Structural Engineer and/or Civil Engineer & Electrical Engr. Assigned to the project. (SF-INFR-47)

2.8 Duly signed List of Design and Build personnel, to be assigned to the project , with their complete qualification and experience.

2.9 Duly signed List of Contractor's equipment units, which are owned, leased, and/or under purchase agreement) pledged to the proposed project. (SF-INFR-49)

2.10 Statement of Availability of Design and Build personnel that may be used for the contract & availability of equipment owned, under lease &/or has under purchase agreement that may be used for the contract (SF-INFR-18)

2.11 Duly signed Construction Safety and Health Program

2.12 Omnibus Sworn Statement by the prospective bidder or its duly authorized representative in the form prescribed by the GPPB (FACSIMILE D)

2.13 Notarized Authority of the Signatory (as applicable) a.) Single Proprietorship-Special Power of Attorney b). Partnership-Partnership Resolution c.) Corporation-SPA or Board Resolution with Secretary's Certificate d) Joint Venture-Resolution by all JV Members/Partners e.) Cooperatives-Board Resolution with Secretary's Certificate (SF-INFR-39 / SF-INFR-40)

2.14 Contractor's Profile (SF-INFR-26)

2.15 Statement of Conformity with the Specifications (FACSIMILE C)

2.16 Contractor’s Letter Certificate to Procuring Entity (SF-INFRA-45)

B. ENVELOPE #2 (FINANCIAL COMPONENTS)

1. Duly signed Lump Sum Bid Prices, including the Detailed Engineering Cost, in the prescribe Bid Form.

2. Duly signed Bid Prices in the Bill of Quantities (BOQ) 3. Duly signed Bill of Quantities (BOQ) Summary 4. Duly signed Detailed Cost Estimates 5. Duly signed Cash Flow by Quarter and Payments Schedule

NOTE: Within three (3) calendar days from receipt by the bidder of the Notice from BAC that the bidder has the Lowest Calculated Bid, the bidder shall submit the following documentary requirements to the BAC:

1. Current and valid Tax clearance 2. Latest Income and business tax returns [2nd Quarter and 3rd Quarter

of 2014]

3. Certificate of PhilGEPS Registration

Page 108: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

108

4. Design and Contruction Schedule & S-Curve 5. Manpower Utilization Schedule (SF-INFR-42) 6. Equipment Utilization Schedule (SF-INFR-50) 7. Schedule of Design and Construction Works in PERT/CPM

Page 109: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

109

SAMPLE FORMS/DOCUMENTS

Page 110: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

110

Standard Form Number: SF-INFR-09 Revised on: July 29, 2004

Republic of the Philippines Department of Trade and Industry

CONSTRUCTION INDUSTRY AUTHORITY OF THE PHILIPPINES PHILIPPINE CONTRACTORS ACCREDITED BOARD

Makati city, Metro Manila

CONTRACTOR'S LICENSE

This certifies that

CONTRACTOR'S PARTICULARS

Authorized Managing Officer (name and signature) NOT VALID W/O

SIGNATURE

Sole Proprietoship/Partnership/Corporatoin

Head Officer Location (Region)

Taxpayer Identification Number (TIN)

LICENSE PARTICULARS

License First Issue Date and Number No. having complied with all the requirement for licensure in accordance with Republic Act No. 4566, as amended, and its implementing rules and regulations, is hereby authorized to engage in the construction contracting business in the Philippines, subject to limitations of license validity period, classification and category as prescribed under License Particulars in the box to the right hereof and to the terms and conditions annotated at the back hereof.

Validity Period of this License/Renewal To

Principal Classification and Category

Other Classification/s

This further certifies that said license, subject to the limitations of the above prescribed license validity period and registration validity period, kind/s of project and size range/s as indicated under Registration Particulars in the box to the right hereof, is a PCAB registered contractor for government projects.

REGISTRATION PARTICULARS Registration Date and Number No. Validity Period of this Registration to

Kinds of Project and Respective Size Ranges

Given at Metro Manila, Philippines, on

FOR THE BOARD

____________________ Officer-in-Charge ____________________ Board Secretary

FORM _______________

IMPORTANT NOTICE: Filing schedule for license renewal application - <Insert Date>

Page 111: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

111

Standard Form Number: SF-INFR-10 Revised on: July 29, 2004

Republic of the Philippines Department of Trade & Industry

(REGION)

Certificate of Registration OF

BUSINESS NAME THIS IS TO CERTIFY THAT

as a business name, or firm or style was registered in this office on by:

who will expire on , in accordance with the provisions of Act No. 3883 of the Philippine Legislature approved on November 14, 1931 as amended by Act No. 4147, approved November 29, 1934, and Republic Act No. 863, approved June 16, 1953, and in compliance with the rules and regulations prescribed by the Department of Trade and Industry. IN TESTIMONY WHEREOF, I have hereunto set my hand caused the seal of the DEPARTMENT OF TRADE AND INDUSTRY to be affixed at , Philippines, this __ day of , in the year of our Lord, .

(Name of the Director) Director, DTI

NOTE: THIS IS NOT A LICENSE TO ENGAGE IN ANY KIND OF BUSINESS. (VALID ONLY AT THE BUSINESS ADDRESS INDICATED HEREIN)

Logo of DTI

AFFIX DOCUMENTARY STAMP

Page 112: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

112

Standard Form Number: SF-INFR-11 Revised on: July 29, 2004

Republic of the Philippines

Name of the City or Municipality

Address

Telephone and Fax Numbers

Website Address

E-Mail Address

PAHINTULOT SA PANGANGALAKAL

(BUSINESS PERMIT)

MATALASTAS NG LAHAT:

(KNOW ALL MEN BY THESE PRESENTS:)

Na Si/Ang:

(That:)

na matatagpuan at may pahatirang sulat sa

(with postal address at)

na itinatag ng may buong karapatan at umiiral sa ilalim ng mga batas ng

(duly organized and existing under the laws of the)

Republika ng Pilipinas, ay pinagkalooban ng pahintulot na mangangalakal bilang

(Republic of the Philippines, is hereby granted the permit to operate as)

ngayong ika - ng

(on this) (day of)

Ang pahintulot na ito ay matatapos sa ika -

(This permit expires on)

Malibang ito’y maagang bawiin at walang bisa.

(unless sooner revoked.)

O.R. BILANG

(OP No.)

HALAGA

(Amount) (Name of Head) (Name of Mayor)

Business Permit Office Punong Lungsod

PETSA (Mayor)

(Date)

ITO AY DAPAT IPASKEL SA HAYAG NA POOK NG KALAKALAN AT DAPAT

(This must be posted on conspicuous place and)

IPAKITA SA SANDALING HINGIN NG MGA KINAUUKULANG MAYKAPANGYARIHAN

(to be presented upon demand by proper authorities.)

Page 113: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

113

Standard Form Number: SF-INFR-12 Revised on: July 29, 2004

Republic of the Philippines KAGAWARAN NG PANANALAPI

KAWANIHAN NG RENTAS INTERNAS BIR REVENUE REGION NO. Form No. REVENUE DISTRICT NO. Revised _______ ________________ DIVISION OCN _______

TIN NAME REGISTRATION DATE

REGISTERED ADDRESS REGISTERED ACTIVITY(IES)

I HEREBY CERTIFY THAT THE ABOVE NAMED PERSON IS REGISTERED AS

INDICATED ABOVE, UNDER THE PROVISIONS OF THE NATIONAL INTERNAL REVENUE CODE, AS AMENDED.

