Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
____________________________________________________________________________________________________________ Supplemental Bid Bulletin issued 02 July 2021
Re-Bidding of Replacement of Solid Polycarbonate Skylight Roofing with Accessories, Fastener, Sealant and Rehabilitation of Existing Downspout at Atrium Main Building
1
National Kidney and Transplant Institute
Bids and Awards Committee
East Avenue, Quezon City 1100
981-0300 / 981-0400 local 1157
http://www.nkti.gov.ph/
SUPPLEMENTAL BID BULLETIN NO. 21-099-1
RE-BIDDING OF REPLACEMENT OF SOLID POLYCARBONATE SKYLIGHT ROOFING WITH
ACCESSORIES, FASTENER, SEALANT AND REHABILITATION OF EXISTING DOWNSPOUT AT ATRIUM MAIN BUILDING
Bid Reference IB No. 21-099
This Supplemental Bid Bulletin No. 21-099-1 is being issued to inform all the prospective bidders on the following amendment:
a. Section III. Bid Data Sheet
Please see attached Revised Bid Data Sheet
b. Section VI. Specifications Please see attached Revised Specifications
c. Section VII Drawings Please see attached Revised Drawings
d. Section VIII. Bill of Quantities Please see attached Revised Bill of Quantities
This Supplemental Bid Bulletin including Annexes, if any, shall form part of the Bid Documents. Any provisions in the Bid Documents inconsistent herewith is hereby amended, modified, and superseded accordingly. For guidance and information of all concerned. Issued this 2nd day of July 2021 in Quezon City. (SGD)VIOLETA M. VALDERRAMA, MD BAC, Chairperson Received by: (PLS SIGN) ____________________________________ Bidder’s Name: (PLS PRINT) _______________________________ Date: __________________________________________
Republic of the Philippines
National Kidney and Transplant Institute
Bids and Awards Committee
East Avenue, Quezon City 1100
8981-0300 / 9881-0400 local 1156/1186
http://www.nkti.gov.ph/
Revised Section III. Bid Data Sheet ITB
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 Contractor - Civil
Works”
5.4 The following persons/entities shall be allowed to participate in this Project:
a) Duly licensed Filipino citizens/sole proprietorships; or
b) Partnerships duly organized under the laws of the Philippines and of
which at least sixty percent (60%) of the interest belongs to citizens of the
Philippines; or
c) Corporations duly organized under the laws of the Philippines, and of
which at least sixty percent (60%) of the outstanding capital stock belongs
to citizens of the Philippines; or
d) Cooperatives duly organized under the laws of the Philippines; or
e) Persons/entities forming themselves into a joint venture, i.e., a group of
two (2) or more persons/entities that intend to be jointly and severally
responsible or liable for a particular contract: Subject to Executive Order
No. 65 (EO 65), s. 2018. (Correlate with Clause 10.1 (g) and Clause 10.3.
of the BDS)
NOTE: the persons/entities enumerated above may participate in
competitive bidding if he has been issued a license by the PCAB to
engage or act as a contractor. (Please see 23.4.2.1)
f) Foreign bidders may be eligible to participate in the procurement of
Infrastructure Projects when provided for under any Treaty or International
or Executive Agreement as provided in Section 4 of the Act and this IRR;
(Please see 23.4.2.2)
g) The prospective bidder must have completed an SLCC that is similar to
the contract to be bid, and whose value, adjusted to current prices using the
PSA consumer price indices, must be at least fifty percent (50%) of the ABC to
be bid. (Please see 23.4.2.3) Correlate with Clause 10.1 (f) of the BDS.
