0% found this document useful (0 votes)
85 views

Bid Docs

This document is the bidding documents for the procurement of infrastructure project for the repair of GID 1, 2, and 3 warehouses at the NFA compound in Cabid-an, Sorsogon City. It includes sections on invitation to bid, instructions to bidders, bid data sheet, general conditions of contract, special conditions of contract, specifications, drawings, bill of quantities, checklist of requirements and bidding forms. The project aims to repair the three warehouses through activities like roofing, painting, electrical works and others based on the specifications. Bidders must follow the eligibility criteria and submission requirements stated in the document to participate in the procurement process for this infrastructure project.

Uploaded by

Chien Jazo
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
85 views

Bid Docs

This document is the bidding documents for the procurement of infrastructure project for the repair of GID 1, 2, and 3 warehouses at the NFA compound in Cabid-an, Sorsogon City. It includes sections on invitation to bid, instructions to bidders, bid data sheet, general conditions of contract, special conditions of contract, specifications, drawings, bill of quantities, checklist of requirements and bidding forms. The project aims to repair the three warehouses through activities like roofing, painting, electrical works and others based on the specifications. Bidders must follow the eligibility criteria and submission requirements stated in the document to participate in the procurement process for this infrastructure project.

Uploaded by

Chien Jazo
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 105

i.

Project Reference No. NFA-RO5-INFRA-2022-08

PROCUREMENT OF INFRASTRUCTURE PROJECT


FOR THE REPAIR OF GID 1, 2 & 3 WAREHOUSES
AT NFA COMPOUND, CABID-AN, SORSOGON CITY

NFA REGION V
BIDDING DOCUMENTS

Date of Issue: July 21, 2022

PROCUREMENT OF INFRASTRUCTURE PROJECT


FOR THE REPAIR OF GID 1, 2 & 3 WAREHOUSES
AT NFA COMPOUND, CABID-AN, SORSOGON CITY

Project Reference No. NFA-RO5-INFRA-2022-08

National Food Authority


BICOL REGIONAL OFFICE
Pier Site, Legazpi City
Mobile No.: +639332876935 / +639456353729 / (052) 742-0433

1
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of GID 1, 2, and 3
Warehouses at NFA Compound, Cabid-an, Sorsogon City

TABLE OF CONTENTS
TITLE PAGE
NO.
GLOSSARY OF ......................................................................................................... 4
TERMS, ABBREVIATIONS, AND ACRONYMS
SECTION I. INVITATION TO BID ............................................................................... 6
SECTION II. INSTRUCTIONS TO BIDDERS ............................................................. 10
1. Scope of Bid............................................................................................. 11
2. Funding Information ................................................................................. 11
3. Bidding Requirements .............................................................................. 11
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ........ 11
5. Eligible Bidders ........................................................................................ 11
6. Origin of Associated Goods ...................................................................... 12
7. Subcontracts ............................................................................................ 12
8. Pre-Bid Conference.................................................................................. 12
9. Clarification and Amendment of Bidding Documents ................................ 12
10. Documents Comprising the Bid: Eligibility and Technical Components .... 12
11. Documents Comprising the Bid: Financial Component ............................. 13
12. Alternative Bids ........................................................................................ 13
13. Bid Prices ................................................................................................. 13
14. Bid and Payment Currencies .................................................................... 13
15. Bid Security .............................................................................................. 14
16. Sealing and Marking of Bids ..................................................................... 14
17. Deadline for Submission of Bids............................................................... 14
18. Opening and Preliminary Examination of Bids.......................................... 14
19. Detailed Evaluation and Comparison of Bids ........................................... 14
20. Post Qualification ..................................................................................... 15
21. Signing of the Contract ............................................................................. 15
SECTION III. BID DATA SHEET ............................................................................. 16
SECTION IV. GENERAL CONDITIONS OF CONTRACT .......................................... 20
1. Scope of Contract .................................................................................... 21
2. Sectional Completion of Works ................................................................ 21
3. Possession of Site ................................................................................... 21
4. The Contractor’s Obligations .................................................................... 21
5. Performance Security ............................................................................... 22
6. Site Investigation Reports ........................................................................ 22
7. Warranty .................................................................................................. 22
8. Liability of the Contractor ......................................................................... 22

2
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of GID 1, 2, and 3
Warehouses at NFA Compound, Cabid-an, Sorsogon City

9. Termination for Other Causes .................................................................. 22


10. Dayworks ................................................................................................. 23
11. Program of Work ...................................................................................... 23
12. Instructions, Inspections and Audits ......................................................... 23
13. Advance Payment .................................................................................... 23
14. Progress Payments .................................................................................. 23
15. Operating and Maintenance Manuals ....................................................... 24
SECTION V. SPECIAL CONDITIONS OF CONTRACT ............................................. 25
SECTION VI. SPECIFICATIONS .............................................................................. 30
SECTION VII. DRAWINGS ...................................................................................... 58
SECTION VIII. BILL OF QUANTITIES ..................................................................... 69
SECTION IX. CHECKLIST OF TECHNICAL AND FINANCIAL DOCUMENTS ............ 75
SECTION X. BIDDING FORMS ..……………………………………………………….. 78

3
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Glossary of Acronyms, Terms, and Abbreviations


ABC – Approved Budget for the Contract.

ARCC – Allowable Range of Contract Cost.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in


response to and in consonance with the requirements of the bidding documents. Also
referred to as Proposal and Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant


who submits a bid in response to the requirements of the Bidding Documents. (2016
revised IRR, Section 5[d])

Bidding Documents – The documents issued by the Procuring Entity as the bases
for bids, furnishing all information necessary for a prospective bidder to prepare a bid
for the Goods, Infrastructure Projects, and/or Consulting Services required by the
Procuring Entity. (2016 revised IRR, Section 5[e])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

CDA – Cooperative Development Authority.

Consulting Services – Refer to services for Infrastructure Projects and other types
of projects or activities of the GOP requiring adequate external technical and
professional expertise that are beyond the capability and/or capacity of the GOP to
undertake such as, but not limited to: (i) advisory and review services; (ii) pre-
investment or feasibility studies; (iii) design; (iv) construction supervision; (v)
management and related services; and (vi) other technical services or special studies.
(2016 revised IRR, Section 5[i])

Contract – Refers to the agreement entered into between the Procuring Entity and
the Supplier or Manufacturer or Distributor or Service Provider for procurement of
Goods and Services; Contractor for Procurement of Infrastructure Projects; or
Consultant or Consulting Firm for Procurement of Consulting Services; as the case
may be, as recorded in the Contract Form signed by the parties, including all
attachments and appendices thereto and all documents incorporated by reference
therein.

Contractor – is a natural or juridical entity whose proposal was accepted by the


Procuring Entity and to whom the Contract to execute the Work was awarded.
Contractor as used in these Bidding Documents may likewise refer to a supplier,
distributor, manufacturer, or consultant.

CPI – Consumer Price Index.

DOLE – Department of Labor and Employment.

DTI – Department of Trade and Industry.

4
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Foreign-funded Procurement or Foreign-Assisted Project – Refers to


procurement whose funding source is from a foreign government, foreign or
international financing institution as specified in the Treaty or International or
Executive Agreement. (2016 revised IRR, Section 5[b]).

GFI – Government Financial Institution.

GOCC – Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except
Consulting Services and Infrastructure Projects, which may be needed in the
transaction of public businesses or in the pursuit of any government undertaking,
project or activity, whether in the nature of equipment, furniture, stationery, materials
for construction, or personal property of any kind, including non-personal or
contractual services such as the repair and maintenance of equipment and furniture,
as well as trucking, hauling, janitorial, security, and related or analogous services, as
well as procurement of materials and supplies provided by the Procuring Entity for
such services. The term “related” or “analogous services” shall include, but is not
limited to, lease or purchase of office space, media advertisements, health
maintenance services, and other services essential to the operation of the Procuring
Entity. (2016 revised IRR, Section 5[r])

GOP – Government of the Philippines.

Infrastructure Projects – Include the construction, improvement, rehabilitation,


demolition, repair, restoration or maintenance of roads and bridges, railways, airports,
seaports, communication facilities, civil works components of information technology
projects, irrigation, flood control and drainage, water supply, sanitation, sewerage and
solid waste management systems, shore protection, energy/power and electrification
facilities, national buildings, school buildings, hospital buildings, and other related
construction projects of the government. Also referred to as civil works or works. (2016
revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PCAB – Philippine Contractors Accreditation Board.

PhilGEPS - Philippine Government Electronic Procurement System.

Procurement Project – refers to a specific or identified procurement covering goods,


infrastructure project or consulting services. A Procurement Project shall be described,
detailed, and scheduled in the Project Procurement Management Plan prepared by
the agency which shall be consolidated in the procuring entity's Annual Procurement
Plan. (GPPB Circular No. 06-2019 dated 17 July 2019)

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

UN – United Nations.

5
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Section I. Invitation to Bid

6
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

REPUBLIC OF THE PHILIPPINES


NATIONAL FOOD AUTHORITY
REGIONAL OFFICE V
Pier Site, Legazpi City

Hotline No.:+639332876935/ +639456353729 / Website: www.nfa.gov.ph

INVITATION TO BID
REPAIR OF GID 1, 2 & 3 WAREHOUSES
AT NFA COMPOUND, CABID-AN, SORSOGON CITY

Project Reference No. NFA-RO5-INFRA-2022-08

1. The National Food Authority (NFA) Regional Office V through the Infrastructures and
PHF Machineries Capital Outlay Budget with ASA no. 2022-COF-OCD-TSD-V-SSG-
005 intends to apply the sum of Eight Million Two Hundred Forty Thousand
(Php 8,240,000.00) being the Approved Budget for the Contract (ABC) to payments
under the contract for Repair of GID 1, 2 & 3 Warehouses at NFA Compound, Cabid-
an, Sorsogon City. Bids received in excess of the ABC shall be automatically rejected
at bid opening.

2. The NATIONAL FOOD AUTHORITY (NFA) REGIONAL OFFICE V now invites bids for
the above Procurement Project. Completion of the Works is required within ONE
HUNDRED TWENTY (120) Calendar Days upon receipt of the Notice to Proceed
(NTP). Bidders should have completed a contract similar to the Project. The description
of an eligible bidder is contained in the Bidding Documents, particularly, in Section II
(Instructions to Bidders), and must have the following qualifications:

The Bidder must have an experience of having completed a Single Largest


Completed Contract (SLCC) that is similar to this Project, equivalent to at least
fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to current
prices using the PSA’s CPI. Provided, however, that Contractor under Small B
categories without similar experience on the contract to bid may be allowed to
bid if the cost of such contract is not more than the Allowable Range of Contract
Cost (ARCC) of their registration based on the guidelines as prescribed by the
PCAB.

A contract is considered to be “similar” to the contract to be bid if it has the major


categories of work stated in the BDS.

3. Bidding will be conducted through open competitive bidding procedures using non-
discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules
and Regulations (IRR) of Republic Act (RA) No. 9184.

7
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

4. Interested bidders may obtain further information from National Food Authority (NFA)
Regional Office V and inspect the Bidding Documents at the address given below from
8:00 AM to 5:00 PM.
Address : NATIONAL FOOD AUTHORITY
Bicol Regional Office
2nd Floor, Pier Site, Legazpi City 4500

5. A complete set of Bidding Documents may be acquired by interested bidders on


July 21, 2022 – August 10, 2022 from given address and website/s below and upon
payment of the applicable fee for the Bidding Documents, pursuant to the latest
Guidelines issued by the GPPB in the hereunder amount:

Approved Budget for the Amount of Bidding Fee


Contract (ABC) Php (Php)
8,240,000.00 10,000.00
The Procuring Entity shall allow the bidder to present its proof of payment for the fees in
person, by facsimile, or through electronic means.

Address : NATIONAL FOOD AUTHORITY


Bicol Regional Office
2nd Floor, Pier Site, Legazpi City 4500

Website(s) : PhilGEPS-www.philgeps.gov.ph
NFA-www.nfa.gov.ph

6. The NFA Bicol Region will hold a Pre-Bid Conference on July 29, 2022 1:30 PM at the
3rd Floor, Social Hall, Pier Site, Legazpi City and through video conferencing or
webcasting platform with the link to be provided prior to the conduct of the pre-bidding
conference, which shall be open to prospective bidders.

7. Bids must be duly received by the BAC Secretariat through manual submission at the
office address as indicated below, on or before August 10, 2022, 12:00nn. Late bids
shall not be accepted.

Address : NATIONAL FOOD AUTHORITY


Bicol Regional Office
3rd Floor, Pier Site, Legazpi City 4500

8. All bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 16.

9. Bid opening shall be on August 10, 2022, 1:30 PM at the given address and via video
conferencing or webcasting platform with the link to be provided prior to the conduct of
the bid opening. Bids will be opened in the presence of the bidders’ representatives who
choose to attend the activity.

Address : NFA RO-V Social Hall


3rd Floor NFA Regional Office V
Pier Site, Legazpi City

8
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

10. The NATIONAL FOOD AUTHORITY (NFA) REGIONAL OFFICE V reserves the right to
reject any and all bids, declare a failure of bidding, or not award the contract at any time
prior to contract award in accordance with Sections 35.6 and 41 of the 2016 revised
Implementing Rules and Regulations (IRR) of RA No. 9184, without thereby incurring
any liability to the affected bidder or bidders.

11. For further information, please refer to:

MICHELLE L. CASTUERA
Secretariat Head
NATIONAL FOOD AUTHORITY
Regional Office V
Hotline No. +639202340108
email: [email protected]

12. You may visit the following websites for downloading of Bidding Documents:

www.nfa.gov.ph
www.philgeps.gov.ph

Date Issued: July 21, 2022

ROY Q. UNTIVEROS
Assistant Regional Manager/
RBAC Chairperson

9
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Section II. Instructions to Bidders

10
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

1. Scope of Bid

The Procuring Entity, The National Food Authority (NFA) Regional Office V invites Bids
for the Repair of GID 1, 2 and 3 Warehouses at NFA Compound, Cabid-an,
Sorsogon City with Project Identification Number NFA-R05-INFRA-2022-08.

The Procurement Project (referred to herein as “Project”) is for the construction of


Works, as described in Section VI (Specifications).