REVENUE DISTRICT OFFICER (signature over printed name)

THIS CERTIFICATE MUST BE EXHIBITED CONSPICUOUSLY IN THE PLACE OF BUSINESS

CERTIFICATE OF REGISTRATION

Page 114: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City

114

Standard Form Number: SF-INFR-15 Revised on: July 29, 2004 List of all Ongoing Government & Private Construction Contracts including contracts awarded but not yet started

Business Name : Business Address :

Name of Contract/ a. Owner Name Contractor's

Role a. Date Awarded % of Accomplishment Value of

Location b. Address Nature of Work Description % b. Date Started Planned Actua

l Outstandi

ng

Project Cost c. Telephone Nos. c. Date of Completion Works

Government

Private

Note: This statement shall be supported with: Total Cost

1. Notice of Award and/or Contract

2. Notice of Proceed issued by the owner 3. Certificate of Accomplishments signed by the owner or Project Engineer

SUBSCRIBED AND SWORN TO before me this ___, day of ___

20__, affiant exhibiting to me his/her Comm. Tax Cert. No. ___

Submitted by :

issued on _____ at _____________, Philippines

(Printed Name & Signature)

Designation :

______________

Date :

NOTARY PUBLIC

Page 115: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City

115

Standard Form Number: SF-INFR-16 Revised on: July 29, 2004

Statement of all Completed Government & Private Construction Contracts which are similar in nature

Business Name : Business Address :

Name of Contract/ a. Owner Name Contractor's Role a. Amount at Award a. Date Awarded

Location b. Address Nature of Work Description % b. Amount at Completion b. Contract Effectivity

Project Cost c. Telephone Nos. c. Duration c. Date Completed

Government

Private

Note: This statement shall be supported with:

1. Contract

2. CPES rating sheets and/or Certificate of Completion 3. Certificate of Acceptance

SUBSCRIBED AND SWORN TO before me

Submitted by :

this ___, day of ___ 20__, affiant exhibiting to me

(Printed Name & Signature)

his/her Comm. Tax Cert. No. ___ issued on _____

Designation :

at _____________, Philippines

Date :

______________

NOTARY PUBLIC

Page 116: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

116

Standard Form Number: SF-INFR-17 Revised on: July 29, 2004

UPON COMPLETION RATING SHEET Date of ________ Visit /___/___/___/

% Relative Workmanship Item of Work/Description Weight % [Max. 0.50]

Weight Rate Relative Rate

Total

Summary of Ratings

Workmanship [Max. 0.50]...........................................................................................................

Time [Max. 0.50]...........................................................................................................................

RATING (a) ................................................................................................................................ Appropriate Weight for Kind of Project (b) ..............................................................................

(B) WEIGHTED RATING FOR "UPON COMPLETION" (a x b).....................................

QUALITATIVE

[ ] Outstanding > 90%

[ ] Fair > 60% but < 70%

[ ] Very Satisfactory > 80%- but < 90%

[ ] Poor < 60%

[ ] Satisfactory > 70%- but < 80%

CPE Head/Individual

Designation, Office Signature

CPE Members

Designation, Office Signature

Resource Persons/Witnesses

Designation, Office Signature

Page 117: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

117

Standard Form Number: SF-INFR-18 Revised on: July 29, 2004

Statement of Availability of Design and Build Personnel and Equipment

(Date of Issuance)

RUBEN J. RESIDE Regional Director National Food Authority Regional Office V Pier Site, Legazpi City Attention : BERNARDO M. ASETRE, ASEAN ENGR. The Chairman Bids and Awards Committee (BAC) Dear Sir: In compliance with the requirements of the NATIONAL FOOD AUTHORITY, Regional Office V BAC for the re-bidding of the Design and Build of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City we certify that ________________________ has in its employ Design and Build Name of Bidder personnel, such as project managers, project engineers, materials engineers and foremen, who may be engaged for the construction of the said contract. Further, we likewise certify the availability of equipment that Name of Bidder owns, has under lease, and/or has under purchase agreements, that may be used for the

construction contracts.

Very truly yours, Name of Representative of the Bidder Position Name of the Bidder

Page 118: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

118

Standard Form Number: SF-INFR-20 Revised on: July 29, 2004

CREDIT LINE CERTIFICATE

Date: RUBEN J. RESIDE Regional Director National Food Authority, Regional Office V Lier Site, Legazpi City CONTRACT NAME : COMPANY/FIRM ADDRESS :

ADDRESS : BANK/FINANCING INSTITUTION : ADDRESS : AMOUNT :

This is to certify that the above Bank/Financing Institution with business address indicated above, commits to provide the Contractor, if awarded the above-mentioned Contract, a credit line in the amount specified above which shall be exclusively used to finance the performance of the above-mentioned Contract, subject to our terms, conditions and requirements. The credit line shall be available within fifteen (15) calendar days after receipt by the Contractor of the Notice of Award and such line of credit shall be maintained until the project is completed by the Contractor. This Certification is being issued in favor of said Contractor in connection with the bidding requirement of NATIONAL FOOD AUTHORITY, Region V for the above-mentioned Contract. We are aware that any false statements issued by us make us liable for perjury. Name and Signature of Authorized Financial Institution Officer : Official Designation : Concurred By: Name & Signature of Contractor’s Authorized Representative : Official Designation :

Page 119: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

119

Note: The amount committed should be machine validated. With Page 2 acknowledgement with the Bank Officer as Affiant

ACKNOWLEDGMENT

SUBSCRIBED AND SWORN to before me this day of , 20______, affiant exhibited to me his/her Community Tax Certificate No._____________________ Issued on____________________ at ________________________________, Philippines. Notary Public Until 31 December 20 PTR No. Issued at: Issued on: TIN No. Doc. No. Page No. Book No. Series of

Page 120: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

120

REPUBLIC OF THE PHILIPPINES) CITY OF_____________________) S.S x---------------------------------------------------x BID SECURING DECLARATION Invitation to Bid/Request for Expression of Interest No. : [Insert reference number] To: [Insert name and address of the Procuring Entity] 1. I/We, the undersigned 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 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 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’S AUTHORIZED REPRESENTATIVE [Insert Signatory’s legal capacity] Affiant

Page 121: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

121

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 be 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, with no.______ and his/her Community Tax Certificate No. _____ Issued on ___________ at _________

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] Doc. No. _______ Page No_______ Book No. ______ Series of _______

1 Select one and delete the other. 2 Select on and delete the other. Adopt same instruction for similar terms throughout the document. 3 Issued by the GPPB through GPPB Resolution 03-2012 on 27 January 2012. 4 Select one and delete the other.

Page 122: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

122

Standard Form Number: SF-INFR-22 Revised on: July 29, 2004

JOINT VENTURE AGREEMENT

KNOW ALL MEN BY THESE PRESENTS: That this JOINT VENTURE AGREEMENT is entered into by and between: _________________________________________________________________________, of legal age, , owner/proprietor of and a civil status

resident of .

- and -

, of legal age, , owner/ civil status

proprietor of a resident of . That both parties agree to join together their capital, manpower, equipment, and other resources and efforts to enable the Joint Venture to participate in the Eligibility Check, Bidding and Undertaking of the hereunder stated Contract of the NATIONAL FOOD AUTHORITY Regional Office V NAME OF PROJECT CONTRACT AMOUNT Design and Build of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City, That both parties agree to be jointly and severally liable for their participation in the Eligibility Check, Bidding and Undertaking of the said contract. That both parties agree that and/or shall be the Official Representative of the Joint venture, and are granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the Joint Venture in the Eligibility Check, Bidding and Undertaking of the said contract, as fully and effectively and the Joint Venture may do as if personally present with full power of substitution and revocation. That this Joint Venture Agreement shall remain in effect only for the above stated Contracts until terminated by both parties. Done this day of , in the year of our Lord .