The SLCC shall be supported by an Owner’s Certificate of Final Acceptance
issued by the project owner other than the contractor or a final rating of at least
Satisfactory in the Constructors Performance Evaluation System (CPES). In case
of contracts with the private sector, an equivalent document shall be submitted. (Please see 23.4.2.5)
Republic of the Philippines
National Kidney and Transplant Institute
Bids and Awards Committee
East Avenue, Quezon City 1100
8981-0300 / 9881-0400 local 1156/1186
http://www.nkti.gov.ph/
h) The computation of a prospective bidder’s NFCC must be at least equal to
the ABC to be bid. (Please see 23.4.2.6) Correlate with Clause 10.1 (i) of the
BDS.
7.1 Sub-Contracting Shall Not Be Allowed
10.1 Section IX. Checklist of Technical and Financial Documents.
Legal Documents
(a) Valid PhilGEPS Registration Certificate (Platinum Membership)
(all pages);
or
(b) Registration certificate from Securities and Exchange
Commission (SEC), Department of Trade and Industry (DTI) for
sole proprietorship, or Cooperative Development Authority (CDA)
for cooperatives or its equivalent document;
and
(c) Mayor’s or Business permit issued by the city or municipality
where the principal place of business of the prospective bidder is
located, or the equivalent document for Exclusive Economic Zones
or Areas;
and
(d) Tax Clearance Certificate per E.O. No. 398, s. 2005, as finally
reviewed and approved by the Bureau of Internal Revenue (BIR).
Technical Documents
(e) Statement of the prospective bidder of all its ongoing
government and private contracts, including contracts awarded but
not yet started, if any, whether similar or not similar in nature and
complexity to the contract to be bid;
and
(f) Statement of the bidder’s Single Largest Completed Contract
(SLCC) similar to the contract to be bid, except under conditions
provided under the rules;
and
(g) Philippine Contractors Accreditation Board (PCAB) License;
or
Special PCAB License in case of Joint Ventures;
(Correlate with 10.3)
and registration for the type and cost of the contract to be bid; (Please
refer to Clause 10.3 for details)
Republic of the Philippines
National Kidney and Transplant Institute
Bids and Awards Committee
East Avenue, Quezon City 1100
8981-0300 / 9881-0400 local 1156/1186
http://www.nkti.gov.ph/
and
(h) Original copy of Bid Security. If in the form of a Surety Bond,
submit also a certification issued by the Insurance Commission; or
Original copy of Notarized Bid Securing Declaration;
and
(i) Project Requirements, which shall include the following:
(i) Organizational chart for the contract to be bid;
(ii) List of contractor’s key personnel (e.g., Project
Engineer/Architect, Construction Safety and Health Officer and
Foreman), to be assigned to the contract to be bid, with their
complete qualification and experience data;
(iii)List of contractor’s major equipment units, which are owned,
leased, and/or under purchase agreements, supported by 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
(j) Original duly signed Omnibus Sworn Statement (OSS);
and
if applicable, Original Notarized Secretary’s Certificate in case
of a 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.
Financial Documents
(k) The prospective bidder’s Audited Financial Statements, showing,
among others, the prospective bidder’s:
“Total and Current Assets and Liabilities, stamped “received” by
the BIR or its duly accredited and authorized institutions, for the
preceding calendar year which should not be earlier than two (2) years
from the date of bid submission;”
and
(l) The prospective bidder’s computation of Net Financial Contracting
Capacity (NFCC).
Republic of the Philippines
National Kidney and Transplant Institute
Bids and Awards Committee
East Avenue, Quezon City 1100
8981-0300 / 9881-0400 local 1156/1186
http://www.nkti.gov.ph/
Class “B” Documents
(m) 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;
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.
FINANCIAL COMPONENT ENVELOPE
(n) Original of duly signed and accomplished Financial Bid Form; and
Other documentary requirements under RA No. 9184
(o) Original of duly signed Bid Prices in the Bill of Quantities; and
(p) Duly accomplished Detailed Estimates Form, including a summary
sheet indicating the unit prices of construction materials, labor rates,
and equipment rentals used in coming up with the Bid; and
(q) Cash Flow by Quarter.