2. Funding Information

2.1. The GOP through the source of funding as indicated below for 2022 Capital
Outlay Projects in the amount of Eight Million Two Hundred Forty
Thousand Pesos (Php 8,240,000.00) with ASA no. 2022-COF-OCD-TSD-V-
SSG-005.

2.2. The source of funding is the Corporate Operating Budget for GOCC.

3. Bidding Requirements

The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and
its 2016 revised IRR, including its Generic Procurement Manual and associated policies,
rules and regulations as the primary source thereof, while the herein clauses shall serve
as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or invitation to bid by the BAC through the
issuance of a supplemental or bid bulletin.

The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the site,
determined the general characteristics of the contracted Works and the conditions for
this Project, such as the location and the nature of the work; (b) climatic conditions; (c)
transportation facilities; (c) 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 and examine all instructions, forms, terms, and project
requirements in the Bidding Documents.

4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices

The Procuring Entity, as well as the Bidders and Contractors, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or
through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184
or other integrity violations in competing for the Project.

5. Eligible Bidders

5.2. Only Bids of Bidders found to be legally, technically, and financially capable will
be evaluated.

11
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

5.3. The Bidder must have an experience of having completed a Single Largest
Completed Contract (SLCC) that is similar to this Project, equivalent to at least
fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to current
prices using the PSA’s CPI, except under conditions provided for in Section
23.4.2.4 of the 2016 revised IRR of RA No. 9184.

A contract is considered to be “similar” to the contract to be bid if it has the major


categories of work stated in the BDS.

5.4. For Foreign-funded Procurement, the Procuring Entity and the foreign
government/foreign or international financing institution may agree on another
track record requirement, as specified in the Bidding Document prepared for this
purpose.

5.5. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of the
2016 IRR of RA No. 9184.

6. Origin of Associated Goods

There is no restriction on the origin of Goods other than those prohibited by a decision
of the UN Security Council taken under Chapter VII of the Charter of the UN.

7. Subcontracts

7.1. The Bidder may subcontract portions of the Project to the extent allowed by the
Procuring Entity as stated herein, but in no case more than fifty percent (50%) of
the Project.

The Procuring Entity has prescribed that:

Subcontracting is not allowed.

8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified date
and time and either at its physical address NFA ROV Social Hall, Legazpi City and/or
through videoconferencing/webcasting} as indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents

Prospective bidders may request for clarification on and/or interpretation of any part of
the Bidding Documents. Such requests must be in writing and received by the Procuring
Entity, either at its given address or through electronic mail indicated in the IB, at least
ten (10) calendar days before the deadline set for the submission and receipt of Bids.

10. Documents Comprising the Bid: Eligibility and Technical Components

10.1. The first envelope shall contain the eligibility and technical documents of the Bid
as specified in Section IX. Checklist of Technical and Financial Documents.

10.2. If the eligibility requirements or statements, the bids, and all other documents for
submission to the BAC are in foreign language other than English, it must be
accompanied by a translation in English, which shall be authenticated by the
appropriate Philippine foreign service establishment, post, or the equivalent office
having jurisdiction over the foreign bidder’s affairs in the Philippines. For
Contracting Parties to the Apostille Convention, only the translated documents

12
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

shall be authenticated through an apostille pursuant to GPPB Resolution No. 13-


2019 dated 23 May 2019. The English translation shall govern, for purposes of
interpretation of the bid.

10.3. A valid PCAB License is required, and in case of joint ventures, a valid special
PCAB License, and registration for the type and cost of the contract for this
Project. Any additional type of Contractor license or permit shall be indicated in
the BDS.

10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project Engineers,
Materials Engineers, and Foremen) assigned to the contract to be bid, with their
complete qualification and experience data shall be provided. These key
personnel must meet the required minimum years of experience set in the BDS.

10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or
under purchase agreements, supported by proof of ownership, certification of
availability of equipment from the equipment lessor/vendor for the duration of the
project, as the case may be, must meet the minimum requirements for the
contract set in the BDS.

11. Documents Comprising the Bid: Financial Component

11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section IX. Checklist of Technical and Financial Documents.

11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.

11.3. For Foreign-funded procurement, a ceiling may be applied to bid prices provided
the conditions are met under Section 31.2 of the 2016 revised IRR of RA No.
9184.

12. Alternative Bids

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.

13. Bid Prices

All bid prices for the given scope of work in the Project as awarded shall be considered
as fixed prices, and therefore not subject to price escalation during contract
implementation, except under extraordinary circumstances as determined by the NEDA
and approved by the GPPB pursuant to the revised Guidelines for Contract Price
Escalation guidelines.

14. Bid and Payment Currencies

14.1. Bid prices may be quoted in the local currency or tradeable currency accepted
by the BSP at the discretion of the Bidder. However, for purposes of bid
evaluation, Bids denominated in foreign currencies shall be converted to
Philippine currency based on the exchange rate as published in the BSP
reference rate bulletin on the day of the bid opening.

13
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

14.2. Payment of the contract price shall be made in:


a. Philippine Pesos.

15. Bid Security

15.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security in
the amount indicated in the BDS, which shall be not less than the percentage of
the ABC in accordance with the schedule in the BDS.

15.2. The Bid and bid security shall be valid until December 07, 2022. Any bid not
accompanied by an acceptable bid security shall be rejected by the Procuring
Entity as non-responsive.

16. Sealing and Marking of Bids

Each Bidder shall submit one copy of the first and second components of its Bid.

The Procuring Entity may request additional hard copies and/or electronic copies of the
Bid. However, failure of the Bidders to comply with the said request shall not be a ground
for disqualification.

The Procuring Entity does not allow the submission of bids through online
submission or any other electronic means.

17. Deadline for Submission of Bids

The Bidders shall submit on the specified date and time and either at its physical
address or through online submission as indicated in paragraph 7 of the IB.

18. Opening and Preliminary Examination of Bids

18.1. The BAC shall open the Bids in public at the time, on the date, and at the place
specified in paragraph 9 of the IB. The Bidders’ representatives who are present
shall sign a register evidencing their attendance. In case videoconferencing,
webcasting or other similar technologies will be used, attendance of participants
shall likewise be recorded by the BAC Secretariat.

In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA No.
9184 shall prevail.

18.2. The preliminary examination of Bids shall be governed by Section 30 of the 2016
revised IRR of RA No. 9184.

19. Detailed Evaluation and Comparison of Bids

19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation of all
Bids rated “passed” using non-discretionary pass/fail criteria. The BAC shall
consider the conditions in the evaluation of Bids under Section 32.2 of 2016
revised IRR of RA No. 9184.

14
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

19.2. If the Project allows partial bids, all Bids and combinations of Bids as indicated in
the BDS shall be received by the same deadline and opened and evaluated
simultaneously so as to determine the Bid or combination of Bids offering the
lowest calculated cost to the Procuring Entity. Bid Security as required by ITB
Clause 15 shall be submitted for each contract (lot) separately.

19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016
revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for all the
lots participated in by the prospective Bidder.

20. Post Qualification

Within a non-extendible period of five (5) calendar days from receipt by the Bidder of
the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall
submit its latest income and business tax returns filed and paid through the BIR
Electronic Filing and Payment System (eFPS), and other appropriate licenses and
permits required by law and stated in the BDS.

21. Signing of the Contract

The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall
form part of the Contract. Additional Contract documents are indicated in the BDS.

15
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Section III. Bid Data Sheet

16
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Section III. BID DATA SHEET


ITB
PARTICULARS
Clause
5.2 For this purpose, contracts similar to the Project refer to contracts which
have the same major categories of work, which shall be:
General Building, Warehouse Repair/Construction.

7.1 Subcontracting is not allowed.

10.3 In accordance with PCAB Board Resolution No. 201 Series of 2017, the
minimum required licensed category for this Project is license category:

Size Range License Category Classification


At least Small B C or D GB -1 / General
Building

10.4 The key personnel must meet the required minimum years of experience
set below:

Key Personnel General Experience Relevant Experience

Project Manager At least 5 years


experience
Project Engineer At least 3 years
(Licensed Civil experience
Engineer with Valid
PRC License)
At least 1 year
Foreman At least 3 years
experience
experience
Health and Safety At least 3 years
Officer with Valid experience
Certificate of Training
in Occupational
Safety and Health
Duplication of functions of Key Personnel for the project shall not be
allowed.

10.5 The minimum major equipment requirements are the following:

Equipment Capacity (Min.) No.


Welding Machine 300 A 1 unit
Standby Generator 1 kVA 1 unit
Power Tools and Hand
Tools and (Angle 1 lot
Grinder, Hand Drill,)

10.5 List of Contractor’s Equipment OWNED/LEASED and/or UNDER

17
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City
ITB
PARTICULARS
Clause
PURCHASE AGREEMENT assigned to the Proposed Contract with
attached Proof of Ownership or certification of availability of equipment
from the equipment lessor/vendor for the duration of the project, as the
case may be, shall be submitted and shall be validated during post
qualification.
12 Alternative Bids are not accepted.
15.1 The bid security shall be in the form of a Bid Securing Declaration or any
of the following forms and amounts:

a. The amount of not less than two percent (2%) of ABC as shown
below, if bid security is in cash, cashier’s/manager’s check, bank
draft/guarantee or irrevocable letter of credit;

b. The amount of not less than five percent (5%) of ABC if bid security
is in Surety Bond.

5% of the ABC
ABC 2% of the ABC
(Php)
(Php) (Php)
164,800.00 412,000.00
8,240,000.00

19.2 Partial bid is not allowed. The infrastructure project is packaged in a


single lot and the lot shall not be divided into sub-lots for the purpose of
bidding, evaluation, and contract award.

20 Within a non-extendible period of five (5) calendar days from receipt by


the Bidder of the notice from the BAC that it submitted the Lowest /
Single Calculated Bid, the bidder shall submit the following documents:

1. Original copy of latest PCAB License


2. Original copy of Valid Business Registration Certificate (DTI,
SEC or CDA)
3. Original copy of 2022 Mayor’s / Business Permit
4. Original copy of Valid and Current Tax Clearance per EO 398 s.
2005
5. Original copy of Annual Income Tax Returns for 2021
6. Quarterly Income Tax Return for the 2nd or 1st Quarter of 2022
(1701Q for Individual taxpayer or 1702Q for industry other than
individual taxpayers)
7. Original copy of Latest Quarterly Value Added Tax (VAT) Returns
(BIR Form 2550Q) or Percentage Tax Return (BIR Form 2551Q)
(2nd or 1st Quarter of 2022)
The income tax and business tax returns stated above should
have been filed through the Electronic Filing and Payment
System (eFPS).

N.B. Documents submitted as part of post-qualification requirements


must be certified by the authorized representative to be true copy/ies
from the original.

18
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City
ITB
PARTICULARS
Clause
21 Additional contract documents relevant to the Project:

a. Construction schedule and S-curve;


b. Manpower schedule;
c. Construction methods;
d. Equipment utilization schedule;
e. Construction safety and health program approved by the
Department of Labor and Employment;
f. Contractor’s All Risk Insurance (CARI);
g. PERT/CPM Diagram;
h. Duly Signed Bid Data Sheet (BDS) and Special Conditions of the
Contract (SCC); and
i. Program of Work.

Item a, b, & f of the foregoing documents are subject to approval of the


Procuring Entity or his duly authorized representative.

The above documents together with the Performance Security shall be


submitted by the winning bidder within ten (10) calendar days from
receipt of Notice of Award (NOA) but in no case later than the signing of
the contract.

19
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Section IV. General Conditions of


Contract

20
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

1. Scope of Contract

This Contract shall include all such items, although not specifically mentioned,
that can be reasonably inferred as being required for its completion as if such
items were expressly mentioned herein. All the provisions of RA No. 9184 and
its 2016 revised IRR, including the Generic Procurement Manual, and
associated issuances, constitute the primary source for the terms and
conditions of the Contract, and thus, applicable in contract implementation.
Herein clauses shall serve as the secondary source for the terms and
conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of
RA No. 9184 allowing the GPPB to amend the IRR, which shall be applied to
all procurement activities, the advertisement, posting, or invitation of which
were issued after the effectivity of the said amendment.

2. Sectional Completion of Works

If sectional completion is specified in the Special Conditions of Contract


(SCC), references in the Conditions of Contract to the Works, the Completion
Date, and the Intended Completion Date shall 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. Possession of Site

3.1 The Procuring Entity shall give possession of all or parts of the Site to
the Contractor based on the schedule of delivery indicated in the SCC,
which corresponds to 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 Procuring Entity.

3.2 If possession of a portion is not given by the above date, the Procuring
Entity will be deemed to have delayed the start of the relevant activities.
The resulting adjustments in contract time to address such delay may be
addressed through contract extension provided under Annex “E” of the
2016 revised IRR of RA No. 9184.

4. The Contractor’s Obligations

The Contractor shall employ the key personnel named in the Schedule of Key
Personnel indicating their designation, in accordance with ITB Clause 10.3 and
specified in the BDS, to carry out the supervision of the Works.

The Procuring Entity will approve any proposed replacement of key personnel
only if their relevant qualifications and abilities are equal to or better than those
of the personnel listed in the schedule.

21
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

5. Performance Security

5.1. Within ten (10) calendar days from receipt of the Notice of Award from
the Procuring Entity but in no case later than the signing of the contract
by both parties, the successful Bidder shall furnish the performance
security in any of the forms prescribed in Section 39 of the 2016 revised
IRR.

5.2. The Contractor, by entering into the Contract with the Procuring Entity,
acknowledges the right of the Procuring Entity to institute action pursuant
to RA No. 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.

6. 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.

7. Warranty

7.1. In case the Contractor fails to undertake the repair works under Section
62.2.2 of the 2016 revised IRR, the Procuring Entity shall forfeit its
performance security, subject its property (ies) to attachment or
garnishment 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.

7.2. The warranty against Structural Defects/Failures, except that


occasioned-on force majeure, shall cover the period from the date of
issuance of the Certificate of Final Acceptance by the Procuring Entity.
Specific duration of the warranty is found in the SCC.

8. 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.
If the Contractor is a joint venture, all partners to the joint venture shall be jointly
and severally liable to the Procuring Entity.

9. Termination for Other Causes

Contract termination shall be initiated 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 corrupt,
fraudulent, collusive, coercive, and obstructive practices as stated in ITB
Clause 4.

22
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

10. Dayworks

Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised
IRR of RA No. 9184, 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.

