100% found this document useful (1 vote)
328 views16 pages

Bid Document and Contract

This document summarizes the contract package for general construction works of the FAVI Laguna Office Building. It includes 29 items of work and provides important dates for the pre-bid conference, bid submission, and award date. Bidders must submit performance, down payment, and guarantee bonds as well as insurance and consider the terms of payment and work duration schedule. The deadline for queries is July 11th and the response will be on July 18th, with bids due on August 1st and the award date on August 6th.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
100% found this document useful (1 vote)
328 views16 pages

Bid Document and Contract

This document summarizes the contract package for general construction works of the FAVI Laguna Office Building. It includes 29 items of work and provides important dates for the pre-bid conference, bid submission, and award date. Bidders must submit performance, down payment, and guarantee bonds as well as insurance and consider the terms of payment and work duration schedule. The deadline for queries is July 11th and the response will be on July 18th, with bids due on August 1st and the award date on August 6th.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 16

FIRST - AVPR VENTURE, INC.

(FAVI) LAGUNA OFFICE


BUILDING

GENERAL CONSTRUCTION WORKS


Contract Package No. 01
Table of Content

Section I Description of Contract Package


Section II Summary of Important Information & Dates
Section III Instruction to Bidders
Section IV Proposal Form
Section I

DESCRIPTION OF CONTRACT PACKAGE

GENERAL

Works included under this Contract Package, consist of furnishing at Contractors’ expense all labor,
materials, tools, equipment, plant, and other facilities/services including the management and
supervision of these services, needed to complete and render ready to use for the General
Construction of Works of the Project in accordance with the plans, specifications, governing codes and
regulations and other related contract documents.

The work shall include but not limited to:


1. EXCAVATION/ TRIMMING WORKS. This includes excavation (including hauling out and
disposal of excavated material), and other works required to complete the excavation works.
2. BACKFILLING AND COMPACTION. This includes all the required Backfilling and Compaction
up to 95% of its maximum density.
3. GRAVEL BEDDING. This includes supply and laying of all the required Gravel Bedding
including compaction.
4. DEWATERING WORKS. This includes all required dewatering works.
5. SOIL POISONING. This includes supply and application of all required soil poisoning.
6. REBARS AND CONCRETING WORKS. This includes the installation of all required reinforcing
bars including testing of Owner-supplied rebar, supply and pouring of concrete and all other
works necessary to complete the works.
7. FORMWORKS. This includes supply, fabrication and installation of all required formwork.
8. MASONRY WORKS. This includes the supply, and installation of all required CHB works
including rebars, mortar lintel beam, stiffener column and all accessories.
9. THERMAL MOISTURE PROTECTION. This includes supply and installation including
accessories of the following.
• Cementitious/ Capillary Waterproofing (applicable to toilets)
10. FLOOR FINISHES. Installation of floor tiles (Tiles will be Owner’s supplied) including its
accessories and adhesives.
• All finishing shall be based on the Design and Specification submitted by the Design
Architect.
11. WALL FINISHES. This includes supply and installation of the following including all accessories.
• Interior Cement Plaster Finish
• Exterior Cement Plaster Finish
• Ceramic Tiles for common areas
• Gypsum Board on Metal Furring

12. CEILING FINISHES. This includes supply and installation of the following including all
accessories.
• Fibre Cement Board
• Acoustic Ceiling Board on Metal Channel.
13. DOORS INCLUDING FINISH HARDWARE. This includes supply and installation of all required
Wooden and Metal Doors and Finish Hardware including accessories.
14. METAL WORKS. This includes supply and installation of the following including all accessories.
• Brass Nosing
• Steel stair
• Monkey ladder of fire exits
• Roof framing
15. MISCELLANEOUS ARCHITECTURAL WORKS. This includes supply and installation of the
following including all accessories.
• Toilet Partitions.
16. PAINTING WORKS. This includes supply and application of all required painting works.
17. ELECTRICAL AND MECHANICAL WORKS
• All electrical fixtures shall be owner’s supplied.
• Air-conditioning units shall be owner’s supplied. Ducting and other works shall be
included on contractor’s scope of work.
18. PLUMBING WORKS
• Kitchen and Toilet fixtures and accessories owner’s supplied
19. BOND AND INSURANCES. This item of work includes the following bonds and insurances.
• Performance Bond
• Surety Bond
• Guarantee Bond
• Contractor’s All Risk Insurance
• Contractor’s Employee Accident Insurance and CGL.
20. TEMPORARY FACILITIES.
• Warehouse, Workers barracks
• Temporary utilities include power, water.
• Fire Protection, Safety, Security and Sanitation measure and limitation.