10.3 i. A current and valid PCAB License (General Building)
i. General Engineering
ii. In case of Joint Ventures (JV), a valid Special PCAB License, and
registration for the type and cost of the contract for this Project.
Provided, that at least one (1) of the JV partners must possess all the
above Classification and Category pursuant to GPPB NPM. 0623-
2009 dated November 27, 2009)
10.4
The key personnel must meet the required minimum years of experience set below:
Key Personnel
a. Project Engineer / Architect
a. Licensed Architect / Engineer for at least three (3) years
b. At least three (3) years of experience in handling high elevation roofing
installation in similar nature
b. Construction Safety and Health Officer
a. Must be a DOLE Accredited Safety Officer for at least three (3) years
b. At least three (3) years of experience in high elevation construction in
similar nature
c. Foreman
a. Currently employed/retained by the constructor bidder
b. Should be a trained individual with minimum five (5) years of
experience in roofing installation in similar nature
Republic of the Philippines
National Kidney and Transplant Institute
Bids and Awards Committee
East Avenue, Quezon City 1100
8981-0300 / 9881-0400 local 1156/1186
http://www.nkti.gov.ph/
10.5 The minimum major equipment requirements are the following (if applicable):
Equipment Capacity Number of Units
15.1 The bid security shall be in the form of a Bid Securing Declaration or any of the
following forms and amounts:
1. The amount of not less than 2% of the ABC if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of
credit;
2. The amount of not less than 5% of the ABC if bid security is in Surety
Bond.
16 Each Bidder shall submit one original copy and copy 1 of the first and second
components of its Bid arranged, numbered, tabbed in a soft book binded folders.
19.2 Partial bids shall not be allowed.
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 Calculated Bid,
the Bidder shall submit:
(a) Original/Certified true copy of Latest income and business tax returns and
paid through the BIR Electronic Filing and Payment System (eFPS);
(b) Original/Certified true copy of other appropriate licenses and permits
required by law and stated in the Bidding Documents.
(c) Original/Certified true copy of Bureau of Internal Revenue (BIR)
Registration Certificate or equivalent for foreign bidder;
(d) Certified True Copy of the latest General Information Sheet (GIS) duly
filed and received by SEC, or equivalent for foreign bidder;
(e) Certificate of PhilGEPS Registration (Platinum Member);
Republic of the Philippines
National Kidney and Transplant Institute
Bids and Awards Committee
East Avenue, Quezon City 1100
8981-0300 / 9881-0400 local 1156/1186
http://www.nkti.gov.ph/
21 Additional contract documents relevant to the Project that may be required by
existing laws and/or the Procuring Entity, such as construction schedule and S-
curve, manpower schedule, construction methods, equipment utilization schedule,
construction safety and health program approved by the DOLE, and other
acceptable tools of project scheduling.
21.1
The LCB shall submit the following additional documents in two (2) sets within a
non-extendible period of five (5) calendar days from receipt of the notification.
1. Contracting Company’s Profile (using NKTI Template);
2. Certificate of Site Inspection issued by NKTI-General Services Division
(GSD);
3. Submission of shop drawing for approval of end-user and technical
working group prior to installation;
4. Brochure/samples for finishes, equipment, devices and materials to be used;
5. Certificate that the equipment and materials to be installed are brand new;
6. Certification that the contractor shall provide at least five (5) year warranty
for workmanship and materials installed;
7. Personnel Requirement:
i. Project Engineer / Architect
a. Licensed Architect / Engineer for at least three (3) years
b. At least three (3) years of experience in handling high elevation
roofing installation in similar nature (at least 12 meters and
above)
ii. Construction Safety and Health Officer
a. Must be a DOLE Accredited Safety Officer for at least three (3)
years
b. At least three (3) years of experience in handling high elevation
roofing installation in similar nature (at least 12 meters and
above)
iii. Foreman
a. Currently employed/retained by the constructor bidder
b. Should be a trained individual with minimum five (5) years of
experience in roofing installation in similar nature (at least 12
meters and above)
8. Health Certification from City Health Office’s Physician or by Physician
Authorized by OSH
1
Revised Section VI. Specifications
REPLACEMENT OF SOLID POLYCARBONATE SKYLIGHT ROOFING WITH ACCESSORIES, FASTENER, SEALANT AND REHABILITATION OF EXISTING DOWNSPOUT AT ATRIUM MAIN BUILDING
I. BACKGROUND In line with the National Kidney and Transplant Institute’s on-going commitment to high quality and excellent health care service, its administration is continually looking for ways to improve its facilities to world-class standard and improve facilities; NKTI had been improving the delivery of healthcare services to the people.