11. Program of Work

11.1. The Contractor shall submit to the Procuring Entity’s Representative for
approval the said Program of Work showing the general methods,
arrangements, order, and timing for all the activities in the Works. The
submissions of the Program of Work are indicated in the SCC.

11.2. 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.

12. Instructions, Inspections and Audits

The Contractor shall permit the GOP or the Procuring Entity to inspect the
Contractor’s accounts and records relating to the performance of the Contractor
and to have them audited by auditors of the GOP or the Procuring Entity, as
may be required.

13. Advance Payment

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 exceeding 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, subject to the requirements in
Annex “E” of the 2016 revised IRR of RA No. 9184.

14. Progress Payments

The Contractor may submit a request for payment for Work accomplished.
Such requests 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.

23
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

15. Operating and Maintenance Manuals

15.1. If required, the Contractor will provide “as built” Drawings and/or
operating and maintenance manuals as specified in the SCC.

15.2. If the Contractor does not provide the Drawings and/or manuals by the
dates stated above, or they do not receive the Procuring Entity’s
Representative’s approval, the Procuring Entity’s Representative may
withhold the amount stated in the SCC from payments due to the
Contractor.

24
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Section V. Special Conditions of


Contract

25
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Section V. Special Conditions of Contract


GCC Clause PARTICULARS
2 The Intended Completion Date is ONE HUNDRED TWENTY
CALENDAR (120) calendar days which will commence upon receipt of
the Notice to Proceed.
NOTE: The contract duration shall be reckoned from the date receive on
Notice to Proceed (NTP) and not from contract effectivity date.
3.1 The NFA SORSOGON BRANCH OFFICE shall give possession of the
Site to the Contractor in part, beginning on the date of effectivity of contract
until the date of its termination and/or project completion.
6 The site investigation reports are:
1. Affidavit of Site Inspection
2. Certificate of Site Inspection issued by the concerned Branch
Manager.
7.2 The warranty against structural defects / failures is one (1) year.
10 No dayworks are applicable to the contract.
11.1 The Contractor shall submit the Program of Work to the Procuring Entity’s
Representative within ten (10) calendar days from receipt of Notice of
Award (NOA).
11.2 The period between Program of Work updates is 30 calendar days.
The amount to be withheld for late submission of an updated Program of
Work is Php 50,000.00.
13 The amount of the advance payment is 15% of the Contract Price which
shall be given to the contractor not later than 15 calendar days from
receipt by the Procuring Entity of the contractor’s request and the
submission by the contractor of an irrevocable standby letter of credit of
equivalent value from a commercial bank, a bank guarantee or a surety
bond callable on demand, issued a surety or insurance company duly
licensed by the Insurance Commission and confirmed by the Procuring
Entity.
14 Materials and equipment delivered on the site but not completely put in
place shall NOT be included.

Note: Once the contract is awarded to a winning bidder. A checklist of


complete supporting documents for submission whenever payment either
for actual work accomplished or after completion of the project is required
shall be provided to the Contractor.

15.1 The “As built” drawings, signed and sealed by Licensed


Engineers/Professionals, shall be submitted in hard copies and e-copies
(in cad format) within ten (10) calendar days after project completion.
prior to final project inspection.

15.2 The amount to be withheld for failing to produce “as built” drawings by the
date required is Php 50,000.00.

Supplemental Provisions:
The Contractor’s Obligations:
1. The Contractor shall conduct thorough inspection of site for the
REPAIR OF GID 1, 2, AND 3 WAREHOUSES AT CABID-AN,
SORSOGON CITY with the design concept to be provided by
NFA. The contractor shall submit their Bill of quantities and
offered amount for the project.

26
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

GCC Clause PARTICULARS

2. The Contractor shall be responsible in undertaking the required


safety measures and activities during the implementation of the
project. It shall be compliant with DPWH Department Order No.
30 Series of 2021 dated March 29, 2021 “Revised Construction
Safety Guidelines for the Implementation of Infrastructure
Projects during the COVID-19 Public Health Crisis, Amending
Department Order No. 39, Series of 2020”.

3. The Contractor shall carry out all the specified Scope of Works
properly and in accordance with the provision of this Contract.
The Contractor shall provide all supervision, labor, materials, and
contractor's equipment, and tools which may be required. All
Materials on Site shall be deemed to be the property of the
Procuring Entity.

4. The Contractor shall attend the Pre-Construction Conference


upon receipt of Notice to Proceed. The Contractor with the
Procuring Entity representative will discuss issues regarding the
implementation of the project. Issues to be discussed but not
limited to the following:
a) Project Signboard / Billboard
b) Temporary Facilities and Storage of Materials and
Equipment
c) Connection to power and water lines and installation of
separate sub-meter.
d) Names, particulars and contact information of personnel
involved in the project

5. The Contractor shall commence the execution of the Works on


the Start Date and shall carry out the Works in accordance with
the Program of Work submitted by the Contractor, as updated
with the approval of the Procuring Entity’s Representative, and
complete them in accordance with the completion date based on
contract duration.

6. The Contractor shall maintain Construction logbook for daily


activities, visitors, weather conditions, workers and appropriate
Personal Protective Equipment (PPE).

7. The contractor shall provide separate sub-meter for utilities to


determine the consumption utilized during the work period. The
electrical and water used shall be charged to the contractor
based on the current rate of the utility.

8. The Contractor shall be responsible for the safety of the


employee or other parties at site, including properties while
attending all activities on the Site.

9. The Contractor shall carry out all instructions of the Procuring


Entity’s Representative those compliant to applicable laws where
the project site is located.

27
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

GCC Clause PARTICULARS


10. The Contractor shall not place any concrete until NFA inspects
and approves the conditions of forms, reinforcements and
embodiment.

11. 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 such discoveries and carry out
the Procuring Entity’s Representative’s instruction in dealing with
them.

12. 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
leave the project site immediately and shall have no further
connection with the Work in this Contract.

13. 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.

14. 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 that may arise 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.

Obligations of NFA

1. To ensure the Contractor’s compliance to DPWH Department Order


No. 30 Series of 2021 dated March 29, 2021 “Revised Construction
Safety Guidelines for the Implementation of Infrastructure Projects
during the COVID-19 Public Health Crisis, series of 2020”.

2. To conduct regular inspection, prepare the corresponding report


on the progress of the Project, inform the contractor in writing of
defects, found if any, and require same to correct the defects
within three (3) days.

3. To create an Inspection Team who shall undertake final


inspection of the project, check the Contractor’s work
performance and craftsmanship; and its compliance to the
required technical specifications and prescribed Scope of Work.

28
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

GCC Clause PARTICULARS


4. To pay the Contractor upon submission of the complete
documents required for payment, subject to the usual accounting
and auditing rules and regulations.

5. NFA shall retain from the payment of the Contractor, a retention


money equivalent to ten percent (10%) of the total amount due
to the Contractor subject to the provisions under item no. 6 of
Annex E of 2016 revised IRR of RA 9184.

6. To provide as requirement for payment copy of Inspection


Report, Certificate of Completion and Certificate of Acceptance.

7. To bill the contractor the consumption incurred of electrical and


water utilities.

Inspection:
1. The assigned NFA technical personnel shall inspect, examine, and
check the workmanship and progress of works.

2. All expenses incurred during third party testing of materials shall be


shouldered by the contractor.

3. A Notice of Rejection shall be issued to the Contractor by the


assigned Project Engineer/Technical Personnel within two (2)
calendar days after inspection and testing of the unit, for deliveries
rejected due to damage and non-conformance with the technical
specifications.
4. The defective components/parts shall be replaced with conforming
unit(s) within seven (7) calendar days after the receipt of the Notice
of Rejection.

5. All expenses incurred in the delivery and installation of replacement


of rejected/defective materials/ equipment shall be borne by the
Supplier.

29
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Section VI. Specifications

30
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

SCOPE OF WORK & DETAILED SPECIFICATIONS

Project : REPAIR OF GID 1, 2 AND 3 WAREHOUSES


Location : NFA Compound, Cabid-an, Sorsogon City

1) MOBILIZATION/DEMOBILIZATION
i) It covers the delivery at site of the required labor, materials, construction tools
and equipment and other necessary logistics including installation of
temporary facilities.
ii) Installation of Project Signboard per approved size COA Circular 2013-004.

2) REPAIR OF GID 1, 2 and 3 WAREHOUSES


a) DISMANTLING WORKS
i) Dismantling and Segregation of All roofing sheets, Roofing accessories and
other damaged roofing structures of GID 1, 2, and 3 Warehouses including
Quality Assurance (QA) Office.
ii) Dismantling of old Kongskilde control room (2.5m x 1.5m).
iii) All dismantled roofing sheets and other structures must be accounted and
placed to designated location as identified by the Branch Office.

b) TINSMITHRY WORKS
i) Supply and Installation of All Roofing Sheets of GID 1, 2, and 3 Warehouses
including Quality Assurance (QA) office.
(1) Installation of 0.5 mm Base Metal Thickness (0.532-0.551mm overall
thickness with protective coating) Pre-painted Corrugated Long Span
Roofing Sheets, White Color. Compliant with “PNS 67:2014 Hot-dip
Metallic-Coated Steel Sheets for Roofing”.

(2) Installation of Pre-painted and machine bended Steel Gutter for Quality
Assurance (QA) office.
(3) Installation of 2.5mm uPVC Skylight Corrugated Roofing Sheets as
indicated in the plan with minimum of 300mm end lapping.

(4) Side lapping shall be with minimum of 2 ½ corrugations.

(5) Fastened using minimum of 75mm (3”) tekscrew (with rubberized cap
washer) at every 3 corrugations.

ii) Roofing Accessories

(1) End Flashing, Wall Flashing, Ridge Roll, and Ridge Ventilation Flashing
shall be minimum of 0.6mm base metal thickness, pre-painted, and
machine bended.
(2) End lapping shall be minimum of 300mm fastened with minimum of
4.8mm (3/16”) Ø x 12.7mm (1/2”) blind rivets and applied with sealant.

31
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

iii) Replacement of Damaged C-purlin and other roofing structures


(1) Identified damaged 2.0mm thick x 175mm (approximate) x 50mm C-
purlin shall be replaced and must be fully welded to 3.0mm thick Purlin
connector.

(2) Provide 10mmØ sag rod plain bar with nuts and washer as stated in the
plan,

(3) All metal surfaces shall be cleaned and applied two (2) coats epoxy
primer paint (red).

iv) Installation of Birds Control


(1) Installation of GA 16, 10mm x 10mm welded wire with 3.0mm thick x
25mm steel flat bar frame primed and painted finished.
(2) Installation of welded wire between walls and roofing, flashing, ridge
ventilation as indicated in the plan.

c) WATERPROOFING AND REPAIR OF DRAINAGE SYSTEM


i) Waterproofing of Concrete Gutter and Concrete Louvers.
(1) Cleaning and Surface Preparation of Concrete Gutters and Concrete
Louvers.
(2) Cracks more than 3mm shall be repaired with appropriate materials and
methods.
(3) Application of three (3) coats cementitious waterproofing to concrete
gutter, newly installed concrete louvers and other cracks on walls (per
manufacturer’s procedure). It shall be of high-quality brand. One (1) brand
or type of waterproofing shall be used on the project. The curing period
per manufacturer’s recommendation shall be observed.

ii) Replacement of Damaged Downspouts


(1) Declogging, repair, replacement of damaged downspout shall be uPVC
Pipes Schedule 1000 with appropriate stainless strainer.

d) ELECTRICAL WORKS
i) Installation of Roughing-ins.
ii) Installation of one (1) set Illuminated NFA Seal for each warehouse with
switch approximately 1.50 meter in diameter.
iii) Dismantling of existing unserviceable CCTV Cameras and Wiring
Connections.

iv) Replacement of 8 branches Distribution Panel board Enclosure, Two-Pole


Circuit Breakers and Appropriate Wiring Connections.
v) Replacement of all Lighting Fixtures with 18W T8 LED Tube.

32
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

e) PAINTING WORKS
i) Interior and Exterior Concrete Walls
(1) Cracks more than 3mm shall be repaired with appropriate materials and
methods.
(2) Surface with peeling off paints must be stripped with proper tools and
cleaned before application of paint coats.
(3) Wall imperfections shall be corrected / filled with putty and sanded.
(4) All concrete surfaces shall be coated with 2 coats primer paint and 2 coats
top coat.
(5) Painting of Signage such as (No smoking, Exit sign, etc.), Warehouse
designation.
(6) Existing signage in the warehouse shall temporarily be removed prior to
the start of repair and re-installed in the same location upon completion of
paint application. Damaged signage shall be replaced by the Contractor.

ii) Metal Structures (Primary and Secondary Doors)


(1) Cleaning, stripping of corroded part and peeling off paint.
(2) Application of two (2) coats Epoxy Primer Gray.

iii) Pile Layout Paint (Demarcation Line)


(1) Cleaning, stripping of existing paint and peeling off paint.
(2) Application of Rubberized Floor Paint for Pile Layout Demarcation Lines
and Pile markers as indicated in the plans.

f) INSTALLATION OF GLASS BLOCKS AND CONCRETE LOUVERS


i) Chipping works, removal of all existing concrete louvers and aluminum frame
and screen.
ii) Installation of 200mm x 200mm (8” x 8”) Glass Blocks with 8mm∅ corrugated
horizontal and vertical steel bar reinforcement (locations are indicated in the
plan). Apply sealant to the spacer.
iii) Installation of 150mm (6”) x 200mm (8”) x 200mm (8”) Concrete Louvers
8mm∅ corrugated horizontal and vertical steel bar reinforcement as indicated
in the plans.

g) REPAIR OF WAREHOUSE PODIUM CONCRETE STAIRS


(GID 1 and 2 Warehouses only)
i) Chipping works, dismantling of existing damaged concrete podium stairs.
ii) Repair/replacement of Concrete Podium Stairs for Elevated Warehouses as
indicated the plan.
(1) The stairs shall be concrete roughened finished with appropriate nosing.
(2) Hand Rails shall be installed in accordance with National Building Code
of the Philippines.

33
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

(3) The maximum rise of treads shall not exceed 200 millimeters and the
minimum width of the run shall be 280 millimeters. The maximum variation
in the width of treads in any one flight shall not be more than 5 millimeters
and the maximum variation in one height of two adjacent rises shall not
exceed 5 millimeters.

iii) Ramps shall be installed (refer to the plan).