Page 123: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City

123

Standard Form Number: SF-INFR-26 Revised on: July 29, 2004

Republic of the Philippines NATIONAL FOOD AUTHORITY

Region V, Legazpi City CONTRACTOR's PROFILE

Date:

Name of Firm/Company:

Contractor ID:

Tax Account No.

General Information

Foreign Contractor

Address:

Nationality:

Philippine Address:

Telephone Number:

Fax Number:

Telephon Number:

E-Mail Address:

Fax Number:

Cable Address:

E-Mail Address:

Telex Number:

Cable Address:

Telex number:

Legal Aspect

Percent of Filipino Ownership:

PCAB License Information

Person Managing Affairs of the Firm

Type of Firm:

Name:

Head Office Location:

Designation:

License First Issue Date:

License Number:

Authorized Liaison Officer

Validity Period:

From To

Name:

Principal Classification:

Designation:

Category:

Telephon Number:

Other Classifications:

Authorized Liaison Officer

Name:

Designation:

Telephone Number:

Page 124: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City

124

Standard Form Number: SF-INFR-26 Revised on: July 29, 2004 Registration Date

Registration Number: Validity Period:

From To

Ongoing Projects

Contract Name of Owner Participation Contract Contract % % Major Dimension

Total As Built

ID Contract

Percentage Date Date WA TE Categories

Cost Per Major

Started Completed

of Work

Work Category

Completed Projects

Contract Name of Owner Participation Contract Contract Major

Dimension Total As

Built

ID Contract

Percentage Date Date Categorie

s

Cost Per Major

Started Completed of Work

Work Category

Projects

Kinds of Projects

Respective Size Ranges

Building and Industrial Plant

Dam, Reservoir and Tunneling

Irrigation and Flood Control

Park-Playground or Recreational Work

Port, Harbor and Offshore Engineering

Road, Highway Pavement Railways, Airport, Horizontal Structures, Bridges Sewerage and Sewage System

Water Supply

Water Treatment Plant and System

Page 125: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City

125

Standard Form Number: SF-INFR-26 Revised on: July 29, 2004

Financial Aspect

Record

Total Current Total Current Total Present Current

Year

Assets Assets Liabilities Liabilities Net Worth Net Worth

Page 126: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

126

Standard Form Number: SF-INFR-36 Revised on: July 29, 2004

FORM OF BID SECURITY (BANK GUARANTEE)

WHEREAS, (hereinafter called “the Bidder”) (Name of Bidder) has submitted his bid dated for the Design and Build of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City (hereinafter called “the Bid”),

KNOW ALL MEN by these presents that We of (Name of Bank) (Name of Country) having our registered office at (hereinafter called “the Bank”) are bound unto NATIONAL FOOD AUTHORITY, Region V (hereinafter called “the Entity”) in the sum of for which payment well and truly to be made to the said Entity the Bank binds himself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this day of 20 THE CONDITIONS of this obligation are that:

1. if the Bidder withdraws his Bid during the period of bid validity specified in the Form of Bid; or

2. if the Bidder does not accept the correction of arithmetical errors of his bid price

in accordance with the Instructions to Bidders; or 3. if the Bidder having been notified of the acceptance of his bid and award of

contract to him by the Entity during the period of bid validity:

a. fails or refuses to execute the Form of Contract in accordance with the Instructions to Bidders, if required; or

b. fails or refuses to furnish the Performance Security in accordance with

the Instructions to Bidders; we undertake to pay to the Entity up to the above amount upon receipt of his first written demand, without the Entity having to substantiate its demand, provided that in his demand the Entity will note that the amount claimed by it is due to the occurrence of any one or combination of the three (3) conditions stated above. The Guarantee will remain in force up to and including the date days after the deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the Entity, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date. DATE SIGNATURE OF THE BANK WITNESS SEAL (Signature, Name and Address)

Page 127: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

127

Standard Form Number: SF-INFR-37 Revised on: July 29, 2004

Bid Surety: Surety Bond

BOND NO.: Date Bond Executed: By this bond, We (hereinafter called the “the Principal”) as (Name of Bidder) Principal and of the country of (Name of Surety) (Name of Country of Surety)

authorized to transact business in the country of (hereinafter called “the Surety”) (Name of Country of Procuring Entity)

are held and firmly bound unto National Food Authority (hereinafter called “the Entity”) as (Name of Procuring Entity) Obligee, in the sum of , Philippine currency, callable on demand by the Entity for the payment of which sum, well and truly to be made, we, the said Principal and Surety bind ourselves, our successors and assigns, jointly ad severally, firmly by these presents. SEALED with our seals and dated this day of 20 . WHEREAS, the PRINCIPAL will submit a written Bid to the Entity on the day of 20 for the Design and Build of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City. (Name of Contract) (hereinafter called “the Bid”) NOW, THEREFORE, the conditions of this obligation are that:

1. If the Principal withdraws his Bid during the period of bid validity specified in the Form of Bid; or

2. if the Principal does not accept the correction of arithmetical errors of

his bid price in accordance with the Instruction’s to Bidders; or 3. if the principal having been notified of the acceptance of his Bid and

award of contract to him by the Entity during the period of bid validity:

a. fails or refuses to execute the Form of Contract in accordance with the Instructions to Bidders, if required; or

b. fails or refuses to furnish the Performance Security in accordance

with the Instructions to Bidders; Note: With page 2 acknowledgement with the Surety

Page 128: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

128

then the Entity shall call on the bond upon a written demand to the Surety, and the Surety shall pay the Entity up to the entered amount of the Bond, upon receipt by the Surety of a written demand from the Entity, without the Entity having to substantiate its demand, provided that in the demand, the Entity will note that the sum claimed by it is due to the occurrence of any or combination of the three conditions stated above. In this case, this obligation shall remain in full force and effect, otherwise it shall be null and void. PROVIDED HOWEVER, that the Surety shall not be:

a. liable for a greater sum than the specified penalty of this bond, nor b. liable for a greater sum that the difference between the amount of the said

Principal’s Bid and the amount of the Bid that is accepted by the Entity. This Surety executing this instrument hereby agrees that tits obligation shall be valid for 120 calendar days after the deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the Entity, notice of which extension(s) to the Surety is hereby waived. Principal Surety Signature(s) Signature(s) Name(s) and Title(s) Name(s) and Title(s) Seal Seal

Page 129: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

129

Standard Form Number: SF-INFR-38 Revised on: July 29, 2004

Bid Security: GSIS Bond

Republic of the Philippines

GOVERNMENT SERVICES INSURANE SYSTEM

GENERAL INSUARANCE FUND GSIS Makati Building, Legaspo St.