II. OBJECTIVE The National Kidney and Transplant Institute (NKTI) shall employ General Contractor who shall engage the services of Replacement of deteriorated skylight roofing into solid polycarbonate sheet and Rehabilitation of Existing Downspout at Atrium, Main Building.
III. SCOPE OF WORK AND TECHNICAL SPECIFICATIONS Furnish all labor, materials, tools, equipment, technical supervision and services necessary to expedite the completion of the project. 1.0 GENERAL REQUIREMENTS
1.01 OBJECTIVE OF THE PROJECT
The main objective of the project is to solve the problems of water leaks thru the atrium skylight roof and overflowing of 3rd floor inside roof gutter. The contractor shall guarantee that the finished work is leak free. Secondary objectives include improvement of thermal, illumination using daylight, and sound insulation of the roof.
1.02 RELATED SECTIONS All applicable provisions of the different divisions of the Specifications for each work trade shall apply for all items cited in this summary.
1.03 INFERRED ITEMS OF WORK Materials and workmanship deemed necessary to complete the works but NOT specifically mentioned in the specifications, working drawings, or in the other Contract Documents, shall be supplied and installed by the Contractor without
2
extra cost to the Owner. Such materials shall be of the highest quality available, and installed in a workmanlike manner at prescribed or appropriate locations.
1.04 SPECIFICS Materials specifically mentioned in this summary shall be installed following efficient and sound engineering and construction practice, and especially as per manufacturer’s application for installation specifications that shall govern all works alluded to in these Specifications.
1.05 SCOPE OF WORK The Contractor shall not proceed with work that is in conflict with the existing on-site situation without first consulting General Services Division and any solution or construction on the Contractor’s part regarding these conflicts without the approval of GSD shall be at the Contractor’s risk and may be rejected by the Architect and the Owner at the Contractor’s expense.
The contractor shall ensure safety of the personnel and property during construction. Contractor shall replace at no additional cost all materials that will be damaged by construction at skylight roof area at 3rd floor NKTI Main Building and other adjacent areas. The scope of work of the contractor shall include the following:
a. Boarding-up of ground area with overhead safety coverings and signages. b. Installation of necessary supports and framing for the construction. c. Removal of existing roofing (skylight roof sheet and Twinwall). d. Installation of solid polycarbonate with stainless ridge capping and
sealant. e. Disposal and hauling of debris and waste materials including existing
deteriorated solid polycarbonate f. Rehabilitation of 3rd floor and Atrium existing downspout
2.0 SITEWORK
2.1 Proposed procedure for any activity this shall include demolition/rectification and
disposal shall be submitted to GSD for approval. The procedure shall outline proposed conduct of work, protection of items to be retained and coordination with other works in progress.
2.2 The work area must be secured and be provided with temporary cover that should provide adequate protection against wind and rain.
2.3 Provide safety net against debris below work area and provide warning signs and caution tape in the ground level.
2.4 In the event of any faulty materials e.g. cracks, breakage during installation activities, outright replacement of materials shall be performed. Repair of the damaged materials shall not be allowed.