(1) 1.2m minimum width.
(2) The slope of a ramp shall not exceed 1:12 gradient.
(3) Ramps shall be roughened or shall be of approved nonslip material.
(4) The ramp shall have a minimum 100mm curb height.
(5) It shall have a landing 1.8m length level area.
(6) It shall be compliant with Batas Pambansa 344 “An Act to Enhance the
Mobility of Disabled Persons by Requiring Certain Buildings, Institutions,
Establishments and Public Utilities to Install Facilities and Other Devices.”
And National Building Code of the Philippines

3) HEALTH AND SAFETY PROGRAM


a) All employees & Workers involved shall be provided with appropriate Personal
Protective Equipment.
b) Compliance to Covid – 19 Mitigation Measures. (DPWH DO No. 30 Series of
2021)

34
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

TECHNICAL SPECIFICATIONS
A. GENERAL PROVISIONS AND REQUIREMENTS

PROVISION

The Contractor shall perform all the required scope of works for the REPAIR OF GID 1,
2 AND 3 WAREHOUSES AT CABID-AN, SORSOGON CITY in compliance with this
Technical Specifications.

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
in cost or extension of time will be considered for failure to inspect and examine the site
condition.

DRAWINGS AND SPECIFICATIONS

Drawings and specification are intended to complement each other, so that if anything
is shown on the drawings, but not mentioned in the specifications, or vice versa, it is to
be furnished and built as though specifically set forth in both. If any discrepancies occur
in the drawings or specifications, the same shall be referred to the Engineers assigned
in the project before proceeding with the work. The Engineer’s decision on such
discrepancies shall be final provided that the said discrepancies will not incur any
additional cost and will not sacrifice the structural integrity of any building.

Large scale drawings shall have preference over smaller scale drawings and figured
dimensions shall have preference over scaled dimensions.

The Engineer may, during the progress of the work furnish additional drawings
specifications and instructions for new items of work as may be necessary, for the
proper and adequate implementation of the work. The Contractor shall implement the
additional work in accordance with drawings, specifications and instruction. Such
additional drawings, specifications and instruction shall be deemed part of the Contract
Documents.

APPLICABLE STANDARDS AND CODES

The following terms listed or referred herein or indicated in the drawings are to be used
for reference and latest edition of the publication to the date of these specifications shall
apply.

ASTM - American Society for Testing and Materials


ACI - American Concrete Institute
AISC - American Institute of Steel Construction
ANSI - American National Standard Institute
CRSI - Concrete Reinforcing Steel Institute
ASSHTO - American Association of State Highway and Transportation Office

35
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

The Contractor may use local standards and codes equivalent to those referred in this
Technical Specifications.

PS - Philippine Standard
NBC - National Building Code of the Philippines
NSC - National Structural Code of the Philippines
PCP - Plumbing Code of the Philippines
PEC - Philippine Electrical Code

CONSTRUCTION SCHEDULE AND EXECUTION OF PLAN

The Contractor shall submit a construction schedule in the form of PERT/CPM or Bar
chart, including equipment and manpower utilization schedule for approval by the
Project Engineer.

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 the 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.

AS-BUILT DRAWINGS AND CONSTRUCTION LOG-BOOK

The Contractor shall submit an as-built plan of the project including the records of
construction activities during implementation as a requirement for final payment.

CONSTRUCTION PHOTOGRAPH

The Contractor shall submit progress photographs as supporting documents for every
progress payment.

B. CONSTRUCTION REQUIREMENTS AND METHODS

1. SITE WORKS

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 to undertake the cleaning and disposal of all debris on site within
a distance as specified and indicated in site/development plans for this project.

1.1.2 SITE INSPECTION

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.

36
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

1.1.3 PROTECTION AND DISPOSAL

Care should be taken to protect and maintain adjacent properties, 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. may be affected during the
performance of the work.

2. DEMOLITION WORKS

The work shall include the demolition of existing. Equipment to be used shall
be concrete breaker and concrete breaker/hammer or mechanically operated
tool such as Jackhammer.

Hauling and dumping of demolished concrete shall be the responsibility of the


contractor.

3. CONCRETE WORKS

3.1 SCOPE OF WORKS

The work consists of furnishing all labors, equipment, materials and the 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.

Materials such as cement, water, aggregates and reinforcing bars shall conform
to ASTM standards and requirements.

3.2 STORAGE OF MATERIALS

4.2.1 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.

4.2.2 Reinforcing bars shall be stored in such 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.

4.2.3 Water shall be stored in clean containers without rust or other objectionable
substances deleterious to concrete mixes.

3.3 MATERIAL REQUIREMENTS

4.3.1 Cement shall be Portland cement of a brand approved by the Construction


Officer and conforming to ASTM C150. Type I or Type II.

4.3.2 Fine Aggregate shall consist of natural sand, stone screenings or other inert
materials with similar characteristics, or combinations thereof, having hard,
strong and durable particles. Fine aggregate from different sources of
supply shall not be mixed or stored in the same pile nor used alternately in
the same class of concrete without the approval of the Project Engineer.

3.3.3 Coarse Aggregate shall consist of crushed stone, gravel, blast furnace slag,
or other approved inert materials of similar characteristics, or combinations

37
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

thereof, having hard, strong, durable pieces and free from any adherent
coatings.
3.3.4 Water used in mixing concrete shall be clean and free from injurious amounts
of soil, acids, and alkalis.

3.3.5 REINFORCING STEEL

3.3.5.1 Reinforcing Steel shall conform to ASTM designation A615, grade 40


specifications for structural grade.

3.3.5.2 Reinforcing steel bars to be used shall be new and free from dust, oil,
grease, defects or kinks.

3.3.5.3 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.

3.3.6 FORMS

3.3.6.1 Forms shall conform to the shape, lines, and dimensions of the
members as called for on plans and shall be substantial and sufficient
tight to prevent leakage of mortar. They shall be properly braced or
tied together so as to maintain position and shape.

3.3.6.2 Plywood, metal, plastic materials or surfaced lumber forms shall be


used where it best give the most advantage in the specific concrete
work involved.

3.4 CONCRETE FORMWORKS

3.4.1 The contractor shall design, furnish and install all form works and supports
required to confine the concrete and shape it to the lines shown in the
Drawings. Form design shall conform to ACI 347. Forms shall have
sufficient strength to withstand the pressure resulting from placement and
vibration of the concrete and shall be sufficiently tight to prevent loss of
mortar from the concrete.
3.4.2 Forms shall be made of either steel or new approved lumber and shall be
free from roughness and imperfections.
3.4.3 No Construction load shall be supported upon, nor shoring removed from
any part of the structure under construction until the portion of the structure
has attained sufficient strength to support safely its weight and the loads
place thereon.

3.5 CONCRETE REINFORCEMENT WORKS

3.5.1 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.

3.5.2 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.

3.5.3 Metal Reinforcement shall not bent or straightened in any manner that will
injure the material. Bars with kinks or bends shall not be used.

38
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

3.5.4 Except as otherwise indicated on the drawings, reinforcement steel shall be


installed with a clearance for concrete cover follows:

a) Concrete placed directly on earth 75mm

b) Concrete cover of main reinforcement


steel for columns and beams 40mm

c) Walls not in contact with the soil, water


or exposed to the weather 25 mm

d) Underside of slabs over water surfaces


but not in contact with the water 25mm

e) All other slab surfaces 20mm

3.5.5 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.

3.6 MIXING OF CONCRETE

3.6.1 Concrete shall be site mixed or transit-mixed as produced by a plant


acceptable to the Project Engineer.
3.6.2 Mixing of ready-mixed or transit-mixed concrete shall conform to ASTM
C94, and the requirements herein, and as approved by the NFA.
3.6.3 When a small mixer is used, concrete placed under such conditions shall
be mixed for not less than 1½ minutes after all the materials are in the mixer
drum.
3.6.4 A minimum Class “A” concrete mixture shall be used for all footings, slabs,
beams columns, wall and shall attain a compressive strength of 21 mPa
(3000 psi) after 28 days.

4.6.5 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

3.7 CONVEYING AND PLACING OF CONCRETE

3.7.1 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.

3.7.2 Concrete shall be conveyed from mixer to form as rapidly as practicable,


by methods which will prevent segregation or loss of ingredients. There
shall be no free vertical drop greater than 1.5 meters. Approval of NFA
shall be obtained before staring 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

39
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

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.

3.7.3 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.

3.7.4 The Contractor shall not place any concrete until NFA inspects and
approves the conditions of forms reinforcements and embedment.

3.8 INSPECTION

Concrete shall be proportional, mixed and placed in the presence of NFA;


ample notice shall be given before mixing is commenced.

3.9 TEST ON CONCRETE

3.9.1 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.

3.9.2 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.

3.9.3 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.

4. MASONRY

4.1 SCOPE OF WORK

The work includes furnishing labor, equipment and materials performing all
operations required to complete the masonry work as shown and specified.

4.1.1 Concrete Hollow Blocks shall be non-load bearing and shall conform to
ASTM standards and shall have standard dimensions. Cement and
Sand Ratio to be approved by NFA.

4.1.2 Mortar shall be workable cement-sand mixture and attaining a 28 days


compressive strength of 10 mPa (1500 psi).

4.1.3 Reinforcing steel, cement, sand and water shall be as specified in the
section for concrete construction of this specifications.

40
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

4.2 REINFORCEMENT AND SUPPORTS

4.2.1 The minimum thickness for masonry walls shall be 0.15 unless
otherwise indicated.

4.2.2 The minimum size of reinforcement shall be 10mm in diameter.

4.2.3 Vertical reinforcement and horizontal reinforcement shall be indicated


in the plans. Vertical reinforcement and horizontal reinforcement bars
shall be continuous, lapped or spliced.

4.2.4 All vertical and horizontal bars as the case maybe, shall be anchored
16 bars diameters into the concrete footings, columns and beams.

4.2.5 All horizontal reinforcement shall be tied to the vertical reinforcement at


every intersection with no. 16 GI Wire.

4.3 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.

5. TINSMITHRY WORKS

5.1 PRE-PAINTED METAL ROOF SHEETS

5.1.1 MATERIAL REQUIREMENTS

All pre-painted metal sheet and roofing accessories shall be oven baked
painted true to profiles indicated on the Plans.

5.1.2 PRE-PAINTED ROOFING SHEETS

Pre-painted roofing sheets shall be fabricated from cold rolled galvanized


iron sheets specially tempered steel for extra strength and durability. It shall
conform to the material requirements defined in PNS 6:2014 Hot dipped
Metallic-Coated Steel Sheets for Roofing – Specification. Profile section in
identifying the architectural moulded rib to be used is as follows:

Regular corrugated, Quad rib, Tri-wave, Rib-wide, Twin-rib, and other.


Desired color shall be subject to the approval of the Engineer.

Gutters, Valleys, Flashings Hip and Ridge roll shall be fabricated from gauge
24 (0.600mm thick) cold-rolled galvanized iron sheets specially tempered
steel. Profile section shall be as indicated on the Plans. Fastening hardware
shall be of galvanized iron straps, rivets, or tekscrew. G.I. straps are of 0.500
mm thick x 16 mm wide x 267 mm long (gauge 26 x 5/8” x 10-1/2”) and
standard rivets.

41
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Base metal thickness shall be corresponding to the following gauge


designation available locally as follows:

1. Base Metal Thickness Designated Gauge

0.400 mm thick Gauge 28


0.500 mm thick Gauge 26
0.600 mm thick Gauge 24
0.800 mm thick Gauge 22

2. Protective coatings Thickness


1. Zinc (minimum) 14 microns
(100 gm/m2)
2. Paint coatings
Top coat 15.20 microns
Bottom coat 6.8 microns

3. Base Metal Thickness Overall thickness with protective coats

0.400 mm thick 0.427 – 451 mm


0.500 mm thick 0.532 – 551 mm
0.600 mm thick 0.638 – 651 mm

4. Length of roofing sheets – available in cut to length long span


length up to 18.29 meters.

5. Special length and thickness are available by arrangements

5.1.3 CONSTRUCTION REQUIREMENTS

Before any installation work is commenced, the top face of the purlins should
be checked for proper alignment. Correct the alignment as necessary in
order to have the top faces of the purlins on an even plane.

5.1.4 PROCESSING OF PREPAINTED METAL SHEETS

Fabricated metal sheets is cleaned and pre-treated in preparation for


painting. Surface contaminants are removed using a suitable alkaline
cleaner. The sheet is the pretreated with a chromate pretreatment. The
pretreatment is a uniform, continuous deposit applied in a manner to provide
excellent paint adhesion and corrosion resistance. A minimum of two coats
of paint are applied to both the face side and back side of the sheet. A
corrosion inhibitive primer and a top coat shall be used on the sheet. The
primer is a uniform continuous film, compatible with the subsequently applied
top coat. It is applied to each surface at a thickness specified by the paint
manufacturer with a minimum of 0.2 mm thick. Top coat thickness varies
depending on paint type and end use. The face side top coat has excellent
long-term outdoor weathering characteristics.

42
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

5.1.5 HANDLING/LIFTING/POSITIONING OF SHEETS

Sheets shall be handled carefully to prevent damage to the paint coating. Lift
all sheets or sheet packs on to the roof frame with the overlapping down-
turned edge facing towards the side of the roof where installation will
commence, otherwise sheets will have to be turned end-to-end during
installation.

5.1.6 INSTALLATION PROCEDURE

The laying of the roofing panels should begin on the end of the building away
from the prevailing wind so that the side-lap seams face away from the
prevailing wind-driven rain thus providing additional security against water
penetration. Start roofing installation by placing the first sheet in position with
the downturned edge in line with other building elements and fastened to
supports as recommended. Fasteners should have corrosion resistance at
least equivalent to the expected life of the base material. Place the
downturned edge of the next sheet over the edge of the first sheet, to provide
side lap and hold the side lap firmly in place. Continue the same procedure
for subsequent sheets until the whole roofing area is covered and/or (Adopt
installation procedure provided in the instruction manual for each type of
Architectural molded rib profile section). Pre-painted metal sheet should not
come in direct contact with wet concrete. Concrete’s high alkalinity attacks
the aluminum, causing the coating to peel. It shall also not be placed in
contact with copper, lead, or the water run-off. Electrochemical reaction
between these elements and the aluminum-zinc alloy coating will lead to
premature corrosion of the coating. For walling applications follow the
procedure for roofing and allow a minimum end lap of 100mm for vertical
walling. For panel lapping, requirements depend on the product installation
guide of a specific type of pre-painted metal sheet as per approval of the
Engineer. Provide sealant, butyl tape or caulking along the lap edge to
prevent any leaking. Specifications of the sealant and butyl tape shall be as
per manufacturer’s recommendation per Engineers approval.