Legaspi Village, Makati Metro Manila G ( ) GIF Bond KNOW ALL MEN BY THESE PRESENTS: That we, represented (Name of Bidder) by its , as PRINCIPAL, and the GOVERNMENT SERVICE INSURANCE SYSTEM as Administrator of the General Insurance Fund, a corporation organized and existing under and by virtue of the laws of the Philippines, with head office at Manila, as SURETY, are held and firmly bound unto the OBLIGEE, NATIONAL FOOD AUTHORITY, Region V in the sum of PESOS (P ), callable on demand, Philippine Currency, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the above bonded PRINCIPAL will submit a bid for the Design and Build of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City on the day of 20 at am/pm. WHEREAS, the conditions of aforementioned OBLIGEE require the BIDDER a bond for the said bid. WHEREAS, the PRINCIPAL agrees to comply with all the terms and conditions of the said bid with the aforementioned OBLIGEE. NOW, THEREFORE, the conditions of this obligation are that:

1. If the Principal withdraws his Bid during the period of bid validity specified in the Form of Bid; or

2. if the Principal does not accept the correction of arithmetical errors of his bid

price in accordance with the Instruction’s to Bidders; or 3. if the principal having been notified of the acceptance of his Bid and award of

contract to him by the Entity during the period of bid validity:

a. fails or refuses to execute the Form of Contract in accordance with the Instructions to Bidders, if required; or

b. fails or refuses to furnish the Performance Security in accordance with

the Instructions to Bidders; Note: With page 2 acknowledgement with the GSIS (General Insurance Fund Officer as Affiant)

Page 130: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

130

then the Entity shall call on the bond upon a written demand to the Surety, and the Surety shall pay the Entity up to (the next is unreadable) amount of the Bond, upon receipt by the Surety of a written demand from the Entity, without the Entity having to substantiate its demand, provided that in the demand, the Entity will note that the sum claimed by it is due to the occurrence of any or combination of three conditions stated above. In this case, this obligation shall remain in full force and effect, otherwise if shall be null and void. PROVIDED HOWEVER, that the Surety shall not be:

a. liable for a greater sum than the specified penalty of this bond, nor b. liable for a greater sum that the difference between the amount of said

Principal’s Bid and the amount of the Bid is accepted by the Entity.

WITNESS OUR HANDS AND SEALS this day of day of 20 At , Philippines. GOVERNMENT SERVICE INSURANCE SYSTEM General Insurance Fund Principal By: By:

SIGNED IN THE PRESENCE OF:

NOT VALID WITH ERASURES

Page 131: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

131

Standard Form Number: SF-INFR-39 Revised on: July 29, 2004

AUTHORITY OF SIGNATORY

SPECIAL POWER OF ATTORNEY

I, , President of , a Name of the Bidder corporation incorporated under the laws of with its registered office at _________________________________, by virtue of Board Resolution No. ______ dated _____________, has made, constituted and appointed true and lawful attorney, for it and its name, place and stead, to do, execute and perform any and all acts necessary and/or represent in the re-bidding of Design and Build of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City as fully and effectively as corporation might do if personally present with full power of substitution and revocation and hereby confirming all that said representative shall lawfully do or cause to be done by virtue hereof. IN WITNESS WHEREOF, I have hereunto set my hand this ________ day of ______________________________, 20 ______ at _________________________________. Signed in the Presence of:

ACKNOWLEDGMENT

REPUBLIC OF THE PHILIPPINES ) QUEZON CITY )SS. BEFORE ME, a Notary Public for and in Quezon City, Philippines, this ________ day of ______________________, 20 _____, personally appeared: NAME CTC No. ISSUED AT/ON known to me and known to be the same person who executed the foregoing instrument consisting of _____________( ) pages, including the page whereon the acknowledgments is written and acknowledged before me that the same is his free and voluntary act and deed and that of the Corporation he represents. WITNESS MY HAND AND NOTARIAL SEAL, at the place and on date first above written. Notary Public Until 31 December 20 PTR No. Issued at: Issued on: Doc. No. Page No. Book No. Series of

Page 132: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

132

Standard Form Number: SF-INFR-40 Revised on: July 29, 2004

AUTHORITY OF SIGNATORY

SECRETARY’S CERTIFICATE

I, , a duly elected and qualified Corporate Secretary of , a corporation duly organized and existing Name of the Bidder under and by virtue of the law of the ____________________________, DO HEREBY CERTIFY, that: I am familiar with the facts herein certified and duly authorized to certify the same; At the regular meeting of the Board of Directors of the said Corporation duly convened and held on ___________________ at which meeting a quorum was present and acting throughout, the following resolutions were approved, and the same have not been annulled, revoked and amended in any way whatever and are in full force and effect on the date hereof: RESOLVED, that be, as it hereby is, authorized to participate Name of the Bidder in the re-bidding of Design and Build of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City by the NATIONAL FOOD AUTHORITY Region V; and that if awarded the Contract shall enter into a contract with the NATIONAL FOOD AUTHORITY, Region V; and in connection therewith hereby appoints ________________________________________ acting as duly authorized and designated Name of Representative representatives of , and granted full power and authority to do, execute and Name of the Bidder perform any and all acts necessary and/or to represent ____________________________in the bidding as Name of the Bidder fully and effectively as the might do it personally present with full Name of the Bidder power of substitution and revocation and hereby satisfying and confirming all that may said representative shall lawfully do or cause to be done by virtue hereof; RESOLVED FURTHER THAT, the Board hereby authorizes its President to: 1. execute a waiver of jurisdiction whereby the hereby submits Name of the Bidder itself to the jurisdiction of the Philippine government and hereby waives its right to question the jurisdiction of the Philippine courts; 2. execute a waiver that the shall not seek and obtain writ of Name of the Bidder injunctions or prohibition or restraining order against the AFP or any other agency in connection with this Contract to prevent and restrain the bidding procedures related thereto, the negotiating of and award of a contract to a successful bidder, and the carrying out of the awarded contract. WITNESS the signature of the undersigned as such officer of the said this . (Corporate Secretary)

Page 133: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

133

ACKNOWLEDGMENT

SUBSCRIBED AND SWORN to before me this _______ day of _________________, 20 _____ affiant exhibited to me his/her Community Tax Certificate No. _____________________ issued on ____________________ at _____________________________, Philippines. Notary Public Until 31 December 20 PTR No. Issued at: Issued on: Doc. No. Page No. Book No. Series of

Page 134: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City

134

DESIGN AND CONSTRUCTION SCHEDULE AND S-CURVE

CONTRACT :

LOCATION:

MONTH 1 MONTH 2 MONTH 3 MONTH 4 MONTH 5 MONTH 6 MONTH 7 MONTH 8 MONTH 9

ITEM # DESCRIPTION 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4

Submitted by:

Name of the Representative of the Bidder

Date:

Position

Name of the Bidder

Page 135: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City

135

Standard Form Number: SF-INFR-42 Revised on: July 29, 2004

MANPOWER UTILIZATION SCHEDULE

Category M O N T H

1 2 3 4 5 6 7 8 9 10 11 12

Contractor's Name:

Name of the Procuring Entity:

Contract Name:

Submitted by:

Name of the Representative of the Bidder

Date:

Position

Name of the Bidder

Page 136: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

136

Standard Form Number: SF-INFR-43 Revised on: July 29, 2004

OUTLINE

NARRATIVE DESIGN

AND

CONSTRUCTION METHODS 1.0 INTRODUCTION Refer to Bidding, etc. 2.0 BRIEF DESCRIPTION OF CONTRACT WORKS State general features of contract works, Use tables as necessary. 3.0 DESIGN AND CONSTRUCTION METHODS AND PROCEDURES

3.1 Methodology or General Approach State general approach in construction in terms of use of equipment-

intensive or labor-based methods, any special techniques, methods or procedures to ensure completion on time and quality of construction financing the project, etc.

3.2 Program Work CPM, Progress Bar Schedule and Development Schedules submitted. 3.3 Financial Program

Cash flow schedules, provision for working capital, schedule of receipt, etc.