3
3.0 ROOFING SHEETS 3.01 Provide a guarantee of 5 year on materials and installation
a. 4.5mm thk solid polycarbonate sheet UV protected (color : as per approved sample).
b. Provide Polycarbonate sealant between ridge roll and roofing and at joint
between roof sheathing and ridge ventilator. c. Fasteners and Fixation: Use appropriate connectors as recommended by
the manufacturer and approved by GSD. Apply fasteners in a neat, consistent, even and standard manner. Spacing between fixation holes must be 200mm to 300mm, apply a strip of butyl rubber-based caulking compound along all end lap joints and passing over pre-drilled fixation holes.
d. In the event of any faulty materials e.g. cracks, breakage during installation
activities, outright replacement of materials shall be performed. Repair of the damaged materials shall be performed. Repair of the damaged materials shall not be allowed.
e. Supply and Installation of 1 ½” 1.5mm diameter stainless steel pipe railings
support for catwalk/modified Galvanized scaffolding platform metal deck. f. Supply and Installation of modified Galvanized Scaffolding platform metal
deck 0.4m W by 4.4m L, with hook.
4.0 DOWNSPOUT 4.01 Atrium Roof Downspout
a. Termination and connection of Atrium roof downspout to main downspout using 150mm diameter PVC Pipe S-1000.
b. Provide S-1000 PVC elbows, fittings, couplings adapter, primer, cement and other specialty fittings.
c. Any damages incurred during the construction shall be restored/replaced by the contractor; the cost of the replacement and restoration shall be borne by the contractor.
4.02 3rd Roof Downspout
a. Removal of existing 100mm diameter 3rd floor roof downspout. b. Increasing of 100mm diameter 3rd floor inside roof gutter drain hole to
150mm diameter hole. c. Conversion of 100mm diameter to 150mm diameter PVC Pipe S-1000 3rd
floor roof down spout connecting to Main Down spout. d. Provide S-1000 PVC elbows, fittings, couplings adapter, primer, cement
and other specialty fittings.
4
e. All existing pipe connected to 100mm diameter 3rd floor roof downspout should be connected to 100mm diameter downspout.
f. Conduct a flow test 2 days after the installation of 150mm diameter connecting to main downspout.
g. Any leak from the rehabilitated downspout should be fixed immediately.
IV. OVERALL PROJECT SCHEDULE The Bidder/Contractor shall fulfill the Project with 120 calendar days from the date specified in the Job Order.
V. QUALIFICATION OF CONTRUCTION PROFESSIONALS AND STAFF TO HANDLE THE PROJECT
A. The Construction Team (Key Personnel)
1. Project Engineer / Architect a. Licensed Architect / Engineer for at least three (3) years b. At least three (3) years of experience in handling high elevation roofing
installation in similar nature (at least 12 meters and above)
2. Construction Safety and Health Officer a. Must be a DOLE Accredited Safety Officer for at least three (3) years b. At least three (3) years of experience in high elevation construction in similar
nature (at least 12 meters and above)
3. Foreman
a. Must Currently employed/retained by the constructor bidder b. Should be a trained individual with minimum five (5) years of experience in
roofing installation in similar nature (at least 12 meters and above)
VI. POST REQUIREMENTS FOR WINNING BIDDER PRIOR TO PROCESSING OF PAYMENT
a. Complete As-built detail and installation plans with Electronic File. b. Materials Brochures and Catalogues.