5.1.7 GUTTERS, VALLEYS, FLASHING RIDGE AND HIP ROLLS

Gutter, valleys, flashing ridge and hip rolls shall be fastened where indicated
on the Plans by self-tapping screws or galvanized iron straps and rivets.
Always begin flashing installation from bottom and work up, so that flashings
are lapped on top of the lower flashings. This will prevent moisture from
leaking under the flashings and into the structure.

5.1.8 END LAPS

In case handling or transport consideration requires using two (2) or more


end tapped sheets to provide full length coverage for the roof run, install each
line of sheets from bottom to top or from eave line to apex of roof framing.
Provide 150mm minimum end lap.

5.1.9 ANCHORAGE / FASTENING

43
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Pre-painted steel roofing sheets shall be fastened to the wood purlins with
standard length G.I. straps, rivets or tekscrew. For steel frame up to 4.5mm
thick using self-drilling screw No. 12 by 35mm long hexagonal head with
neoprene washer. For steel support up to 5mm thick or more use thread
cutting screw No. 12 by 40mm long hexagonal head with neoprene washer.
Side lap fastener use self-drilling screw No. 10 by 16mm long hexagonal
head with neoprene washer. Valley fastened to lumber and for walling use
self-drilling wood screw No. 12 by 25mm long hexagonal head with neoprene
washer. Valleys fastened to steel supports use self-drilling screws hexagonal
head with neoprene washer. Drill size is 5mm diameter.

5.1.10 CUTTING OF SHEETS

In cutting pre-painted steel roofing sheets and accessories, place the


exposed color side down. Cutting shall be carried out on the ground and not
over the top of other painted roofing product. Power cutting or drilling to be
done or carried out on pre-painted products already installed or laid in
position, the area around holes or cuts shall be masked to shield the paint
from hot fillings.

5.1.11 STORAGE AND PROTECTION

Pre-painted steel roofing, walling products and accessories should be


delivered to the jobsite in strapped bundles. Sheets and/or bundles shall be
neatly stacked in the ground dry and if left in the open it shall be protected
by covering the stack materials with loose tarpaulin. Bundles should be
stored above ground at a slight angle, to prevent water or condensation build
up between adjacent sheets. Removing installation debris and metal fines
due to drilling and cutting from the sheet surface and avoiding exposure of
insulation to the weather shall be practiced at all times.

5.1.12 METHOD OF MEASUREMENT

The work done under this item shall be measured by actual area covered or
installed with pre-painted steel roofing and/or walling in square meters and
accepted to the satisfaction of the Engineer.

5.1.13 BASIS OF PAYMENT

The area of pre-painted steel roofing and/or walling in square meters as


provided in Section 1014.4 shall be paid for at the unit bid or contract unit
price which payment shall constitute full compensation including labor,
materials, tools and incidents necessary to complete this Item.

Payment shall be made under:

Pay Item No. Description Unit of


Measurement

Pre-painted metal sheets above


1014(1)b1 Square meter
0.5mm (corrugated, Long Span)

6. ELECTRICAL WORKS

44
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

6.1 DESCRIPTION

This Item shall consist of the furnishing and installation of the complete conduit
work consisting of electrical conduits; conduit boxes such as junction boxes, pull
boxes, utility boxes, octagonal and square boxes; conduit fittings such as
couplings, locknuts and bushings and other electrical materials needed to
complete the conduit roughing-in work of this project.

6.2 MATERIALS REQUIREMENTS

All materials shall be brand new and shall be of the approved type meeting all
the requirements of the Philippine Electrical Code and bearing the Philippine
Standard Agency (PSA) mark.

6.2.1 CONDUITS
Conduits shall be standard rigid steel, zinc coated or galvanized. Intermediate
metal conduit may be used if shown or specified on the approved Plans. PVC
conduit if required shall be Schedule 40. Enamel coated steel conduits and
conduits with rough inner surfaces are not acceptable.

6.2.2 CONDUIT BOXES


All conduit boxes shall be Code gauge steel and galvanized. Outlet boxes shall
be galvanized pressed steel of standard make. In general, outlet boxes shall be
at least 100 mm square or octagonal, 53 mm deep and 16 mm minimum gauge.

6.2.3 CONDUIT FITTINGS


All conduit fittings such as locknuts and bushings shall be galvanized of standard
make.

6.3 CONSTRUCTION REQUIREMENTS

All works throughout shall be executed in the best practice in a workmanlike


manner by qualified and experienced electricians under the immediate
supervision of a duly licensed Electrical Engineer.

6.3.1 CONDUITS
Conduits should be cut square with a hacksaw and reamed. Bends shall be
made with the required radius. In making bends only conduit bending apparatus
will be used. The use of a pipe tee or vise for bending conduits shall not be
permitted. Conduits, which have been crushed, deformed or flattened, shall not
be installed. No running thread shall be allowed. Conduit runs crossing
construction joints of the building shall be provided with standard expansion
fittings of the approved type.

No conduits shall be used in any system smaller than 12 mm diameter electric


trade size nor shall have more than four (4) 90-degree bends in anyone run and
where necessary, pull boxes shall be provided.
All ends of conduits, which are left empty in cabinets, and conduit boxes shall be
plugged with lead or approved pipe caps to prevent the entrance of white ants
and dirt within the conduit system. Pull wires shall be inserted in the empty ducts

45
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

before they are closed with lead or pipe caps and shall be left therein for future
use.

On exposed work, all pipes and outlet boxes shall be secured by means of
galvanized metal clamps, which shall be held in place by means of machine
screws. When running over concrete surfaces, the screws shall be held in place
by means of expansion sleeves for big pipes and rolled lead sheet for small
pipes. All pipes shall be run at right angles to and parallel with the surrounding
walls. No diagonal run shall be allowed and all bends and offsets shall be avoided
as much as possible. Conduits shall be supported at 1,500 mm intervals
maximum.

6.3.2 CONDUIT BOXES AND FITTINGS


Provide conduit boxes for pulling and splicing wires and outlet boxes for installation
of wiring devices.

As a rule, provide junction boxes or pull boxes in all runs greater than 30 meters in
length, for horizontal runs. For other lengths, provide boxes as required for splices
or pulling. Pull boxes shall be installed in inconspicuous but accessible locations.

Support boxes independently of conduits entering by means of bolts, red hangers


or other suitable means.

Conduit boxes shall be installed plumb and securely fastened. They shall be set
flush with the surface of the structure in which they are installed where conduits
are run concealed.

All convenience and wall switch outlet boxes for concealed conduit work shall be
deep, rectangular flush type boxes. Four-inch octagonal flush type boxes shall be
used for all ceiling light outlets and shall be of the deep type where three or more
conduits connect to a single box.

Floor mounted outlet boxes required shall be waterproof type with flush brass floor
plate and brass bell nozzle.

All boxes shall be painted with antirust red lead paint after installation.

All conduits shall be fitted with approved standard galvanized bushing and locknuts
where they enter cabinets and conduit boxes.

Junction and pull boxes of code gauge steel shall be provided as indicated or as
required to facilitate the pulling of wires and cables.

6.4 METHOD OF MEASUREMENT

The work under this Item shall be measured either by lengths, pieces, pairs, lot
and set actually placed and installed as shown on the approved Plans.

6.5 BASIS OF PAYMENT

All works performed and measured and as provided for in the Bill of Quantities
shall be paid for at the Unit Bid or Contract Unit Price which payment shall
constitute full compensation including labor, materials, tools and incidentals
necessary to complete this Item.

46
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

6.6 GENERAL SPECIFICATIONS

The work to be done under this division of specifications consists of the


fabrication, furnishing, delivery and installation, complete in all details of the
electrical work, at the subject premises and all work material's incidental to the
proper completion of the installation, except those portions of the work which are
expressly stated to be 90ne by other fields. All works shall be done in accordance
with the rules and regulations and with the specifications.

6.7 SPECIFICATIONS ON:

The work to be done under this division of specifications consists of the


fabrication, furnishing, delivery and installation, complete in all details of the
electrical work, at the subject premises and all work material's incidental to the
proper completion of the installation, except those portions of the work which are
expressly stated to be 90ne by other fields. All works shall be done in accordance
with the rules and regulations and with the specifications.

6.7.1 LIGHTING FIXTURES AND LAMP


All lighting fixtures and lamps are as specified in the plans.

For LED tube, it shall be 18W daylight and shall be 230 volt made from good
quality materials and approved by the Bureau of Product Standards (BPS).

6.7.2 MATERIALS REQUIREMENT


All materials to be used shall conform to the BPS Specification.

6.7.3 CONSTRUCTION REQUIREMENTS


All grounding system installation shall be executed in accordance with the
approved plans. Grounding system shall include building perimeter ground wires,
ground rods, clamps, connectors, ground wells and ground wiretaps as shown in
the approved design

6.7.4 TEST AND GUARANTEE


Upon completion of the electrical construction work, the contractor shall provide
all test equipment and personnel and to submit written copies of all test results.
The contractor shall guarantee the electrical installation are done and in
accordance with the approved plans and specifications. The contractor shall
guarantee that the electrical systems are free from' all grounds and from all
defective workmanship and materials and will remain so for a period of one year
from date and acceptance of works. The Contractor at his own expense shall
remedy any defect.

6.8 WIRES AND WIRING DEVICES

6.8.1 DESCRIPTION
This Item shall consist of the furnishing and installation of all wires and wiring
devices consisting of electric wires and cables, wall switches, convenience
receptacles, heavy-duty receptacles and other devices shown on the approved
Plans but not mentioned in these specifications.

47
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

6.8.2 MATERIAL REQUIREMENTS


Wires and cables shall be of the approved type meeting all the requirements of
the Philippine Electrical Code and bearing the PSA mark. Unless specified or
indicated otherwise, all power and lighting conductors shall be insulated for 600
volts.

All wires shall be copper, soft drawn and annealed, smooth and of cylindrical form
and shall be centrally located inside the insulation.
All wiring devices shall be standard products of reputable electrical
manufacturers. Wall switches shall be rated at least 10A, 250 volts and shall be
spring operated, flush, tumbler type. Duplex convenience receptacles shall be
rated at least 15A, 250 volts, flush, parallel slots.
Single heavy-duty receptacles shall be rated at least 20A, 250 volts, 3wire, flush,
polarized type.

6.8.3 CONSTRUCTION REQUIREMENTS


Conductors or wires shall not be drawn in conduits until after the cement plaster is
dry and the conduits are thoroughly cleaned and free from dirt and moisture. In
drawing wires into conduits, sufficient slack shall be allowed to permit easy
connections for fixtures, switches, receptacles and other wiring devices without the
use of additional splices.

All conductors of convenience outlets and lighting branch circuit home runs shall
be wired with a minimum of 3.5 mm in size. Circuit home runs to panel boards shall
not be smaller than 3.5 mm but all home runs to panel board more than 30 meters
shall not be smaller than 5.5 mm. No conductor shall be less than 2 mm in size.

All wires of 14mm and larger in size shall be connected to panels and apparatus
by means of approved type lugs or connectors of the solder less type, sufficiently
large enough to enclose all strands of the conductors and securely fastened. They
shall not loosen under vibration or normal strain.

All joints, taps and splices on wires larger than 14 mm shall be made of suitable
solder less connectors of the approved type and size. They shall be taped with
rubber and PVC tapes providing insulation not less than that of the conductors.

No splices or joints shall be permitted in either feeder or branch conductors except


within outlet boxes or accessible junction boxes or pull boxes. All joints in branch
circuit wiring shall be made mechanically and electrically secured by approved
splicing devices and taped with rubber and PVC tapes in a manner, which will
make their insulation as that of the conductor.

All wall switches and receptacles shall be fitted with standard Bakelite faceplate
covers. Device plates for flush mounting shall be installed with all four edges in
continuous contact with finished wall surfaces without the use of coiled wire or
similar devices. Plaster fillings will not be permitted. Plates installed in wet locations
shall be gasketed.

When more than one switch or device is indicated in a single location, gang plate
shall be used.

6.8.4 METHOD OF MEASUREMENT


The work under this Item shall be measured by either meters, rolls, pieces, and
set, actually placed and installed as shown on the Plans.

48
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

6.9 PANELBOARDS

6.9.1 DESCRIPTION
This Item shall consist of the furnishing and installation of the power load center
unit substation or low voltage switchgear and distribution panel boards at the
location shown or the approved Plans complete with transformer, circuit
breakers, cabinets and all accessories, completely wired and ready for service.

6.9.2 MATERIALS REQUIREMENTS


All materials shall be brand new and shall be of the approved type. It shall
conform to the requirements of the Philippine Electrical Code and shall bear the
Philippine Standard Agency (PSA) mark.

6.9.3 PANELBOARDS AND CABINETS


Panel boards shall conform to the schedule of panel boards as shown on the
approved Plans with respect to supply characteristics, rating of main lugs or main
circuit breaker, number and ratings and capacities of branch circuit breakers.
Panel boards shall consist of a factory completed dead front assembly mounted
in an enclosing flush type cabinet consisting of code gauge galvanized sheet
steel box with trim and door. Each door shall be provided with catch lock and two
(2) keys. Panel boards shall be provided with - directories and shall be printed to
indicate load served by each circuit.
Panel board cabinets and trims shall be suitable for the type of mounting shown
on the approved Plans. The inside and outside of panel board cabinets and trims
shall be factory painted with one rust proofing primer coat and two finish shop
coats of pearl gray enamel paint.
Main and branch circuit breakers for panel boards shall have the rating, capacity
and number of poles as shown on the approved Plans. Breakers shall be thermal
magnetic type. Multiple breakers shall be of the common trip type having a single
operating handle. For 50-ampere breaker or less, it may consist of single-pole
breaker permanently assembled at the factory into a multi-pole unit.