Page 137: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

137

Standard Form Number: SF-INFR-44 Revised on: July 29, 2004

Contractor’s Organizational Chart for the Contract Submit Copy of the Organizational Chart of the Contractor intends to use to execute the Contract if awarded to him. Indicate in the chart the names of the Project Manager, Project Engineer, Structural Engineer, Materials and Quality Control Engineer, Electrical Engineer/Master Electrician, Foreman and other Design and Build Engineering Personnel.

Notes 1) This organizational chart represents the “Contractor’s Organization” required for the Project, and not the organizational chart of the entire firm.

2) The bidder shall comply with and submit sample form SF-INFR-46

for each of such design and build personnel 3) Each such nominated engineer/design and build personnel shall

comply with and rebuilt sample forms SF-INFR-47 and SF-INFR-48 duly filled up.

Attach the required Proposed Organizational Chart for the Contract stated above

Page 138: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

138

Standard Form Number: SF-INFR-45 Revised on: July 29, 2004

Contractor’s Letter-Certificate to Procuring Entity Date of Issuance

RUBEN J. RESIDE Regional Director National Food Authority Regional Office V Pier Site, Legazpi City Dear Sir: Supplementing our Organizational Chart for the Contract, we have the honor to submit herewith, and to certify as true and correct, the following pertinent information:

1. That I/we have engaged the service of

(Name of Employee)

to be the ________ of the Design and Build of 50,000 Bags Capacity Whse.

(Designation) with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate

City who is a with Professional License Certificate No. _____________ (Profession)

issued on _______________ and who has performed the duties in the construction of the Contract enumerated in the duly filled Form .

2. The said Engineer shall be designated by us as our

(Designation) to personally perform the duties of the said position in the above-mentioned

Project, if and when the same is awarded in our favor. 3. The said Engineer shall employ the best care, skill and ability in performing his

duties in accordance with the Contract Agreement, Conditions of Contract, Plans, Specifications, Special Provisions, and other provisions embodied in the proposed contract.

4. The said Engineer shall be personally present at the Job Site to supervise the

phase of the construction work pertaining to this assignment as , (Designation)

all the time 5. That, in order to guarantee that said Engineer shall perform his duties properly

and be personally present in the Job Site, he is hereby required to secure a certificate of appearance for the Procuring Entity Engineer at the end of every month.

That, in the event that I/we elect or choose to replace said (Designation)

Page 139: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

139

with another Engineer, the Procuring Entity will be accordingly notified by us in writing at least twenty one (21) days before making the replacement. We will submit to the Procuring Entity, for prior approval, the name of the proposed new , his qualifications, experience, list of projects (Designation)

undertaken and other relevant information. 6. That any willfull violation on my/our part of the herein conditions may

prejudice my/our standing as a reliable contractor in future bidding of the Procuring Entity.

Very truly yours, (Authorized Representative of Bidder) CONCURRED IN: (Name of Engineer) (Address)

Page 140: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

140

Standard Form Number: SF-INFR-46 Revised on: July 29, 2004

Design and Build Personnel’s Certificate of Employment Issuance Date

RUBEN J. RESIDE Regional Director National Food Authority Regional Office V Pier Site, Legazpi City Dear Sir: I am a Licensed Engineer with Name of Nominee Professional License No. Issued on (Date of Issuance) at . (Place of Issuance) I hereby certify that has engaged my (Name of Bidder) services as for Design and Build of 50,000 Bags Capacity (Designation) Warehouse with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City if awarded to it. As , I supervised the following completed (Designation) projects similar to the contract under bidding: NAME OF PROJECT OWNER COST DATE COMPLETED

At present, I am supervising the following projects:

Note: With page 2 continuation

Page 141: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

141

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the NATIONAL FOOD AUTHORITY, Region V at least twenty one (21) days before the effective date of my separation. As , I know I will have to stay in the job site all (Designation) the time to supervise and manage the Contract works to the best of my ability, and aware that I am authorized to handle only one (1) contract at a time. I do not allow the use of my name for the purpose of enabling the above-mentioned Contractor to qualify for the Contract without any firm commitment on my part to assume the post of therefore, if the contract is awarded to him since (Designation) I understand that to do so will be a sufficient ground for my disqualification as (Designation) in any future NATIONAL FOOD AUTHORITY, Region V bidding or employment with any Contractor doing business with the NATIONAL FOOD AUTHORITY, Region V. (Signature of Engineer) DRY SEAL

Republic of the Philippines ) ) S.S. SUBSCRIBED AND SWORN TO before me this day of 20 affiant exhibiting to me his Residence Certificate No. Issued on at . NOTARY PUBLIC Until December 31, 20 Doc. No. ; Page No. ; Book No. ; Series of ;

Page 142: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

142

Standard Form Number: SF-INFR-47 Revised on: July 29, 2004

DESIGN AND BUILD PERSONNEL (FORMAT OF BIO-DATA)

Give the detailed information of the following personnel who are scheduled to be assigned as full-time field staff for the project. Fill up a form each person.

Authorized Managing Officer/Representative

Sustained Technical Employee 1. Name : 2. Date of Birth : 3. Nationality : 4. Education and Degrees : 5. Specialty : 6. Registration : 7. Length of Service with the Firm : Year from (months) (year) to (months) (year) 8. Years of Experience : 9. If item 7 is less than ten (10) years, give name and length of service with previous employers for

ten (10)-year period (attached additional sheet/s), if necessary: Name and Address of Employer Length of Service Year(s) from to Year(s) from to Year(s) from to 10. Experience: This should cover the past ten (10) years of experience. (Attached as may pages as necessary to

show involvement of personnel in projects using the format below).

1. Name : 2. Name and Address of Owner : 3. Name and Address of the Owner’s Engineer (Consultant) : 4. Indicate the Features of Project (particulars of the project components and any other particular interest connected with the project) :

Page 143: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

143

Note : With Page 2 continuation 5. Contract Amount Expressed in Philippine Currency : 6. Position : 7. Structures for which the employee was responsible : 8. Assignment period : Year from (months) (years) to (months) (years) Name and Signature of Employee It is hereby certified that the above personnel can be assigned to this project, if the contract is awarded to our company. (Place and Date) (The Authorized Representative)

Page 144: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City

144

Standard Form Number: SF-INFR-48 Revised on: July 29, 2004

QUALIFICATION OF DESIGN AND BUILD PERSONNEL PROPOSED TO BE ASSIGNED TO THE CONTRACT

Business Name : Business Addres :

Project Manager/

Engineer

Materials Engineer

Foreman

Construction Safety

and Health Personnel

Other Positions deemed required by the

Applicant for this project

1 Name 2 Address 3 Date of Birth 4 Employed Since 5 Experience 6 Previous Employment 7 Education 8 PRC License

Minimum Requirements : Project Manager/Engineer

: Materials Engineer

: Foreman

Note : Attached individual resume and PRC License of the (professional) personnel Submitted by :

(Printed Name & Signature) Designation :

Date :

Page 145: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City

145

Standard Form Number: SF-INFR-49 Revised on: July 29, 2004

List of Equipment, Owned or Leased and/or under Purchase Agreements, Pledged to the Proposed Contract

Business Name : Business Addres :

Capacity/ Proof of

Description

Model/Year Performance/ Plate

No. Motor No./ Location Condition Ownership/

Size Body No. Lessor or

Vendor

A. Owned I. II. III. IV.

B. Leased I. II. III. IV.

C. Under Purchase Agreement I. II. III. IV.

List of Minimum equipment required for the project Submitted by :

(Printed Name & Signature) Designation :

Date :

Page 146: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City

146

Standard Form Number: SF-INFR-50 Revised on: July 29, 2004

EQUIPMENT UTILIZATION SCHEDULE

M O N T H

Category/Equipment 1 2 3 4 5 6 7 8 9 10 11 12

Contractor's Name:

Name of the Procuring Entity:

Contact Name:

Submitted by

Name of the Representative of the Bidder

Date : Position

Name of the Bidder

Page 147: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed at NFA Compound, Masbate City

147

Standard Form Number: SF-INFR-56 Revised on: July 29, 2004

Contract Name : Location :

CASH FLOW BY QUARTER AND PAYMENT SCHEDULE

PARTICULAR % OF WT. 1ST QUARTER 2ND QUARTER 3RD QUARTER 4TH QUARTER 5TH QUARTER

ACCOMPLISHMENT

CASH FLOW

CUMULATIVE ACCOMPLISHMENT

CUMULATIVE CASH FLOW

Submitted by :

Name of the Representative of the Bidder

Date:

Position

Name of the Bidder

Page 148: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

148

FACSIMILE A

REPUBLIC OF THE PHILIPPINES )

CITY/MUNICIPALITY OF ___________ ) S.S.