21. TEMPORARY FENCE. This includes the Construction and Maintenance of temporary fence
including temporary canopy.
22. Submission of all required shop drawing for approval.
23. TESTING AND COMMISSIONING. Prepare and secure approval of the test procedure for the
whole system. Then, conduct complete and comprehensive testing and commissioning of the
system. All required manpower, materials, tools, equipment, lightning, power, and water
consumption and consumables shall be borne by the Contractor until accepted by the Owner.
24. WARRANTY. The contractor shall provide material and workmanship warranty for a period of
twelve (12) months starting from date of acceptance by the Owner.
25. CLEANING. The Contractor shall be responsible in the cleaning of the area covered prior to
turnover.
26. AS-BUILT PLANS & DRAWING. The Contractor shall be responsible in the preparation of as
built plans, detailed drawings and shop drawings for approval. As Built Plans shall be submitted
as follows: One (1) set Mylar copy, five (5) sets in the blue print and one (1) AutoCAD file in
compact disk.
27. SUBMITTALS. The Contractors shall prepare and submit material samples, product data
sheet/brand and other submittals. The final samples, brand of product/materials and other
submittals shall be verified and approved by the Owner and Architect prior to placement of
order.
28. Materials deemed necessary to complete the works but not specifically mentioned in the
specification, plans and other contract documents but necessary to complete the project, shall
be supplied and installed by the Contractor without extra cost to the Owner.
29. All other items incidental to and/or required for the proper completion of the system
Section II

SUMMARY OF IMPORTANT INFORMATION

CP-01 : General Construction Works


Subject : Pre-Bid Conference
Venue : Sta. Rosa Laguna
Date : July 03, 2014
Time : 2:00 PM

Items for Discussion:

1. SCOPE OF WORKS
• General Construction Works and Basic Architectural Works

2. BONDS AND INSURANCE POLICIES


• Performance Bond - 25% of Contact Price
• Down Payment Bond - 10% of Contact Price
• Guarantee Bond - 10% of Contract Price
• Employee’s Accident Insurance & CGL - Required

3. TERMS OF PAYMENT
• 10% Down payment upon
-presentation of required bonds and Insurance policies.
-completion of temporary fencing, warehouse and workers barracks.
• Remaining balance by progress billing
• 10% Retention – Release upon completion of the one (1) year material and
workmanship warranty

4. WORK DURATION
• Detailed Work Schedule in the form of Gantt chart, Bar Chart with S-Curve and CPM
Network indicating the weekly and monthly periodic and cumulative percentage required
projected working days to accomplishment the project. ;

• Duration of work shall be based on contractors specification of each stages of work


being done, (See attached sample).

5. SUBMISSION OF BIDS
• No. of Copies : Two (2) copies sealed in brown envelop
• To : Arch. Rhodel P. Laranan, Chairman, Bids & Award
FAVI Pasig Office
• Date & Time : 01 August 2014, 12:00 Noon
6. OTHERS
• Nature of Bidding - Close Bid (paper bid)
• Bid Price - shall be fixed lump sum and VAT inclusive
• Official Receipts - contractors are required to submit a VAT registered sales
Invoice, billing statement or collection receipts duly
approved by BIR
• Bid Validity - valid for minimum of 60 Calendar Days
• Form of Contract & Contract Conditions – Bidders are advised to read carefully the
contents of the Bid or tender Documents and consider this in the preparation of the Bids.