6.9.4 CONSTRUCTION REQUIREMENTS


The Contractor shall install the Panel boards at the locations shown on the
approved Plans.
Standard panels and cabinets shall be used and assembled on the job. All panels
shall be of dead front construction furnished with trims for flush or surface mounting
as required.

6.9.5 METHOD OF MEASUREMENT


The work under this Item shall be measured either by set and pieces actually
placed and installed as shown on the approved Plans.

6.9.6 BASIS OF PAYMENT


All works performed and measured and as provided for in the Bill of Quantities
shall be paid for at the Unit Bid or Contract Unit Price which payment shall
constitute full compensation including labor, materials, tools and incidentals
necessary to complete this Item.

49
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Payment shall be made under:

Pay Item Description Unit of


Number Measurement

(1) Panelboard (Circuit Breaker Type) set

7. PAINTING, VARNISHING AND OTHER RELATED WORKS

7.1 DESCRIPTION

This Item shall consist of furnishing all paint materials, varnish and other related
products, labor, tools, equipment and plant required in undertaking the proper
application of painting, varnishing and related works indicated on the Plans and
in accordance with this Specification.

7.2 PAINT MATERIALS

All types of paint material, varnish and other related product shall be subject to
random test as to material composition by the Bureau of Research and Standard,
DPWH or the National Institute of Science and Technology. (Use the following
approved and tested brand name: Boysen, Davies, Dutch Boy, Fuller 0 Brien, or
any approved equal).

7.3 SCHEDULE

7.3.1 EXTERIOR

a) Plain cement plastered finish to be painted -3 coats Acrylic base masonry paint
b) Concrete exposed aggregate and/or tool finish -1 coat water repellant
c) Ferrous metal -1 coat primer and 2 coats enamel paint

7.3.2 INTERIOR

d) Plain cement plastered finish to be painted -2 coats Acrylic base masonry paint
e) Concrete exposed aggregate and/or tool finish -Clean Surface
f) Ferrous metal -1 coat primer and 2 coats enamel paint
7.4 CONSTRUCTION REQUIREMENTS

The Contractor prior to commencement of the painting, varnishing and related


work shall examine the surfaces to be applied in order not to jeopardize the quality
and appearances of the painting varnishing and related works.

7.5 SURFACE PREPARATION

All surfaces shall be in proper condition to receive the finish. Hairline cracks and
unevenness shall be patched and sealed with approved putty or patching
compound.

50
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Metal shall be clean, dry and free from mill scale and rust. Remove all grease and
oil from surfaces. Where required to prime coat surface with Red Lead Primer same
shall be approved by the Engineer.

In addition the Contractor shall undertake the following:

1. Voids, cracks, nick etc. will be repaired with proper patching material and
finished flushed with surrounding surfaces.
2. Marred or damaged shop coats on metal shall be spot primed with
appropriate metal primer.
3. Painting and varnishing works shall not commence when it is too hot or cold.
4. Allow appropriate ventilation during application and drying period.
5. All hardware will be fitted and removed or protected prior to painting and
varnishing works.

7.6 APPLICATION

Paints when applied by brush shall become non-fluid, thick enough to lay
down as adequate film of wet paint. Brush marks shall flaw out after application
of paint.
Paints made for application by roller must be similar to brushing paint. It
must be nonstick when thinned to spraying viscosity so that it will break up easily
into droplets.
Paint is atomized by high pressure pumping rather than broken up by the large
volume of air mixed with it. These procedures change the required properties of
the paint.

7.7 MIXING AND THINNING

At the time of application, paint shall show no sign of deterioration. Paint shall be
thoroughly stirred, strained and kept at a uniform consistency during application.
Paints of different manufacture shall not be mixed together. When thinning is
necessary, this may be done immediately prior to application in accordance with
the manufacturer's directions, but not in excess of 1 pint of suitable thinner per
gallon of the paint.
7.8 STORAGE

All material to be used under this Item shall be stored in a single place to be
designated by the Engineer and such place shall be kept neat and clean at all
time. Necessary precaution to avoid fire must be observed by removing oily rags,
waste, etc. at the end of daily work.

7.9 CLEANING

All cloths and cotton waste, which constitute fire hazards, shall be placed in metal
containers or destroyed at the end of daily works. Upon completion of the work,
all staging, scaffolding and paint containers shall be removed. Paint drips, oil, or
stains on adjacent surfaces shall be removed and the entire job left clean and
acceptable to the Engineer.

7.10 WORKMANSHIP IN GENERAL

a) All paints shall be evenly applied. Coats shall be of proper consistency and

51
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

well brushed out to show a minimum of brush marks.


b) All coats shall be thoroughly dry before the succeeding coat is applied.
c) Where surfaces are not fully covered or cannot be satisfactorily finished in
the number of coats specified such preparatory coats and subsequent coats
as may be required shall be applied to attain the desired evenness of surface
without extra cost to the owner.
d) Where surface is not in proper condition to receive the coat the Engineer shall
be notified immediately. Work on the questioned portion(s) shall not start until
clearance be proceed is ordered by, the Engineer.
e) Hardware, lighting fixture and other similar items shall be removed or
protected during the painting varnishing and related work operations and re-
installed after completion of the work.

7.11 METHOD OF MEASUREMENT

The areas of concrete, wood and metal surfaces applied with varnish, paint and
other related coating materials shall be measured in square meters as desired
and accepted to the satisfaction of the Engineer.

7.12 BASIS OF PAYMENT

The accepted work shall be paid at the unit bid price, which price and payment
constitute full compensation for furnishing all materials, labor, equipment, tools
and other incidental necessary to complete this Item.

Pay Item Unit of


Description
Number Measurement
1032(a) Painting Works m2

8. MASONRY WORKS

8.1 DESCRIPTION

This Item shall consist of furnishing of all necessary materials, tools, equipment,
and labor necessary to complete the execution of the masonry works using
Concrete Hollow Blocks and Louver Blocks as shown on the Plans and herein
specified.

8.2 MATERIAL REQUIREMENTS

8.2.1 HYDRAULIC CEMENT

Hydraulic Cement shall conform to the applicable requirements of Item 700,


Hydraulic Cement.

8.2.2 AGGREGATES

Aggregates shall conform to the applicable requirements of Item 405, Structural


Concrete.

52
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

8.2.3 WATER

Water shall conform to the applicable requirements of Item 714, Water.

8.2.4 REINFORCING STEEL

Reinforcing steel shall conform to the applicable requirements of Item 710,


Reinforcing Steel and Wire Rope.

8.2.5 MORTAR

Mortar shall consist of sand, cement, and water conforming to the requirements
of Item 405, Structural Concrete, mixed in the proportion of one (1) part cement
to three parts sand by volume, and sufficient water to obtain the required
consistency.

8.2.6 CONCRETE HOLLOW BLOCKS AND LOUVER BLOCKS

Width, height and length of concrete hollow blocks and louver blocks shall be
±3.20mm from the specified dimension shown on the Plans.

8.2.7 LOAD-BEARING CONCRETE HOLLOW BLOCKS

Load-bearing concrete hollow blocks shall conform to the physical requirements of


the Tables in Item 1046 – Masonry Works as prescribed on ASTM C 90, Standard
Specifications for Load Bearing Concrete Masonry Units.

8.2.8 NON-LOAD BEARING CONCRETE HOLLOW BLOCKS AND LOUVER


BLOCKS

Non-load bearing concrete hollow blocks shall be clearly marked to prevent their
use as load bearing units. They shall conform to the tables specified in Item 1046 –
Masonry Works of DPWH Standard Specifications for Public Works Structures
(Buildings, Ports and Harbors, Flood Control and Drainage Structures and Water
Supply Systems), Volume III, 1995 Edition.

8.3 OTHER CONSTITUENTS

Air-entraining agents, coloring pigments, integral water repellants, finely ground


silica, and other constituents shall be previously established as suitable for use
in concrete masonry and shall conform to applicable ASTM standards or shall be
shown by test or experience not to be detrimental to the durability of the concrete
masonry units or any material customarily used in masonry construction.

8.4 CONSTRUCTION REQUIREMENTS

8.4.1 MIXING

53
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Concrete shall be mixed well using the proportion specified by the Engineer. Hand
mixing shall be done, using shovels, on a level concrete slab or steel plate. Mix
aggregate and cement until the color is uniform. Spread the mixture out, sprinkle
water over the surface and mix. Continue with this process until the right amount of
water has been mixed in. Mixture shall be free from impurities such as dirt and
grass.

If batch mixer is used, accurate timing and measuring devices shall be observed as
per manufacturer’s recommendation.

8.4.2 MOULDING

Hand operated machines shall be used as manufacturer’s recommendation.

The mould of a powered machine should be filled until six (6) to eight (8) cycles of
compaction are required to bring the compacting head to its stops.

Demoulding or removal of the mould shall be done carefully so that the fresh blocks
are not damaged. Fresh blocks shall be protected from rain with plastic sheets or
any suitable covering during the first day and from the drying effects of the sun and
wind until curing starts.

8.4.3 CURING

After being removed from the mold, the Concrete Hollow Blocks (CHB) and Louver
Blocks shall be covered with a plastic sheet or tarpaulin and kept damp and shaded
for at least seven (7) days in order to effectively cure. This can be achieved by
continually spraying them with water or keeping them under water in tanks.

8.4.4 INSTALLATION

1. All masonry work shall be laid true to line, level, plumb and neat in
accordance with the Plans.

2. Units shall be cut accurately to fit all plumbing ducts, opening for electrical
works, and all holes shall be neatly patched.

3. No construction support shall be attached to the wall except where


specifically permitted by the Engineer.

4. Masonry unit shall be sound, dry, clean, and free from cracks when placed
in the structure.

5. Proper masonry units shall be used to provide for all window, doors, bond
beams, lintels, plasters, etc. with a minimum of unit cutting.

6. Where masonry units cutting is necessary, all cuts shall be neat and true
to line.

7. Units shall be placed while the mortar is soft and plastic. Any unit disturbed
to the extent that the initial bond is broken after initial positioning shall be
removed and re-laid in fresh mortar.

8. Mortar should not be spread too far ahead of units, as it will stiffen and
loose plasticity, especially in hot weather. Mortar that has stiffened should
not be used. ASTM C 270 requires that mortar be used within 2 ½ hours
of initial mixing.

8.4.5 REINFORCEMENT FOR CONCRETE HOLLOW BLOCKS

54
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Reinforcement shall be done in accordance with the structural plans as to


size, spacing and other requirements of Item 404 – Reinforcing Steel under
Section 404.3 – Construction Requirement.

Reinforcement shall be clean and free from loose, rust, scales and any
coatings that will reduce bond.

8.4.6 FINISH AND APPEARANCE

1. All units shall be sound and free from cracks or other defects that interfere
with the proper placement of the unit or significantly impair the strength or
permanence of the construction. Minor cracks, incidental to the usual
method of manufacture or minor chipping resulting from customary
methods of handling in shipment and delivery, are not grounds for
rejection.

2. Where units are to be used in exposed wall construction, the face or faces
that are to be exposed shall not show chips or cracks, not otherwise
permitted, or other imperfections when viewed from a distance of not less
than 6.1mm under diffused lighting.

a. Five percent of a shipment containing chips, not larger than 25.4 mm in


any dimension, or cracks not wider than 0.5 mm and not longer than 25%
of the nominal height of the unit, is permitted.

3. The color and texture of units shall be specified by the purchaser. The
finished surfaces that will be exposed in place shall conform to an
approved sample, consisting of not less than four(4) units, representing
the range of texture and color permitted.

4. A shipment shall not contain more than 5% of units, including broken unit
that do not meet the requirements of the above provisions.

8.4.7 SAMPLING AND TESTING FOR CONCRETE HOLLOW BLOCKS AND


LOUVERS

Method of Sampling for Quality Test shall be as follows:

1. One(1) Quality Test for every 10,000 units or fraction thereof.

2. Six(6) specimens to be submitted for one(1) quality test in which three(3)


specimens for Compression Test and the remaining three(3) for Moisture
Content and Water Absorption.

Units shall be tested in accordance with ASTM C 140, Standard Test Methods
for Sampling and Testing Concrete Masonry Units and Related Units and
ASTM C 426, Standard Test Method for Linear Drying Shrinkage of Concrete
Masonry Units.

8.4.7 STORAGE AND HANDLING OF MASONRY WORKS

The blocks shall be stored in such a way as to avoid contact with moisture at
site. They shall be stock-piled on planks or other supports free from contact
with ground and covered to protect against wetting. The block shall be
handled with care and damaged units shall be rejected.

8.5 METHOD OF MEASUREMENT

55
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

The work to be paid for under this Item shall be the number of square meters
of masonry units that are satisfactorily accepted and completed.

8.6 BASIS OF PAYMENT

The accepted quantity, measured as prescribed in Section 1046.4, Method of


Measurement shall be paid for at the contract unit price for Masonry Works
which price and payment shall include the cost of furnishing all labor,
materials and equipment necessary to complete the work.

Payment will be made under:

Pay Item Unit of


Description
Number Measurement
CHB Load Bearing (including Reinforcing
1046 (1) a m2
Steel), 100mm
CHB Non Load Bearing (including
1046 (1) b m2
Reinforcing Steel), 150mm
CHB Load-Bearing (including Reinforcing
1046 (2) a m2
Steel), 100mm
CHB Non-Load Bearing (including
1046 (2) b m2
Reinforcing Steel), 150mm
1046(3) Louver block m2

9. DRAINAGE SYSTEM

10.1 SCOPE OF WORK

The work includes the Replacement of damaged downspouts (concealed and


exposed) in the warehouses.

10.2 GENERAL

All works as described herein shall conform to the Bureau of Health Standard
and the National Plumbing line.