S W O R N S T A T E M E N T

I, [ Name of Bidder/Representative ], of legal age, with residence and address at

__________________________ after having been duly sworn to in accordance with law, hereby depose

and state:

1. That [if a sole proprietorship, I am the sole proprietor 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. That with regard to the bidding of [ Name of Contract ] of the [ Name of

Procuring Entity ], [ Name of Bidder ] is attesting that it undertakes to abide and strictly

comply with the provisions of Republic Act 9184 more particularly Section 58. Resort to Regular

Courts’ Certiorari in relation to Sections 55., 56 and 57 of the same Act;.

3. That I am making this statement as part of the bidding requirement for [ Name of the

Contract ].

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at

____________, Philippines.

_____________________________________

Bidder’s Representative/Authorized Signatory

Affiant

[JURAT]

Page 149: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

149

FACSIMILE B COMPUTATIONS OF

NET FINANCIAL CONTRACTING CAPACITY (NFCC)

CURRENT ASSETS P xxx

LESS CURRENT LIABILITIES - xxx Net Working Capital = xxx Multiplied by K (In this case, x 10 (In this case, K equals 10 since contract duration is one year) = xxx LESS OUTSTANDING CONTRACTS Ongoing Contracts Contract 1 (Specify) P xxx Contract 2 (Specify) xxx Etc. xxx Awarded contracts yet to be started Contract 1 (Specify) xxx Contract 2 (Specify) xxx Etc. xxx - xxx NFCC = P xxx ==========

CERTIFIED CORRECT: ____________________________

Printed Name and Signature Proprietor/President/General Manager/

Duly Authorized Representative ______________________________

Name of Bidder NOTES: A. NFCC must at least be equal to the Approved Budget for the Contract (ABC) B. Insted of NFCC, prospective bidder may opt to submit commitment from any reputable domestic bank to extend to it a credit line if awarded the contract to be bid which shall be at least 10% of the ABC

The formula to determine NFCC is as follows: NFCC = [(Current Assets minus Current Liabilities) (K)] minus the value of all outstanding projects under ongoing contracts including awarded contracts yet to be started Where: K = 10 for a contract duration of one year or less = 15 for a contract duration of more than one year up to two years = 20 for a contract duration of more than two years

Page 150: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

150

FACSIMILE C

SPECIFICATIONS STATEMENT OF CONFORMITY

Design and Build of 50,000 Bags Capacity Warehouse with Warehouse

Supervisor’s Office and Shed at NFA Compound, Masbate City This Statement will indicate the Bidder’s Conformity with the Specifications of the Project--details of which are indicated and enumerated in Section VI. Specifications of the Bidding Documents. A. GENERAL PROVISION AND REQUIREMENT

ITEMS / REQUIRED SPECIFICATIONS

Bidder’s Statement of

Conformity with The Specifications

1. GENERAL

These specifications cover the requirements for the Design and Build of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office & Shed at NFA Compound, Masbate City proposed structure as stipulated in the plans, which will form part of the contract and shall supplement the plans.

2.

SCOPE OF WORK

The work cover under this contact shall include:

2.1 Complete construction of the structure including supervision, labor and the supply of materials, equipment and service necessary to properly conduct produce the desired work/product. Included herein are site preparation and earthworks, concrete works, masonry works, mill works, hard wares, tile works, electrical works, plumbing, septic tank, drainage, painting and varnishing, clearing and all temporary works and structures necessary for an efficient, smooth up-to-date completion of the contract.

2.2 Complete plans and shop drawings shall be submitted for the fabrication and erection of structural steel and steel ladders based on NFA structure design and concept drawings.

2.2.1 Shop erection drawings shall be neat, adequately spaced, not crowded and as complete as necessary for the proper fabrication and erection of all parts and

Page 151: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

151

members of the steel structure, including the location, type/size of all bolts and welds. Enlarged sections and details shall be provided for all connections and whenever may be required

ITEMS / REQUIRED SPECIFICATIONS

Bidder’s Statement of

Conformity with The Specifications

2.2.2 Structural steel members shall be marked prior to

delivery to facilitate the erection of the members. Marking shall be listed and given descriptions. Complete material lists and bolt list shall be submitted to NFA before any delivery is made.

2.2.3 Shop drawings as well as erection drawings shall be submitted in duplicate drawings by the contractor for approval by the NFA before any fabrication is made.

2.2.4 In case of correction or rejection of the shop drawings, the contractor shall resubmit the deficient shop drawings until such time as they are accepted to NFA, and such procedure will not be considered as a cause for the delay of the work (see section 4 of General Condition).

2.2.5 After approval of shop drawings, the Contractor shall supply the NFA with six (6) complete sets of prints of the approved drawings. Additional prints request by the NFA may be furnished at cost.

2.2.6 At the completion of the work under this contract, the contractor shall furnish two (2) complete sets of reproducible copies (sepia prints or equivalent ) of all drawings as finally approved, and actually installed.

2.2.7 Approved by the NFA - of shop and erection drawings submitted as "Approved for Construction" shall not in any way relieve the contractor of the correct dimensions of all sections used in the construction, quality of workmanship on the construction nor will such approval, relieve the contractor from responsibilities for errors of any sort of either by not following correctly the approved sections of structural members on his shop drawings or improper methods in the fabrications and section of the structure.

3 INSPECTION OF SITE 4 CONTRACTOR’S SUPERVISION 5 CODES AND REFERENCES

Page 152: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

152

A. CONSTRUCTION REQUIREMENTS & METHODS

ITEMS / REQUIRED SPECIFICATIONS Bidder’s Statement of

Conformity with the Specifications

1 SITE WORK

1.1 PREPARATION AND CLEARANCE OF SITE

1.1.1 SCOPE OF WORK

1.1.2 SITE INSPECTION AND ESTABLISHED

GRADE LINE

1.1.3 PROTECTION AND DISPOSAL

1.1.4 STRIPPING OF TOPSOIL

1.1.5 STAKING OUT

1.2 EARTHWORKS

1.2.1 SCOPE OF WORKS

1.2.2 MATERIALS

1.2.3 PROTECTION

1.2.4 EXCAVATION

1.2.5 BACK FILLING AND GRADING

2 CONCRETE CONSTRUCTION

2.1 SCOPE OF WORK

2.2 GENERAL

2.3 STORAGE OF MATERIALS

2.4 MATERIALS REQUIREMENTS

2.5 CONCRETE FORMWORK

2.6 CONCRETE REINFORCEMENT WORK

2.7 CONCRETE PROPORTION AND CONSISTENCY

2.7.1 CLASSES OF CONCRETE

2.7.2 MEASUREMENT

2.8 MIXING CONCRETE

2.9 CONVEYING AND PLACING OF CONCRETE

2.10 CURING

2.11 REPAIR OF CONCRETE

2.12 FLOOR FINISHES

Page 153: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

153

ITEMS / REQUIRED SPECIFICATIONS Bidder’s Statement of

Conformity with the Specifications

CONCRETE CONSTRUCTION (Continued)