Conforme:
Name: __________________________________________________________________________________________
Legal Capacity: ___________________________________________________________________________________
Signature: _______________________________________________________________________________________
Duly authorized to sign the Bid for and behalf of: _________________________________________________________
Revised Section VII. Drawings
PROJECT TITLE: SUPPLY, DELIVERY AND INSTALLATION OF 4.5MM. THK. SOLID POLYCARBONATE ROOFING WITH ACCESSORIES, FASTENER AND SEALANT AND REHABILITATION OF EXISTING DOWNSPOUT AT ATRIUM, MAIN BUILDING
ROOF DIMENSION
Republic of the Philippines
National Kidney and Transplant Institute
Bids and Awards Committee
East Avenue, Quezon City 1100
8981-0300 / 9881-0400 local 1156/1186
http://www.nkti.gov.ph/
Note: Bidder/ Contractor to verify actual measurements on-site
CROSS SECTION AT ATRIUM
BLOW-UP DETAILS
Republic of the Philippines
National Kidney and Transplant Institute
Bids and Awards Committee
East Avenue, Quezon City 1100
8981-0300 / 9881-0400 local 1156/1186
http://www.nkti.gov.ph/
EXISTING SITE CONDITION
Republic of the Philippines
National Kidney and Transplant Institute
Bids and Awards Committee
East Avenue, Quezon City 1100
8981-0300 / 9881-0400 local 1156/1186
http://www.nkti.gov.ph/
EXISTING INSTALLATION OF GUTTERS AND
DOWNSPOUT
EXISTING 4” DOWNSPOUT (FOR REPLACEMENT)
1
Section VIII. Revised Bill of Quantities
ITEM PARTICULAR UOM QTY.
APPROVED BUDGET COST Supplier BID PROPOSAL
MATERIAL UNIT COST
LABOR, TOOLS &
EQUIPMENT TOTAL COST
MATERIAL UNIT COST
LABOR, TOOLS &
EQUIPMENT
TOTAL COST
1 GENERAL REQUIREMENTS
a. Mobilization/Demobilization lot 1 15,000.00 15,000.00
b. Safety and Health Requirements lot 1 30,000.00 30,000.00
c. Board-up, Signs, Scaffoldings and Construction PPE
lot 1 150,000.00 150,000.00
d. Removal of Existing Skylight lot 1 45,000.00 45,000.00
e. Removal of Existing 3rd Floor Roof Downspout
lot 1 15,000.00 15,000.00
f. Hauling of Debris lot 1 20,000.00 20,000.00
TOTAL GENERAL REQUIREMENTS 275,000.00
2 SOLID POLYCARBONATE SKYLIGHT
a. Polycarbonate Solid Sheet 4.5mm thk. 4ft width
lot 1 1170.00 351.00
2,794,077.00
b. Connector and Spacer lot 1 800.00 160.00 96,000.00
c. Stainless Steel Ridge Capping lot 1 750.00 150.00 76,500.00
d. Aluminum Flat Bar and End Cap lot 1 1,500.00 300.00 90,000.00
e. Sealant lot 1 15,000.00 3,000.00 18,000.00
f. Screws and Consumables lot 1 20,000.00 4,000.00 24,000.00
g. Stainless steel pipe 1 ½” 1.5mm thk 6ml
lot 1 3,000.00 600.00 162,000.00
h. Galvanized Scaffolding platform metal deck with hook 0.4mx4.4m
set 6 4,349.10 1,304.73 33,923.00
Other (pls. specify)
TOTAL SOLID POLYCARBONATE 3,294,500.00
3 DOWNSPOUT
2
A. TOTAL DIRECT COST
3,694,828.00
B. MARK-UP & PROFIT (10%)
369,482.80
C. VAT (12%)
443,379.36
D. GRAND TOTAL
4,507,690.16
Printed Name of Company Signature
Address
Printed Name and Designation
a. 150mm Ø orange pipe s-1000 lot 1 1,600.00 480.00 62,400.00
b. Fittings and Couplings lot 1 35,440.00 7,088.00 42,528.00
c. PVC Solvent (400cc) lot 1 200.00 40.00 2,400.00
d. Hangers and Support lot 1 10,000.00 2,000.00 12,000.00
e. Screws and Consumables lot 1 5,000.00 1,000.00 6,000.00
Other (pls. specify)
TOTAL DOWNSPOUT 125,328.00
TOTAL DIRECT COST 3,694,828.00