10.3 DOWNSPOUTS

PVC shall be series 1000 for downspouts

56
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Section VII. Drawings

57
58
59
60
61
62
63
64
65
66
67
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Section VIII. Bill of Quantities

68
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

NATIONAL FOOD AUTHORITY


Bicol Regional Office (Region V)
_____________________________________________________________________________________________________
Pier Site, Legazpi City (052)480-7085/480-7900 email-add: [email protected] www.nfa.gov.ph

PROJECT TITLE : REPAIR OF GID 1, 2 AND 3 WAREHOUSES


LOCATION : NFA Compound, Cabid-an, Sorsogon City

UNIT
AMOUNT
ITEM DESCRIPTION QTY UNITS PRICE
(PESOS)
(PESOS)

1 2 3 4 5 6
A . MOBILIZATION/
1.00 lot
DE-MOBILIZATION
Project Signage/Billboard 1.00 lot
TOTAL (A)
B . REPAIR OF GID 1 WAREHOUSE
B1 . DISMANTLING WORKS
Dismantling and Segregation old
920 m2
roofing and other necessary works
TINSMITHRY WORKS (including
B2 .
QA Office)
0.50 mm thick (base metal) Pre-
painted, Long Span, Corrugated G.I. 920 m2
Sheet Roofing
0.60 mm thick (base metal) Pre-
painted G.I. Ridge Roll (for roofing &
Continuous Ridge Vent), Continuous
275 LM
Ridge Vent Flashing, End Flashing
and Wall Flashing, bended including
fastener & sealant
2.50mm thick Corrugated uPVC
23.50 m2
Skylight Roofing Sheet
Pre-painted & Machine Bended
12 LM
0.60mm thick (base metal) Gutter
B3 . BIRDS CONTROL
Continuous Ridge Ventilation Bird
50 m2
Proofing
10mm x 10mm, Ga 26 welded wire
with 3.00mm thick x 25mm steel flat
bar frame primed and painted 54 sets
finished for concrete louvers (front &
back), 0.60m x 1.50m
B4 . WATERPROOFING OF CONCRETE GUTTERS AND CONCRETE LOUVERS
Waterproofing (Cement-base) 205 m2
B5 . DRAINAGE SYSTEM
Declogging of downspout 1 lot
B6 . ELECTRICAL WORKS
Illuminated NFA Seal 1.5m diameter 1 pc

69
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

UNIT
AMOUNT
ITEM DESCRIPTION QTY UNITS PRICE
(PESOS)
(PESOS)

1 2 3 4 5 6
Dismantling of existing unserviceable
CCTV Cameras and Wiring 1 lot
Connections
PVC Conduit Pipe (3m x 25.4mm) 15 m
Fittings and accessories 1 lot
PVC Utility Box 2 pcs
Panelboard with Main & Branch
1 set
Breakers
Lighting Fixtures and Lamps 9 sets
2
2 - #12AWG / 3.5mm Stranded Wire 75 m
B7 . PAINTING WORKS (PRIMARY AND SECONDARY DOORS)
Paintworks (Metal) 260.50 m2
B8 . ILLUMINATION AND VENTILATION WORKS
Chipping Works & disposal 60 m2
8” x 8” Glass Block with 8mmØ
corrugated vertical & horizontal Steel 48 sets
Reinforcement , 0.40m x 1.80m
Concrete Louvers with 8mmØ
corrugated vertical & horizontal Steel 27 sets
Reinforcement, 0.60m x 1.50m
B9 . PAINTING (FLOORING, INTERIOR AND EXTERIOR WALLS)
Paintworks (Concrete) 2,772 m2
B10 . REPAIR OF WAREHOUSE PODIUM STAIRS
Repair of Concrete Podium 1 lot
Repair of Concrete Staircase and
6 units
Provision of Hand Rail
Provision of PWD Concrete Ramp 1 lot
TOTAL (B)
C . REPAIR OF GID 2 WAREHOUSE
C1 . DISMANTLING WORKS
Dismantling and Segregation old
1,305 m2
roofing and other necessary works
C2 . TINSMITHRY WORKS
0.50 mm thick (base metal) Pre-
painted, Long Span, Corrugated G.I. 1,305 m2
Sheet Roofing
0.60 mm thick (base metal) Pre-
painted G.I. Ridge Roll (for roofing &
Continuous Ridge Vent), Continuous
318 LM
Ridge Vent Flashing, End Flashing
and Wall Flashing, bended including
fastener & sealant
2.50mm thick Corrugated uPVC
52 m2
Skylight Roofing Sheet
C3 . BIRDS CONTROL
Continuous Ridge Ventilation Bird
65 m2
Proofing

70
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

UNIT
AMOUNT
ITEM DESCRIPTION QTY UNITS PRICE
(PESOS)
(PESOS)

1 2 3 4 5 6
10mm x 10mm, Ga 26 welded wire
with 3.00mm thick x 25mm steel flat
bar frame primed and painted 48 sets
finished for concrete louvers (front &
back), 0.60m x 2.40m
C4 . WATERPROOFING OF CONCRETE GUTTERS AND CONCRETE LOUVERS
Waterproofing (Cement-base) 255 m2
C5 . DRAINAGE SYSTEM
Declogging of downspout 1 lot
C6 . ELECTRICAL WORKS
Illuminated NFA Seal 1.5m diameter 1 pc
Dismantling of existing unserviceable
CCTV Cameras and Wiring 1 lot
Connections
PVC Conduit Pipe (3m x 25.4mm) 15 m
Fittings and Accessories 1 lot
PVC Utility Box 2 pcs
Panelboard 8-branches 1 set
Lightings and Fixtures 11 pcs
2
2 - #12AWG / 3.5mm Stranded Wire 75 m
C7 . PAINTING WORKS (PRIMARY AND SECONDARY DOORS)
Paintworks (Metal) 223.20 m2
ILLUMINATION AND
C8 .
VENTILATION WORKS
Chipping Works & disposal 57 m2
8” x 8” Glass Block with 8mmØ
corrugated vertical & horizontal Steel 30 sets
Reinforcement , 0.40m x 1.80m
Concrete Louvers with 8mmØ
corrugated vertical & horizontal Steel 24 sets
Reinforcement, 0.60m x 2.40m
C9 . PAINTING (FLOORING, INTERIOR AND EXTERIOR WALLS)
Paintworks (Concrete) 2,780 m2
C10 . REPAIR OF WAREHOUSE PODIUM STAIRS
Repair of Concrete Podium 1 lot
Repair of Concrete Staircase and
5 units
Provision of Hand Rail
TOTAL (C)
D . REPAIR OF GID 3 WAREHOUSE
D1 . DISMANTLING WORKS
Dismantling and Segregation old
1,305 m2
roofing and other necessary works
D2 . TINSMITHRY WORKS
0.50 mm thick (base metal) Pre-
painted, Long Span, Corrugated G.I. 1,305 m2
Sheet Roofing

71
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

UNIT
AMOUNT
ITEM DESCRIPTION QTY UNITS PRICE
(PESOS)
(PESOS)

1 2 3 4 5 6
0.60 mm thick (base metal) Pre-
painted G.I. Ridge Roll (for roofing &
Continuous Ridge Vent), Continuous
318 LM
Ridge Vent Flashing, End Flashing
and Wall Flashing, bended including
fastener & sealant
2.50mm thick Corrugated uPVC
52 m2
Skylight Roofing Sheet
D3 . BIRDS CONTROL
Continuous Ridge Ventilation Bird
65 m2
Proofing
10mm x 10mm, Ga 26 welded wire
with 3.00mm thick x 25mm steel flat
bar frame primed and painted 104 sets
finished for concrete louvers (front &
back), 0.60m x 2.50m
D4 . WATERPROOFING OF CONCRETE GUTTERS AND CONCRETE LOUVERS
Waterproofing (Cement-Base) 305 m2
D5 . DRAINAGE SYSTEM
Replacement of S1000 downspouts
20 sets
including accessories
D6 . ELECTRICAL WORKS
Illuminated NFA Seal 1.5m diameter 1 pc
Dismantling of existing unserviceable
CCTV Cameras and Wiring 1 lot
Connections
PVC Conduit Pipe (3m x 25.4mm) 15 m
PVC Utility Box 2 pcs
Panelboard with Main & Branch
1 set
Breakers
Lighting Fixtures and Lamps 10 pcs
2
2 - #12AWG / 3.5mm Stranded Wire 75 m
D7 . PAINTING WORKS (PRIMARY AND SECONDAY DOORS)
Paintworks (Metal) 280.80 m2
D8 . ILLUMINATION AND VENTILATION WORKS
Dismantling & Segregation 84 m2
Concrete Louvers with 8mmØ
corrugated vertical & horizontal Steel 56 sets
Reinforcement , 0.60m x 2.50m
D9 . PAINTING (FLOORING, INTERIOR AND EXTERIOR WALLS)
Paintworks (Concrete) 2,772 m2
TOTAL (D)
E. ROOFING STRUCTURES (FOR GID 1, 2 & 3 WAREHOUSES)
2.0mm thick x 50mm x 175mm C-
30 pcs
Purlins (6m length)
10mm diameter Plain Bar Sag rod
15 pcs
with nuts and washers

72
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

UNIT
AMOUNT
ITEM DESCRIPTION QTY UNITS PRICE
(PESOS)
(PESOS)

1 2 3 4 5 6
TOTAL (E)
F . HEALTH AND SAFETY
Personal Protective Equipment,
Safety Signages and COVID 19 1 lot
Mitigation
TOTAL (F)
SUB-TOTAL
VAT
OCM
PROFIT
TOTAL AMOUNT OF THE
PROJECT

AMOUNT IN WORDS:
_____________________________________________________________________________
_____________________________________________________________________________

Submitted by : ___________________________________________________

(Name of Firm)

Signing Authority : ____________________________________________________

Designation : ____________________________________________________

Date : ____________________________________________________

73
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Section IX. Checklist of Technical


and Financial Documents

74
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Section IX. Checklist of Technical and Financial


Documents
INSTRUCTIONS:

The following required documents shall be accomplished, satisfied and submitted


in alphabetical order to the NFA RO5 on August 10, 2022 on or before 12:00nn at the
3rd Floor, NFA Social Hall, NFA Regional Office V, Pier Site, Legazpi City.

The Bidder shall submit one (1) originally signed certified true copy of the original
documents and three (3) photocopies of each of the following documentary requirements
with corresponding tabbing. All pages of the Bid, including attachments thereto shall be
initialed by the person signing the Bid or his authorized representative.

I. TECHNICAL COMPONENT ENVELOPE


Class “A” Documents
Legal Documents
Valid PhilGEPS Registration Certificate (Platinum Membership) (all
Annex (a)
pages) in accordance with Section 8.5.2 of the IRR;
Technical Documents
Duly Signed Certificate of Site Inspection issued by the concerned
Annex (b)
Branch Manager. and
Duly Signed Statement of the prospective bidder of all its ongoing
government and private contracts, including contracts awarded but
Annex (c)
not yet started, if any, whether similar or not similar in nature and
complexity to the contract to be bid; and
Duly Signed Statement of the bidder’s Single Largest Completed
Annex (d) Contract (SLCC) similar to the contract to be bid, except under
conditions provided under the rules; and
Original copy of Bid Security. If in the form of a Surety Bond, submit
also a certification issued by the Insurance Commission;
Annex (e)
or
Original copy of Duly Notarized Bid Securing Declaration; and
Annex (f) Project Requirements, which shall include the following:
Annex (f.1) Duly Signed Organizational chart for the contract to be bid;
Duly Signed List of contractor’s key personnel (e.g., Project
Manager, Project Engineers, Materials Engineers, and Foremen), to
Annex (f.2)
be assigned to the contract to be bid, with their complete
qualification and experience data;
Duly Signed List of contractor’s major equipment units, which are
owned, leased, and/or under purchase agreements, supported by
Annex (f.3) proof of ownership or certification of availability of equipment from
the equipment lessor/vendor for the duration of the project, as the
case may be; and
Original duly signed notarized Omnibus Sworn Statement (OSS);
and
if applicable, Original Notarized Secretary’s Certificate in case of a
Annex (g) corporation, partnership, or cooperative; or Original Special Power
of Attorney of all members of the joint venture giving full power and
authority to its officer to sign the OSS and do acts to represent the
Bidder.

75
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

I. TECHNICAL COMPONENT ENVELOPE


Financial Documents
Duly Signed prospective bidder’s computation of Net Financial
Annex (h)
Contracting Capacity (NFCC).
Class “B” Documents
If applicable, duly signed joint venture agreement (JVA) in
accordance with RA No. 4566 and its IRR in case the joint venture is
already in existence;
Annex (i)
or
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.
II FINANCIAL COMPONENT ENVELOPE
Annex (j)
Original of duly signed and accomplished Financial Bid Form; and
Other documentary requirements under RA No. 9184
Annex (k) Original of duly signed Bid Prices in the Bill of Quantities; and
Duly Signed accomplished Detailed Estimates Form, including a
summary sheet indicating the unit prices of construction materials,
Annex (l) labor rates, and equipment rentals used in coming up with the Bid;
and
Annex (m) Duly Signed Cash Flow by Quarter.

76
NATIONAL FOOD AUTHORITY Project Reference No. NFA-RO-INFRA-2022-08
Regional Office V Procurement of Infrastructure Project for the Repair of
GID 1, 2, and 3 Warehouses at Cabid-an, Sorsogon City

Section X. BIDDING FORMS

77
Annex “b”

NATIONAL FOOD AUTHORITY


Sorsogon Branch Office
_________________________________________________________________________________________________________

Cabid-an, Sorsogon City Tel. Nos. 09393294507/0654496787 email add: [email protected] www.nfa.gov.ph

CERTIFICATE OF SITE INSPECTION

TO WHOM IT MAY CONCERN:

This is to certify that [Name of Contractor / Contractor’s Representative],


representative of [Name of Company] has personally inspected the site for the project
the [Project Name and Location]

This certification is issued on [Date of Issuance] for bidding purposes only.