Address all Queries to:


ARCH. RHODEL P. LARNANAN
Chairman, Bids and Award
E-Mail: laranan.consultancy@ayahoo.com
Mobile. No.: 0927 887 3941/0917 707 0014

A. Important Milestone dates:


1. Issuance of Bid Documents - July 03, 2014
(In form of CD: using Adobe Reader in Portable Document File, pdf)
2. Deadline of Queries - July 11, 2014
3. Response to Queries - July 18, 2014
4. Submission of Bids - Aug. 01, 2014
5. Award Date - Aug. 06, 2014

B. Items for Considerations:


1. Together with the Bid, submit Technical bid Requirements as follows:
1.1 Table of Organization intended for the project (with Names)
1.2 Resume’ of Key Personnel
1.3 QA/QC Plan
1.4 Safety, Security and Sanitation Plan

C. Features & Technical Aspect of the Project (discussed by A & E)


Design Team :
Architect :
Structural :
Mechanical :
Electrical :
Sanitary &Fire
Protection :
Section III

INSTRUCTION TO BIDDERS

I. CONTRACT DOCUMENTS
The instruction to Bidders, Description of Contract Package, Form of Contract
Agreement, General Conditions of the Contract, Proposal Forms, Proposal
Breakdown, Construction Schedule/CPM Network/Bar Chart/Gantt chart,
Plans, Details and Specifications, Bid Bulletins, Minutes of Pre-bid
Conferences, Clarificatory Correspondences and Meeting Notes, Reports and
all other Bid Documents are the Documents that will form the Contract
Agreement. Bidders must examine each of the Bid and Contract Documents.
They must visit the location of the Project and familiarize themselves with the
site conditions and status of the Project. They must make their own estimates
and assessment of the facilities and difficulties attending to the execution of
the WORK.

II. SUBMISSION OF BID PROPOSALS AND SIGNED BID DOCUMENTS


Two (2) sets of sealed proposals in plain envelopes marked “BID
PROPOSALS FOR CP-01: General Construction Works” should be
submitted to:
Arch. Rhodel P. Laranan
Chairman, Bids & Award Committee
FAVI Pasig Office

From 8:00 a.m. to 12:00 noon


On 01 August 2014

The Bidders shall submit together with the Bid Proposals two ( 2 ) complete
sets of all Bid and Contract Documents, excluding plans and drawings,
issued during the Bidding Period as enumerated in this Bid Document, all
pages of which shall be duly signed by the Bidders’ authorized
representatives to signify concurrence to all the terms and conditions
stipulated therein. The Bidders shall also submit a recent Resolution from
their Board of Directors authorizing the named representatives to enter into a
Contract Agreement with the OWNER in case this Construction Package is
awarded to them.

THIS IS A CLOSED BID

The Contractor/Supplier shall submit two (2) sets of their Bid Proposals. All
submitted bids will be subject to further review, clarification and evaluation by
the Construction Project Managers and recommendations will be submitted to
FIRST AVPR VENTURE INC., for further review, evaluation and negotiations
with the prospective contractors. The qualified and winning bidder shall,
thereafter, be officially informed in accordance with the bidding procedures
established by the OWNER.

III. BID PROPOSALS


Bidders are required to submit two (2) sets of their Bid Proposals using the
prescribed Proposal Form together with a Monthly Cash Flow Projections
based on their submitted bid price indicating in both words and figures the
total lump sum bid price separating the itemized costs for the supply of each
equipment for which the OWNER has the option to supply and the itemized
costs for the supply of local materials and labor required for the proper
installation of these items and/or equipment. When the OWNER exercises its
option to supply any or all of these items and/or equipment, the costs
reflected for the supply portion only of the equipment that the OWNER will
supply, will be directly deducted from the CONTRACT PRICE.

This is a lump sum bid. It is understood that all materials which are not
specifically mentioned in the specifications or in other contract documents,
and/or designs or details NOT clearly shown in the plans/working drawings
but deemed necessary to complete the works, shall be supplied and installed
by the CONTRACTOR and shall not be a basis of change order. Except for
government mandated labor escalation, there shall be no increase in the
contract amount regardless of fluctuation in monetary exchange, increase in
material cost, omission by the CONTRACTOR and error estimates.