2.13 CONCRETE SLAB ON FILL

2.14 INSPECTION

2.15 TEST ON CONCRETE

2.16 FAILURE OF TEST SAMPLES

3 MASONRY

3.1 SCOPE

3.2 REINFORCEMENT AND SUPPORTS

3.3 INSTALLATION

3.4 WATER PROOFING

4 STRUCTURAL STEEL

4.1 SCOPE OF WORK

4.2 REQUIREMENTS

4.3 MATERIALS

4.4 FABRICATION

4.4.1 WELDING 4.4.2 CONNECTION AND HOLES 4.4.3 QUALITY CONTROL PROCEDURES 4.5 MARKING

4.6 ERECTION

4.7 SHOP PAINTING

4.8 FIELD PAINTING

5 TINSMITH WORKS

5.1 SCOPE OF WORKS

5.2 ROOFING SYSTEM

5.3 FLASHING AND RIDGE ROLLS

6 CARPENTRY AND JOINERY

6.1 SCOPE OF WORK

6.2 QUALITY OF LUMBER

6.3 KIND OF LUMBER

6.3.1 YAKAL

Page 154: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

154

ITEMS / REQUIRED SPECIFICATIONS Bidder’s Statement of

Conformity with the Specifications

CARPENTRY AND JOINERY (Continued)

6.3.2 APITONG

6.3.3 TANGUILE

6.3.4 KILN-DRIED

6.4 INTERIOR CEILING

6.5 PROTECTION AND STORAGE

6.6 SUBSTITUTION OF LUMBER

6.7 WORKMANSHIP

7 DOORS, WINDOWS, LOUVERS AND IRON GRILLS

7.1 SCOPE OF WORK

7.2 WOODEN DOORS

7.2.1 FLUSH DOORS

7.2.2 GENERAL STORAGE DOORS

7.3 STEEL CASEMENT AND AWNING WINDOWS

7.4 GLAZING

7.5 HARDWARE

7.5.1 ROUGH HARDWARE

7.5.2 FINISH HARDWARE

8 TILE WORK

8.1 SCOPE

8.2 MATERIALS

UNGLAZED TILES

GLAZED TILES

8.3 INSTALLATION

9 PLUMBING FIXTURES AND SYSTEM

9.1 SCOPE OF WORK

9.2 GENERAL

9.3 WATER SERVICE LINES

9.3.1 Piping standard pipe

Page 155: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

155

ITEMS / REQUIRED SPECIFICATIONS Bidder’s Statement of

Conformity with the Specifications

PLUMBING FIXTURES AND SYSTEM (Continued)

9.3.2 Extension pipes

9.3.3 Water Supply Pipe Size

Type of fixture Pipes Size (inches)

9.4 WASTE WATER AND SEWERAGE SYSTEM

9.5 PIPE CLEAN-OUTS GENERAL REQUIREMENTS

9.6 PLUMBING FIXTURES

9.6.1 WATER CLOSETS

9.6.2 LAVATORIES

9.6.3 SHOWER HEADS

9.6.4 TOILET PAPER HOLDERS and

SOAP HOLDERS

9.6.5 INSTALLATION

9.7 SEPTIC VAULTS.

10

PAINTING AND VARNISHING

10.1 SCOPE OF WORK

10.2 GENERAL

10.2.1 MATERIALS

10.3 WORKMANSHIP

10.3.1 Woodworks

10.3.2 Concrete works

10.3.3 Metal Works

10.4 The NFA reserves the right to sample all paint

shipments at the final destination and to withhold

acceptance of the paint until it is approved to be

used. Failure of the samples to meet any or all

requirements of the specifications shall be

considered cause for the rejection of the paints

tested.

Page 156: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

156

ITEMS / REQUIRED SPECIFICATIONS Bidder’s Statement of

Conformity with the Specifications

11 ELECTRICAL WORK

WIRING SPECIFICATION

11.1 GENERAL SPECIFICATION

11.2 CODES, REGULATIONS AND ORDINANCES

11.3 PLANS AND DRAWINGS

11.4 SAMPLES AND DRAWINGS

11.5 MINOR MODIFICATIONS

11.6 GUARANTEES

11.7 APPROVAL, SUBSTITUTIONS, ETC.

___________________________________________________ Name, Designation and Signature of duly authorized Signatory

_____________________________________________

Name of Participating Bidder

NOTE:

The bidder must state under the “Statement of Conformity” column either “Will Comply” or “Will Not Comply” against each of the individual parameters of the specification (as detailed in the Bidding Documents Section VI. Specifications) stating the corresponding performance parameter of the item offered.

Page 157: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

157

FACSIMILE D

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ___________ ) S.S.

A F F I D A V 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:

1. Select one, delete the other:

If a sole proprietorship: I am the sole proprietor 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 of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name of the Project] of the [Name of the Procuring Entity]; 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 and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate issued by the corporation or the members of the joint venture)];

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;

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;

6. Select one, delete the rest:

If a sole proprietorship: I am not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC

Page 158: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

158

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 following responsibilities as a

Bidder: a) Carefully examine all of the Bidding Documents;

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].

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines. _____________________________________ Bidder’s Representative/Authorized Signatory

[JURAT]

Page 159: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

159

FACSIMILE E

BID FORM

Date: To : NATIONAL FOOD AUTHORITY Regional Office V Address : Pier Site, Legazpi City We, the undersigned, declare that: a. We have examined and have no reservation to the Bidding Documents, including Addenda,

for the Contract of Design and Build of 50,000 Bags Capacity Warehouse with Warehouse Supervisor’s II Office & Shed at NFA Compound, Masbate City. 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 is: __________________________ Total Amount before Tax (in figures) __________________________ Add: Amount of Tax : Value Added Tax ________________ Local Tax ________________ Other Taxes ________________ Total Taxes __________________________ Total Amount after Tax In Figures __________________________ In Words ______________________________________________________________________

_________________________________________________________________________________________ _____________________________________________

insert information b. Our Bid shall be valid for a period of _______ (insert number) 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; c. 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; d. Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from the following eligible countries: __________________________________ _________________________________________________________ (insert information);

Page 160: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

160

e. 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; f. 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; g. 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 h. We understand that you are not bound to accept the Lowest Evaluated Bid or any other Bid that you may receive. Name: In the capacity of: Signed: Duly authorized to sign the Bid for and on behalf of: Date:

Page 161: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

161

ILLUSTRATIONS ON

MARKING & SEALING

Page 162: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

162

ILLUSTRATION ON MARKING & SEALING

(Name of Bidder and address in capital letters) Eligibility and Technical Components (Envelope # 1/ Box 1)

DESIGN AND BUILD OF 50 TCC WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND SHED

RBAC – NFA REGION V Pier Site, Legazpi City

DO NOT OPEN BEFORE

FEBRUARY 2, 2015, 10:00 AM

CONTENTS OF ENVELOPE 1 / BOX 1

A. Class “A” Documents 1. Legal Documents 2. Technical Documents 3. Financial Documents

B. Class “B” Documents C. Others

NOTE : Signature of bidder or authorized representative is required in the envelope.