[Name of Branch Manager]


Branch Manager

78
Annex “c”
List of all Ongoing Government & Private Construction Contracts including contracts awarded but not yet started

Business Name : _____________________


Business Address : _____________________

Contractor’s Role
% of Accomplishment
Name of Contract/ a. Owner Name (ITB Clause 12.1 (a)(iii)(ii.6) a. Date Awarded
Location, Project b. Address Nature of Work b. Date Started Value of Outstanding Works
Cost c. Telephone Nos. Description c. Date of Completion
% of
(sole contractor, sub- Planned Actual
participation
contractor, or partner in JV)
Government

Private

TOTAL COST

Note: This statement shall be supported with:


1. Notice of Award and/or Contract
2. Notice to Proceed issued by the Owner
3. Certificate of Accomplishments signed by the Owner or Project Engineer

Submitted by : _______________________________________________
(Printed Name & Signature of Authorized Representative)
Designation : _______________________________________________
Date : _______________________________________________

79
Annex “d”

Statement of Single Largest Completed Contracts to be Bid

(For this purpose, similar contracts shall refer to General Building Repair and Construction)

Business Name : _____________________


Business Address : _____________________

Contractor’s Role
Name of Contract/ a. Owner Name (ITB Clause 12.1 (a)(iii)(ii.6) a. Date Awarded
Nature of a. Amount at Award a. Date Awarded
Location, Project b. Address Description b. Date Started
Work % of b. Amount at Completion b. Date Completed
Cost c. Telephone Nos. (sole contractor, sub- c. Date of Completion
participation
contractor, or partner in JV)
Government

Private

TOTAL COST
Note: This Document Shall be supported by:
A. Contract
B. CPES Rating Sheet and/or Certificate of Completion
C. Certificate of Acceptance must be satisfactory

Submitted by : _______________________________________________
(Printed Name & Signature of Authorized Representative)
Designation : _______________________________________________
Date : _______________________________________________

80
Annex “e”
FORM OF BID SECURITY (BANK GUARANTEE)

WHEREAS, ___(Name of Bidder) ( hereinafter called “the Bidder”) has


submitted his bid dated _________ for (Project Name and Location).

KNOW ALL MEN by these presents that We _(Name of Bank) of (Name of


Country) having our registered office at ______________________(hereinafter
called “the Bank”) are bound unto NATIONAL FOOD AUTHORITY, Region V 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)

81
Bid Security: Surety Bond
BOND NO.: Date Bond Executed:

By this bond, We _(Name of Bidder)_(hereinafter called the “the Principal”) as


Principal and ____(Name of Surety)__ of the country of (Name of Country of
Surety)authorized to transact business in the country of (Name of Country of
Procuring Entity) (hereinafter called “the Surety”)
are held and firmly bound unto National Food Authority as 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 and 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 [Project Name and Location].

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 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.

82
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 Signature(s) Surety____ Signature(s) __


Name(s) and Title(s) Name(s) and Title(s)

Seal Seal

83
Bid Security: GSIS Bond

Republic of the Philippines


GOVERNMENT SERVICES INSURANCE SYSTEM

GENERAL INSURANCE FUND


GSIS Makati Building, Legaspi St.
Legaspi Village, Makati Metro Manila
G ( ) GIF Bond

KNOW ALL MEN BY THESE PRESENTS:

That we, (Name of Bidder) represented 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 [Project
Name and Location].
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:

84
With page 2 acknowledgement with the GSIS (General Insurance Fund
Officer as Affiant)
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:

85
Bid Securing Declaration Form
[shall be submitted with the Bid if bidder opts to provide this form of bid security]
______________________________________________________________________

REPUBLIC OF THE PHILIPPINES)

CITY OF _______________________) S.S.

BID SECURING DECLARATION

Project Identification No.: [Insert number]

To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand 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 will be automatically disqualified from bidding for any
procurement 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, within fifteen
(15) days from receipt of the written demand by the procuring entity for the commission
of acts resulting to the enforcement of the bid securing declaration under Sections
23.1(b), 34.2, 40.1 and 69.1, except 69.1(f),of the IRR of RA No. 9184; without
prejudice to other legal action the government may undertake.

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; and
c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and
I/we have furnished the performance security and signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].

[Insert NAME OF BIDDER OR ITS


AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

[Jurat]

[Format shall be based on the latest Rules on Notarial Practice]

86
Annex “f.1”

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, Foreman and other Key Engineering
Personnel.

Attach the required Proposed Organizational Chart for the Contract stated above

Note:
This organizational chart represents the “Contractor’s Organization”
required for the Project, and not the organizational chart of the entire
firm.

87
Annex “f.2”
List of Key Personnel Proposed to be Assigned to the Contract

Business Name : ______________________________________________________________

Business Address : ______________________________________________________________

Project Manager / Materials/Quality Foreman Construction Safety Other positions deemed


Engineer Control Engineer and Health Personnel required by the Applicant
for this project
1 Name
2 Address
3 Address
Date of Birth
4 Date
Nameof Birth
Employed since
5 Employed
ExperienceSince
6 Experience
Previous Employment
7 Previous Employment
Education

Note: This list must be supported by individual resumes of all personnel and photocopy of Valid PRC license of the Engineers and Valid Certificate of Training in
Occupational Safety & Health of the Construction Safety and Health personnel

Submitted by : ____________________________________________
(Printed Name & Signature)

Designation : ____________________________________________

Date : ____________________________________________

88
KEY 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) :
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 from____ (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)

89
Annex “f.3”

List of Equipment, Owned or Leased and/or under Purchase Agreements, Pledged to the Proposed Contract

Business Name :
Business Address :

Capacity/ Proof of Ownership/


Description Model/Year Plate No. Motor No./ Location Condition
Performance/ Size Lessor or Vendor
Body No.
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 :

90
Annex “g”
Omnibus Sworn Statement (Revised)

[shall be submitted with the Bid]

___________________________________________________________________

REPUBLIC OF THE PHILIPPINES )

CITY/MUNICIPALITY OF ______ ) S.S.

AFFIDAVIT

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 or authorized representative 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, or authorized


representative of [Name of Bidder], I have full power and authority to do, execute and
perform any and all acts necessary to participate, submit the bid, and to sign and
execute the ensuing contract for [Name of the Project] of the [Name of the Procuring
Entity], as shown in the attached duly notarized Special Power of Attorney;

[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 to participate,
submit the bid, and to sign and execute the ensuing contract for [Name of the Project]
of the [Name of the Procuring Entity], as shown in the attached [state title of attached
document showing proof of authorization (e.g., duly notarized Secretary’s Certificate,
Board/Partnership Resolution, or Special Power of Attorney, whichever is
applicable;)];

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, by itself
or by relation, membership, association, affiliation, or controlling interest with
another blacklisted person or entity as defined and provided for in the Uniform
Guidelines on Blacklisting;

91
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:] The owner or sole proprietor is 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;

[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 responsibilities as a Bidder in


compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;


b. Acknowledging all conditions, local or otherwise, affecting the implementation of
the Contract;
c. Making an estimate of the facilities available and needed for the contract to be
bid, if any; and
d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the
Project].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount,
fee, or any form of consideration, pecuniary or otherwise, to any person or official,
personnel or representative of the government in relation to any procurement project
or activity.

10. In case advance payment was made or given, failure to perform or deliver any
of the obligations and undertakings in the contract shall be sufficient grounds
to constitute criminal liability for Swindling (Estafa) or the commission of fraud
with unfaithfulness or abuse of confidence through misappropriating or
converting any payment received by a person or entity under an obligation
involving the duty to deliver certain goods or services, to the prejudice of the
public and the government of the Philippines pursuant to Article 315 of Act No.
3815 s. 1930, as amended, or the Revised Penal Code.

92
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]

[Insert signatory’s legal capacity]

Affiant

[Jurat]

[Format shall be based on the latest Rules on Notarial Practice]

93
AUTHORITY OF SIGNATORY
SPECIAL POWER OF ATTORNEY

I, (Name of the Bidder) , President of __________, a 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 bidding of
the [Project Name and Location] 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

94
AUTHORITY OF SIGNATORY

SECRETARY’S CERTIFICATE

I, _______________________________a duly elected and qualified Corporate


Secretary of (Name of the Bidder) , a corporation duly organized and existing 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 (Name of the Bidder) be, as it hereby is, authorized to
participate in the bidding [Project Name and Location] 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 __ (Name of Representative) ___ acting as duly authorized and designated
representatives (Name of the Bidder) , and granted full power and authority to
do, execute and perform any and all acts necessary and/or to represent _(Name of the
Bidder)_in the bidding as fully and effectively as the __(Name of the Bidder) might do
it personally present with full 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:

execute a waiver of jurisdiction whereby the (Name of the Bidder) hereby submits
itself to the jurisdiction of the Philippine government and hereby waives its right to
question the jurisdiction of the Philippine courts;

execute a waiver that (Name of the Bidder) shall not seek and obtain writ of
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 an 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)

95
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

96
Annex “h”

COMPUTATION OF
NET FINANCIAL CONTRACTING CAPACITY

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

CURRENT ASSETS Php xxxxxxxxx


LESS CURRENT LIABILITIES xxx
Net Working Capital xxx
Multiplied by K 15
xxxxxxx

LESS OUTSTANDING CONTRACTS


Ongoing Contracts
Contract 1 (Specify) xxx
Contract 2 (Specify) xxx
etc. xxx

Awarded contracts
yet to be started
Contract 1 (Specify) xxx
Contract 2 (Specify) xxx
Etc xxx
xxxxxxx
NFCC Php xxxxxxxxx

CERTIFIED CORRECT:
____________________________
Printed Name and Signature
Proprietor/President/General Manager/
Duly Authorized Representative

Name of Bidder

NOTE:

A. NFCC must at least be equal to the Approved Budget for the Contract (ABC)

97
Annex “j”

Bid Form for the Procurement of Infrastructure Projects

[shall be submitted with the Bid]


___________________________________________________________________

BID FORM

Date : _________________

Project Identification No. : _____________

To: [name and address of Procuring Entity]

Having examined the Philippine Bidding Documents (PBDs) including the


Supplemental or Bid Bulletin Numbers [insert numbers], the receipt of which is hereby
duly acknowledged, we, the undersigned, declare that:

a. We have no reservation to the PBDs, including the Supplemental or Bid


Bulletins, for the Procurement Project: [insert name of contract];

b. We offer to execute the Works for this Contract in accordance with the PBDs;

c. The total price of our Bid in words and figures, excluding any discounts offered
below is: [insert information];

d. The discounts offered and the methodology for their application are: [insert
information];

e. The total bid price includes the cost of all taxes, such as, but not limited to:
[specify the applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii)
local taxes, and (iv) other fiscal levies and duties], which are itemized herein
and reflected in the detailed estimates,

f. Our Bid shall be valid within the a period stated in the PBDs, and it shall remain
binding upon us at any time before the expiration of that period;

g. 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, or a Performance Securing Declaration in lieu of
the the allowable forms of Performance Security, subject to the terms and
conditions of issued GPPB guidelines1 for this purpose;

h. We are not participating, as Bidders, in more than one Bid in this bidding
process, other than alternative offers in accordance with the Bidding

1
currently based on GPPB Resolution No. 09-2020

98
Documents;

i. 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

j. We understand that you are not bound to accept the Lowest Calculated Bid or
any other Bid that you may receive.

k. We likewise certify/confirm that the undersigned, is the duly authorized


representative of the bidder, and granted full power and authority to do, execute
and perform any and all acts necessary to participate, submit the bid, and to
sign and execute the ensuing contract for the [Name of Project] of the [Name
of the Procuring Entity].

l. We acknowledge that failure to sign each and every page of this Bid Form,
including the Bill of Quantities, shall be a ground for the rejection of our bid.

Name: _____________________________________________________________

Legal Capacity: ______________________________________________________

Signature: __________________________________________________________

Duly authorized to sign the Bid for and behalf of: ____________________________

Date: _________________

99
Annex “m”

Contract Name :
Location :

CASH FLOW BY QUARTER AND PAYMENT SCHEDULE


PARTICULAR % OF WT. 1ST QUARTER 2ND QUARTER 3RD QUARTER 4TH QUARTER

ACCOMPLISHMENT
CASH FLOW
CUMULATIVE ACCOMPLISHMENT
CUMULATIVE CASH FLOW

Submitted by: ________________________


Name of the Representative of the Bidder: __________________________ Date:___________________
Position: ____________________________
Name of the Bidder: ____________________________

100
PROCEDURE ON BID DOCUMENTS
SEALING
FIRST SECOND

ENVELOPE ENVELOPE
ORIGINAL /COPIES
1)
2)
T
E
C F
H I
N COPY NO. 1 N
I A
C N
A C
L I
A
L
C
O C
M
COPY NO. 2 O
P M
O P
N O
E N
N E
T N
T

COPY NO. 3

TECHNICAL COMPONENT FINANCIAL COMPONENT

MENT
ORIGINAL*

1) TECHNICAL COMPONENT
2) FINANCIAL COMPONENT

* FOR THE PHOTOCOPIES, INDICATE IF:

COPY NO. 1, COPY NO. 2 or COPY NO. 3

COPY NO. 2

COPY NO. 3

101
TECHNICAL COMPONENT MARKINGS

BACK
SIGNATURE

(PROJECT NAME AND LOCATION)

(INSERT BIDDER’S NAME)

(INSERT ADDRESS)
FRONT

ORIGINAL* - TECHNICAL COMPONENT (FIRST ENVELOPE)

REGIONAL BIDS AND AWARDS COMMITTEE (RBAC)


NATIONAL FOOD AUTHORITY REGIONAL OFFICE V
PIER SITE, LEGAZPI CITY

DO NOT OPEN BEFORE (TIME AND DATE OF OPENING OF BIDS)

* FOR THE PHOTOCOPIES, INDICATE IF:


COPY NO. 1, COPY NO. 2 or COPY NO. 3

COPY NO. 2

COPY NO. 3
102
FINANCIAL COMPONENT MARKINGS

BACK
(PROJECT NAME AND LOCATION) SIGNATURE

(INSERT BIDDER’S NAME)

(INSERT ADDRESS)

ORIGINAL* - FINANCIAL COMPONENT (SECOND ENVELOPE)


REGIONAL BIDS AND AWARDS COMMITTEE (RBAC)
NATIONAL FOOD AUTHORITY REGIONAL OFFICE V
FRONT

PIER SITE, LEGAZPI CITY

DO NOT OPEN BEFORE (TIME AND DATE OF OPENING OF BIDS)

* FOR THE PHOTOCOPIES, INDICATE IF:


COPY NO. 1, COPY NO. 2 or COPY NO. 3

COPY NO. 2

103 COPY NO. 3


MOTHER ENVELOPE
NOTE: Signature of bidder or authorized representative is required in the envelope.

BACK
SIGNATURE

(PROJECT NAME AND LOCATION)

(INSERT BIDDER’S NAME)

(INSERT ADDRESS) FRONT

ORIGINAL BID*
REGIONAL BIDS AND AWARDS COMMITTEE (RBAC)
NATIONAL FOOD AUTHORITY REGIONAL OFFICE V
PIER SITE, LEGAZPI CITY

DO NOT OPEN BEFORE (TIME AND DATE OF OPENING OF BIDS)

104
105

You might also like