In addition to the Financial Proposal and Cash Flow Projections, the Bidder
shall also submit in a separate sealed envelope, two (2) sets of their
Technical Proposal detailing the following:

1. Table of Organization for the Project with the resumes of all key technical
and administrative personnel to be assigned full time to the WORK;
2. Detailed Work Schedule in the form of Gantt chart, Bar Chart with S-
Curve and CPM Network indicating the weekly and monthly periodic and
cumulative percentage required projected working days to
accomplishment the project (See attached Sample).

• Duration of work shall be based on contractors specification of each stages of work


being done

3. Detailed Weekly and Monthly Manpower Schedule;


4. Detailed Weekly and Monthly work Schedule;
5. Detailed Weekly and Monthly Material Delivery Schedule;
6. A comprehensive memorandum, supported by drawings, schedules, and
detailed discussion on the methods of construction the CONTRACTOR
proposes to use for the execution of the WORK.

IV. OMISSIONS AND DISCREPANCIES


Should the bidders find discrepancies, omissions or be in doubt as to the
meaning or interpretation of the Drawings, Specifications, Description of
Contract Packages and other Bid Documents, he should immediately formally
notify during the prescribe scheduled date for submission of queries on
July 11 2014 for proper clarification and interpretation.

In the event that discrepancies occur between the price quoted in figures and
the price quoted in words shall govern. The price shall be understood to
include the furnishing of all materials, labor, supervision, plant, equipment,
tools, scaffolds, and other facilities and services which may be deemed
necessary or proper for the execution and completion of the WORK. The
WORK shall be as stipulated in the Contract Documents.

V. ACCEPTANCE OR REJECTION OF BID PROPOSALS

The OWNER reserves the right to reject any and all bids; to waive any defect
or informality therein; or to accept such bids as may be advantageous to the
owner.

The following, among others, may be sufficient cause for the OWNER to
reject the bid proposals:

1. Incomplete, obscure or irregular proposals;


2. Proposals having reassures or correction in the price sheet without
corresponding initials of the bidder or his authorized representatives;
3. Proposals which do not provide a breakdown of working days, materials
and price per work accomplished unit / rates or with blank spaces;
4. Proposals which deliberately omit unit and total prices;
5. Proposals in which the prices are obviously unbalanced; and
6. Proposals which rejects substantial and major items and conditions
stipulated in the Bid Documents

All bidders shall hold the OWNER free and harmless from any liability
whatsoever for their failure to quantify or win in the bidding for whatever
reason or cause, it being understood that the owner is given the absolute
freedom and authority to declare solely the winning bidder.
VI. VALIDITY OF BID PROPOSALS
Bid Proposals shall have a validity of costs and firm for acceptance within a
minimum period of sixty (60) calendar days from the date of submission of
the bids. Bids shall be fixed and shall not be subject to price escalation for
any cost or reason whatsoever, except for government mandated wage
increase.

VII. BONDS AND INSURANCES


1. Bid Bond is waived.
2. Performance Bond – Callable upon demand and equivalent to twenty five
percent (25%) of contract cost and valid for the entire duration of the
Contract, Agreement, or until a Guarantee Bond has been submitted in its
place and the WORK accepted by the OWNER.
3. Down Payment Surety Bond – Callable upon demand and equivalent to
the amount of down payment has been fully paid for or liquidated.
4. Guarantee Bond – Callable upon demand and equivalent to ten percent
(10%) of Contract Cost and valid for one (1) year upon acceptance of the
work by the owner.
5. Contractor’s All Risk Insurance – 100% of the Contract Cost with Third
Party Liability and valid for the entire duration of the Contract until the
expiration of the Guarantee period. The insurance cover shall include a
Third Party Liability (TPL) of PESOS: __________________ (Php
__________) ONLY single limit for Death. Bodily Injury and Property
Damages.

The CONTRACTOR, however, may secure other necessary insurances


as will protect itself against any insurable risks in the execution of its
Contract Agreement.