(Name of Bidder and address in capital letters) Technical Documents Folder Original

DESIGN AND BUILD OF 50 TCC WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND

SHED

RBAC – NFA REGION V

Pier Site, Legazpi City

DO NOT OPEN BEFORE FEBRUARY 2, 2015, 10:00 AM

ORIGINAL ELIGIBILITY/TECHNICAL DOCUMENTS

(Name of Bidder and address in capital letters) Technical Documents Folder Copy # 1

DESIGN AND BUILD OF 50 TCC WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND

SHED

RBAC – NFA REGION V

Pier Site, Legazpi City

DO NOT OPEN BEFORE FEBRUARY 2, 2015, 10:00 AM

PHOTOCOPIES ELIGIBILITY/TECHNICAL DOCUMENTS

((Name of Bidder and address in capital letters) Technical Documents Folder Copy # 2

DESIGN AND BUILD OF 50 TCC WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND

SHED

RBAC – NFA REGION V

Pier Site, Legazpi City

DO NOT OPEN BEFORE FEBRUARY 2, 2015, 10:00 AM

PHOTOCOPIES ELIGIBILITY/TECHNICAL DOCUMENTS

(Name of Bidder and address in capital letters) Technical Documents Folder Copy # 3

DESIGN AND BUILD OF 50 TCC WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND

SHED

RBAC – NFA REGION V

Pier Site, Legazpi City

DO NOT OPEN BEFORE FEBRUARY 2, 2015, 10:00 AM

PHOTOCOPIES ELIGIBILITY/TECHNICAL DOCUMENTS

Page 163: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

163

(Name of Bidder and address in capital letters) Financial Components (Envelope # 2/ Box 2)

DESIGN AND BUILD OF 50 TCC WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND SHED

RBAC – NFA REGION V

Pier Site, Legazpi City

DO NOT OPEN BEFORE FEBRUARY 2, 2015, 10:00 AM

CONTENTS OF ENVELOPE 2 / BOX 2

1. Bid Proposal 2. BOQ 3. BOQ (Summary) 4. Detailed Cost Estimates 5. Cash Flow by Quarter and Payment Schedule

NOTE : Signature of bidder or authorized representative is required in the envelope.

(Name of Bidder and address in capital letters) Financial Documents Folder Original

DESIGN AND BUILD OF 50 TCC WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND

SHED

RBAC – NFA REGION V

Pier Site, Legazpi City

DO NOT OPEN BEFORE FEBRUARY 2, 2015, 10:00 AM

ORIGINAL FINANCIAL DOCUMENTS

(Name of Bidder and address in capital letters) Financial Documents Folder Copy # 1

DESIGN AND BUILD OF 50 TCC WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND

SHED

RBAC – NFA REGION V

Pier Site, Legazpi City

DO NOT OPEN BEFORE FEBRUARY 2, 2015, 10:00 AM

PHOTOCOPIES FINANCIAL DOCUMENTS

(Name of Bidder and address in capital letters) Financial Documents Folder Copy # 2

DESIGN AND BUILD OF 50 TCC WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND

SHED

RBAC – NFA REGION V

Pier Site, Legazpi City

DO NOT OPEN BEFORE FEBRUARY 2, 2015, 10:00 AM

PHOTOCOPIES FINANCIAL DOCUMENTS

(Name of Bidder and address in capital letters) Financial Documents Folder Copy # 3

DESIGN AND BUILD OF 50 TCC WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND

SHED

RBAC – NFA REGION V

Pier Site, Legazpi City

DO NOT OPEN BEFORE FEBRUARY 2, 2015, 10:00 AM

PHOTOCOPIES FINANCIAL DOCUMENTS

Page 164: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

164

NOTE : Signature of bidder or authorized representative is required in the envelope.

(Name of Bidder and address in capital letters)

(MOTHER ENVELOPE/BOX)

DESIGN AND BUILD OF 50 TCC WAREHOUSE WITH WAREHOUSE SUPERVISOR’S II OFFICE AND SHED

RBAC – NFA REGION V

Pier Site, Legazpi City

DO NOT OPEN BEFORE FEBRUARY 2, 2015, 10:00 AM

ENVELOPE 1 / BOX 1 (ELIGIBILITY AND TECHNICAL COMPONENTS)

ENVELOPE 2 / BOX 2 (FINANCIAL COMPONENTS)

Page 165: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

165

REMINDERS TO BIDDERS

Page 166: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

166

REMINDERS TO BIDDERS

1. Bidders to synchronize their time pieces with the wall clock found at NFA Regional Office V Conference Room for same will be used as reference in determining the time for the deadline of submission and opening of bids.

2. Submitted documents must have a Table of Contents. Index tabs/label on the submitted documents must be provided and same should be arranged in the order based on the checklist of bidding documents. Non-observance of same will mean non-compliance/failure on the part of the bidder.

3. Envelope 1/Box 1 must contain four (4) folders: one (1) folder containing all original eligibility and technical components/documents & three (3) folders containing photocopies of same.

4. Envelope 2/Box 2 should also contain four (4) folders: one (1) folder containing original financial components/documents & three (3) folders containing photocopies of same.

5. After ensuring all documents are in order, Envelopes 1 and 2 will be placed inside a bigger envelope/box which will be submitted to the RBAC. In the event of any discrepancy, the original shall prevail.

6. Bidders should observe the proper sealing and marking of bids. Non-observance of same will mean non-compliance/failure on the part of the bidder.

7. Bid proposals will be for Design and Build of 50 TCC Warehouse with Warehouse Supervisor’s II Office and Shed.

8. Entries in bid forms should be readable. Any erasures, alterations and overwriting shall be valid only if they are signed or initialed by the person signing the bid.

9. Bidders should be at the bidding venue possible one (1) hour before the start of the bidding. Bidders’ time pieces should be synchronized with the wall clock located at the Regional Office V Conference Room.

10. A Supplemental Bid Bulletin will be issued if any, after the Pre-Bid Conference, at least seven (7) calendar days before the bidding.

11. In cases where the bank has its own standard format of Certificate of Cash Deposit, Bank Commitment for Credit Line and Bank Guarantee, same should be notarized and should bear the “check writer’ of the amount indicated on the bank’s own format. This should be submitted together with the NFA’s supplied form duly filled up by the bidder.

12. Bid Security in the form of Cashier’s or Manager’s check should be taken from a reputable local commercial bank in Legazpi City. Surety Bond by other insurance company other than the GSIS, should attach a Certification from the Insurance Commission authorized to issue such authority.

13. Submission of bids will not be later than 9:30 AM of February 2, 2015 and opening of bids at 10:00 am will be at NFA Regional Office No. V Conference Room, Pier Site, Legazpi City of same date.

Page 167: DESIGN AND BUILD OF 50,000 BAGS CAPACITY WAREHOUSE …

NATIONAL FOOD AUTHORITY Project Reference No. RO5-WORKS-2014-00

Regional Office V Design and Build of 50,000 Bags Capacity Warehouse

with Warehouse Supervisor’s II Office and Shed

at NFA Compound, Masbate City

167

14. No questions will be entertained during the opening of bids since same will solely be the dropping of envelopes and opening of bids.

15. Requests for clarifications on any part of the bidding documents or for an interpretation must be in writing and submitted to the RBAC at least 10 calendar days before the opening of bids.

16. The minutes of the pre-bid conference shall be made available to participants not later than three (3) calendar days after the pre-bid conference upon request in writing for free.

17. The minutes of the bidding shall be made available to participants not later than three (3) calendar days after the bidding upon payment of Php 100.00 for every page with written request.