VIII. PERMITS, LICENSES & TAXES


The CONTRACTOR shall secure other Clearances for the Project including
the permit to install the OWNER-supplied equipment and/or items covered by
this Construction Package. The CONTRACTOR shall however, make sure
that all other necessary permits and clearances to implement the WORK
covered by this Construction Package have been secured. The
CONTRACTOR shall be responsible for this, and will assume all the penalties
and consequences resulting from the absence of such clearances. All
necessary clearances, permits, licenses and charges, taxes, VAT and fees
from all governing agencies having jurisdiction over the Project which are
required for the lawful prosecution of the Contract Agreement, particularly
with regard to the permits to secure the Occupancy Permit, to start-up,
energization, operation and maintenance of the WORK, shall be for the
CONTRACTOR’S expense.
The follow-ups, submission of documents and requirements, payment of fees,
charges and representations with the proper authorities to facilitate the
release of the said permits, clearances and other similar documents shall be
the sole responsibility of the CONTRACTOR. Such fees, charges and
representation expenses are deemed to have been included in the Bid
Proposals.

IX. RESPONSIBILITIES OF THE CONTRACTOR


A. A safety engineer shall be assigned to the construction for the entire
duration of the WORK.
B. The CONTRACTOR shall at all times require his workers to wear hard
hats, safety boots, uniforms (T-shirt) and identification cards to prevent
accident and proper identification.
C. The CONTRACTOR shall be responsible for the security of all OWNER-
furnished equipment/materials installed until same are turned-over and
accepted by the OWNER.
D. The CONTRACTOR shall provide fire protection equipment such as fire
extinguishers, etc., in the place of work and/or at the office/warehouse.
E. The CONTRACTOR shall provide adequate protection for installed
equipment/materials and devices.

X. CONTRACTOR’S MAJOR RESPONSIBILITY


The CONTRACTOR agrees that he is a fully responsible to the OWNER for
the acts and omissions of his sub-contractors(s) and/or partner(s) and the
person(s) either directly or indirectly employed by them, as he is for the acts
and omissions of person(s) directly employed by him.

XI. DOWN PAYMENT/PARTIAL RELEASE OF RETENTION


MONEY/LIQUIDATED DAMAGES
1. A down payment of ten percent (10%) of the stipulated contract price for
local materials and labor shall be paid upon submission and acceptance
by the Owner

of the Contractor’s callable upon demand, equivalent to the amount of


the down payment secured from the FIRST AVPR VENTURE, INC.
(FAVI) Accredited Insurance Company, Performance Bond, copy of
signed Notice of Award and letter request release of down payment. This
down payment bond shall be released by the OWNER only until the said
down payment is fully liquidated or paid by the CONTRACTOR.

-completion of temporary fencing and workers barracks


2. Progress payments are subject to retention of ten percent (10%) 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 until entire duration of the contract period,
as determined by the Construction Project Managers or the OWNER’S
representatives, based on the ORIGINAL Project schedule or the original
projected working days to accomplish a particular work . The total
“Retention Money” shall be due for release only within sixty (60) days
upon submission of a guaranty bond, callable upon demand, valid for one
(1) year, and secured from FIRST AVPR VENTURE INC. Accredited
Insurance Company, and the Issuance of the Final Inspection and
Acceptance Certificate (FIAC) by the Construction Project Managers, duly
signed by the OWNER.
3. When the CONTRACTOR refuses or fails to satisfactorily complete the
Work within stipulated Contract Period plus time extension duly granted, if
any, the CONTRACTOR shall pay the OWNER for liquidated damages,
not by way of penalty, an amount equal to one-tenth of one percent
(0.10%) of the total final contract amount per calendar day of delay
including Sundays and holidays.

XII. PERFORMANCE PERIOD


The duration period to complete each stage of work shall be based on the
contractor’s submitted schedule of work upon issuance of notice to proceed.

XIII. TEMPORARY FACILITIES AND SERVICES


1. The CONTRACTOR shall pay the monthly bill for their power and water
consumption.

XIV. MATERIALS FURNISHED BY THE CONTRACTOR


In general, all materials to be used shall be of first class quality. The
CONTRACTOR shall be required, within fifteen (15) calendar days after
signing of contract, to submit to the Construction Project Managers, samples
of specified materials for approval.

Prepared by:

LARANAN CONSULTANCY AND BUILDERS


Bids and Awards Committee
Section IV

PROPOSAL FORM

Project : FAVI Commercial/Residential Building

Pulo, Sta. Cruz, Sta. Rosa City, Laguna, Philippines

Subject : LUMP SUM PROPOSAL FORM

CP-01: General Construction Works

PROPOSAL FORM: ___________________________________________


(Name of Firm)

__________________________________________________________________________________
_____________________

(Address)

____________________________
____________________________
____________________________

Attention : _________________________
_________________________
_________________________

Gentlemen:

In accordance with your “Invitation to Bid” for the project and subject mentioned above and subject to
all conditions and requirements thereof, and of your Drawings, Detail, Specifications and Related Bid
Documents (in CD/ pdf format, received last ________________), which so far as they are related to
this proposal, are made parts thereof, we will furnish the necessary tools, equipment, labor, materials,
plant and supplies and supervision and other incidentals as called for by said drawings, details,
specifications and related Contract Documents, at the following prices in Philippine Currency (inclusive
VAT and other related taxes and duties) PROPOSAL: Total Lump Sum Price for CP-01: General
Construction Works all in accordance with plans, specifications and related Bid Documents,
__________________________________________________________________________________
_________________________________________ PESOS (____________).
We (I) make this Proposal with a full knowledge of the kind, quantity and quality of the articles and
services required, and if said proposal is accepted, we (I), after receiving notice of acceptance shall
enter into Contract Agreement with FIRST AVPR VENTURE INC. within ten (10) days with good and
sufficient securities for the faithful performance thereof. We understand that FIRST AVPR VENTURE
INC. may not accept any item or group of items of any bid, unless we qualify our bid by specific
limitation. We (I) shall complete the specified scope of work for General Construction Works in
accordance with the plans, specifications, and related documents, within the number of days specified
in the Construction Schedule after reward of contract to us by FIRST AVPR VENTURE INC. We shall
not request for any extension of time other than due to circumstances of “force majeure”.

We (I) understand that times is an essential part of this proposal contract, and that upon failure to
complete the project within the stipulated time, we agree to pay FIRST AVPR VENTURE INC. one-
tenth (1/10) of one percent (1%) of the stipulated total final contract price for each and every calendar
day of delay (Saturday, Sundays and legal holidays, included) I the fulfilment of this contract. Said
payments shall be made as liquidated damages and not by way of penalty, and we further agree that
FIRST AVPR VENTURE INC. may deduct any amount due to us or shall become due to us and such
sum accruing as liquidated damages as herein stated.

We (I) understand that when the extent of work originally contemplated under this contract is changed,
then the difference between the originally envisaged amount of work and the work resulting from such
change shall be taken into account and an equitable adjustment of the contract price shall be made
between the Owner and the contractor on the value of said changes before the actual work is
performed and an equitable adjustment of the contract price shall be made.

We (I) understand that the Owner reserves the right to reject any and all bids, to waive any defect or
informality therein, or to accept such bids as may be advantageous to the Owner.

We (I) hereby certify that we have inspected the site to ascertain actual field conditions, access to and
from the site and all the possible constraints that may arise in the implementation of the works and that
we have prepared and/or checked and reviewed the Bid Documents contract procedures, contract
schedules, and prices submitted with this Financial Proposal.

SUBMITTED BY: ________________________________________________________

COMPANY NAME (Printed): _______________________________________________

AUTHORIZED REPRESENTATIVE (Printed): _________________________________

SIGNATURE: ___________________________________________________________

TITLE OR POSITION (Printed): _________________________________________________

DATE SUBMITTED: __________________________________________________________

DATE PREPARED: ___________________________________________________________


DATE PREPARED AND SIGNED: _______________________________________________

(Note: Submit this Lump Sum Financial Proposal in a sealed envelope with the itemized Cost
Breakdown and the Monthly Cash Flow Projections. The Technical Proposal should also be
submitted in a separate sealed envelope.)

______________________________
DATE SIGNED

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy