33
INVITATION TO BID FOR CONSTRUCTION OF DFPC PALAWAN STORE The Duty Free Philippines Corporation (DFPC) , through its Corporate Budget 2013 intends to apply the sum of Three Million Four Hundred Two Thousand Pesos (PhP3,402,000.00) being the Approved Budget for the Contract (ABC) to payments under the contract for PR#2013100096. Bids received in excess of the ABC shall be automatically rejected at bid opening. DFPC now invites bids for the Supply of Materials and Labor for the Construction of DFPC Palawan Store. Completion of the Works is required within sixty (60) calendar days. Bidders should have completed, within ten (10) years from the date of submission and receipt of bids, 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. Bidding will be conducted through open competitive bidding procedures using non- discretionary pass/fail criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least seventy five percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines. Interested bidders may obtain further information from DFPC and inspect the Bidding Documents at the address given below from 9:00AM – 5:00PM, Mondays thru Fridays until 08 February 2013. A complete set of Bidding Documents may be purchased by interested Bidders from the address below and upon payment of a nonrefundable fee for the Bidding Documents in the amount of Three Thousand Five Hundred Pesos (PhP3,500.00). It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity , provided that bidders shall pay the fee for the Bidding Documents not later than the submission of their bids. DFPC will hold a Pre-Bid Conference, however, only those who have purchased the Bidding Documents shall be allowed to participate in the Pre-Bid on 30 January 2013, 2:00PM at Holiday Suites, North National Highway, Brgy. Tiniguiban, Puerto Princesa City. Prospective bidders who intend to participate in the Pre-Bid, but have offices located outside Metro Manila, may opt to download the Bidding Documents in advance and pay the non-refundable fee on the said date and venue of the Pre-Bid. Deadline for submission of Bids and eligibility requirements shall be on 11 February 2013 at 2:00PM and Bid opening shall immediately follow at 2:15PM at Holiday Suites, North National Highway, Brgy. Tiniguiban, Puerto Princesa City. Bids will be opened in the presence of the Bidders’ representatives who choose to attend. Late bids shall not be accepted. All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in BDS under ITB Clause 18. DFPC reserves the right to waive any formality on the eligibility requirements of this project. Furthermore, DFP reserves the right to reject any and all proposals, to annul the bidding

I TO BID FOR CONSTRUCTION OF DFPC PALAWAN … Docs full_1.pdfINVITATION TO BID FOR CONSTRUCTION OF DFPC PALAWAN STORE ... Valid and current Philippine Contractors Accreditation Board

Embed Size (px)

Citation preview

INVITATION TO BID FOR CONSTRUCTION OF DFPC PALAWAN STORE

The Duty Free Philippines Corporation (DFPC), through its Corporate Budget 2013 intends to apply the sum of Three Million Four Hundred Two Thousand Pesos (PhP3,402,000.00) being the Approved Budget for the Contract (ABC) to payments under the contract for PR#2013100096. Bids received in excess of the ABC shall be automatically rejected at bid opening.

DFPC now invites bids for the Supply of Materials and Labor for the Construction of DFPC Palawan Store. Completion of the Works is required within sixty (60) calendar days. Bidders should have completed, within ten (10) years from the date of submission and receipt of bids, 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.

Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least seventy five percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines.

Interested bidders may obtain further information from DFPC and inspect the Bidding Documents at the address given below from 9:00AM – 5:00PM, Mondays thru Fridays until 08 February 2013.

A complete set of Bidding Documents may be purchased by interested Bidders from the address below and upon payment of a nonrefundable fee for the Bidding Documents in the amount of Three Thousand Five Hundred Pesos (PhP3,500.00).

It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity, provided that bidders shall pay the fee for the Bidding Documents not later than the submission of their bids.

DFPC will hold a Pre-Bid Conference, however, only those who have purchased the Bidding Documents shall be allowed to participate in the Pre-Bid on 30 January 2013, 2:00PM at Holiday Suites, North National Highway, Brgy. Tiniguiban, Puerto Princesa City. Prospective bidders who intend to participate in the Pre-Bid, but have offices located outside Metro Manila, may opt to download the Bidding Documents in advance and pay the non-refundable fee on the said date and venue of the Pre-Bid.

Deadline for submission of Bids and eligibility requirements shall be on 11 February 2013 at 2:00PM and Bid opening shall immediately follow at 2:15PM at Holiday Suites, North National Highway, Brgy. Tiniguiban, Puerto Princesa City. Bids will be opened in the presence of the Bidders’ representatives who choose to attend. Late bids shall not be accepted.

All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in BDS under ITB Clause 18.

DFPC reserves the right to waive any formality on the eligibility requirements of this project. Furthermore, DFP reserves the right to reject any and all proposals, to annul the bidding

process, or declare a failure of bidding, or not award the contract in any of the situations stated under Section 41 of the Revised IRR of RA 9184, and makes no assurance that a contract shall be entered as a result of this invitation without thereby incurring liability to the affected bidder or bidders.

BAC SecretariatDuty Free PhilippinesEHA Bldg, Fiesta Mall, Columbia ComplexNinoy Aquino Ave., Parañaque City(632) 552-4343; (632) 552 4337 loc. 3039 / 3096Telefax No. (632) 552-4345, [email protected]

(Sgd.) Ma. Lourdes D. VelardeBAC Chairperson

III. Bid Data SheetITB Clause

1.1 The PROCURING ENTITY is DUTY FREE PHILIPPINES CORPORATIONThe name of the Contract is

Construction of DFPC Palawan Store (FMD1302)

The identification number of the Contract is PR#2013100096

2 The Funding Source is:

The Government of the Philippines (GOP) through the 2013 Corporate Budget of Duty Free Philippines Corporation in the amount of :

Three Million Four Hundred Two Thousand Pesos (PhP3,402,000.00)

The name of the Project is Construction of DFPC Palawan Store

5.1 No further instructions.

5.2 Bidding is restricted to eligible bidders as defined in ITB Clause 5.1.

5.4 No further instructions.

For this purpose, similar contract shall refer to renovation/construction of high-end retail shop/specialty store or three star hotels/resorts or modern office/commercial buildings or medium to high-end condominiums and country clubs.

8.1 Subcontracting is not allowed.

8.2 Not applicable.

9.1 The Date and Venue of the Pre-Bid Conference is:

30 January 2013, 10:00AM Holiday Suites, North National Highway, Brgy. Tiniguiban, Puerto Princesa City.

10.1 The PROCURING ENTITY’s address is:

Duty Free Philippines Corporation Ground Floor, EHA Building, Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque City

BAC Secretariat Tel No. 552 4343 / 552 4337 loc 3096 / 3121 Fax No. 879 3664 / 552 [email protected]

10.3 No further instructions.

ITB Clause

12.1 No further instructions.

12.1(a)(i) Latest General Information Sheet.

12.1(a)(iii) No further instructions.

12.1(a)(iv) Valid and current Philippine Contractors Accreditation Board (PCAB) license and registration for category C & D contractor (classification: General Building)

13.1 1. Bill of Quantities (Refer to Section VIII, Bidding Documents).2. Bill of Materials (detailed cost breakdown) (Refer to Bidding Form No. 6).

13.1(b) The ABC is Three Million Four Hundred Two Thousand Pesos (PhP3,402,000.00)

Any bid with a financial component exceeding this amount shall not be accepted.

14.2 No further instructions.

15.4 No further instructions.

16.1 The bid prices shall be quoted in Philippine Pesos.

16.3 No further instructions.

17.1 Bids will be valid until 11 June 2013.

ITB Clause

18.1 The bid security shall be in the following forms and amount:

ACCEPTABLE FORMS AMOUNT

1. Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank

Two Percent (2%) of the ABC orSixty Eight Thousand Forty

Pesos (PhP68,040.00)

2. Bank draft/guarantee (signed by the appointee) or irrevocable letter of credit (original and machine validated) issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank

3. Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security.

Five Percent (5%) of the ABC orOne Hundred Seventy

Thousand One Hundred Pesos (PhP170,100.00)

4. Any combination of the foregoing.

Proportionate to share of form with respect to total amount of security

5. Bid Securing Declaration Refer to Bidding Form No. 3

18.2 The bid security shall be valid 11 June 2013.

20.3 Each Bidder shall submit one (1) original and three (3) copies of its Eligibility/Technical Component and Financial Component.

21 The Address for Submission of Bids is:

Holiday Suites, North National Highway, Brgy. Tiniguiban, Puerto Princesa City.

The deadline for submission of bids is 11 February 2013, 10:00AM

24.1 The place of Bid Opening is

Holiday Suites,

ITB Clause

North National Highway, Brgy. Tiniguiban, Puerto Princesa City.

The date and time of Bid opening is on:

11 February 2013, 10:15AM

24.2 No further instructions.

27.3(b) Bid modification is not allowed.

27.4 No further instructions.

28.2(b) 1. 2011 Income Tax Return (form 1701/1702).

2. Business Tax Return (forms 2550M and 2550Q) for the last six (6) months July to December 2012) prior to opening of Bids filed thru Electronic Filing and Payment System (EFPS).

Manually filed Income and Business Tax Returns shall be accepted provided it is stamped “received” by the BIR or its duly accredited and authorized institutions

28.2(d) 1. Company Profile with names and designation of the company’s officers/partners (original).

2. Location map and photo of the office (original)

31.4(g) 1. Construction schedule and S-curve2. Manpower schedule3. Construction methods4. Equipment utilization schedule, and5. Construction safety and health program approved by the Department of Labor and Employment.

ITB Clause

32.2 The performance security shall be in the following forms and amount:

Form of Performance

Security

Amount of

Performance

Security(Equal

to Percentage of

the Total Contract

Price)()a Cash or

cashier’s/manager’s check issued by a Universal or Commercial Bank.

Five percent (5%)

()b Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank.

()c Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security; and/or

Thirty percent (30%)

()d Any combination of the foregoing.

Proportionate to share of

form with

respect to total amount

of security

V. Special Conditions of ContractGCC Clause

1.16 The Intended Completion Date shall be Sixty (60) calendar days from the receipt of the Notice to Proceed.

1.21 The Procuring Entity is

DUTY FREE PHILIPPINES CORPORATIONEHA Building, Fiestamall, Columbia ComplexNinoy Aquino Avenue, Paranaque City

1.22 The Procuring Entity’s Representative is

Lorenzo C. Formoso Engr. Edgardo IsidroChief Operating Officer FMD ManagerTel. Nos. (632) 879-3559 Telefax (632) 552 4336Fax No. (632) 552-4301 [email protected]

1.23 The Site is located at

DFPC Store at National Highway, Brgy. San Miguel, Puerto Princesa City, Palawan and is defined in drawings No. 1

1.27 The Start Date shall be indicated in the Notice to Proceed.

1.30 The Works consist of Supply of Materials and Labor for the Construction of DFPC Palawan Store.

2.2 Not applicable.

5.1 The PROCURING ENTITY shall give possession of all parts of the Site to the Contractor the day after the receipt of the Notice to Proceed.

6.5 The Contractor shall employ the following Key Personnel: Project Architect/Project Engineer

Foreman

7.4(c) No further instructions.

7.7 No further instructions.

8.1 No further instructions.

10 None.

12.3 No further instructions.

12.5 Five (5) years.

13 No additional provision

GCC Clause

18.3(h)(i) No further instructions.

21.2 The Arbiter is:

Construction Industry Arbitration Commission (CIAC)Arbitration/MediationConstruction Industry Arbitration Commission2/F & 5/F, Executive Center Bldg.369 Gil Puyat Ave., cor. Makati Ave., Makati CityTel Nos.:(+632) 897.0853 / 897.9313E-mail: [email protected]

29.1 No dayworks are applicable to the contract.

31.1 The Contractor shall submit the Program of Work to the Procuring Entity’s Representative within three (3) days of delivery of the Letter of Acceptance.

31.3 The period between Program of Work updates is Seven (7) calendar days.

The amount to be withheld for late submission of an updated Program of Work is One Thousand Pesos (PhP1,000.00) for every day of delay.

34.3 The Funding Source is

Government of the Philippines through the 2013 Corporate Budget of Duty Free Philippines Corporation

39.1 The amount of the advance payment is Fifteen percent (15%) of the total Contract Price (Lump sum).

40.1 No further instructions.

51.1 The date by which “as built” drawings are required is upon completion of the Project.

“As built” drawings are required prior to payment of the final billing.

51.2 The amount to be withheld for failing to produce “as built” drawings and/or operating and maintenance manuals by the date required is One Thousand Pesos (PhP1,000.00) for every day of delay.

VI. SPECIFICATIONSMATERIAL SPECIFICATIONS

FINISHES1. Flooring

a) Selling Area - 3mm x 900mm vinyl wood planks;cherry colorb) C.O.D. Office and Storage / Stock room -2.0mm thk x 0.30m x 0.30m vinylc) Outdoor walkway - 0.60m x 0.60m homogeneous non-skid tiles w/ brass strip border

2. Glass and Glazinga) Windows - 1 ¾" x 4" aluminum tubular analok finish w/ ¼" thick clear tempered glassb) Glass Door - ½" thick frameless clear glass w/ FD 100, heavy duty door closer and 1.5m long stainless handle

3. WallsWall partition - 6" CHB in semi - gloss paint finish; concrete mixture portland cement w/ class A mixture

4. WoodSliding doors - 2 x 2 S4S kiln dried with heavy duty roller guide

5. FixturesC.O.D / S.O.D / P.O.S / Customsa) Overhead Shelves - ¾" thick plywood with backing, semi-gloss flat enamel paint finishb) Working table - Hardiflex in metal stud framing; semi-gloss flat enamel paint finish

6. Ceiling9mm gypsum board in metal furring and metal carrying channel in standard size

7. Roofinga) ¼" thick 2 x 2 angle bar in standard sizeb) 0.5 thick rib - type long span with stainless gutter

ELECTRICAL MATERIALS1. LIGHTING ACCESSORIESa) 2 x 40w Lowered flourescent fixtures / T-5 X 28W / Pin light 18w PLC / Surface mounted downlight / 18w PL 6"Øb) Duplex outlet / Floor outlet (National, 20 amp.)

2. CONDUITS / WIRES / CABLESa) Conduit (EMT) Electrical Metallic Tubingb) Switch (National) Rating as indicatedc) Panel Board (Westinghouse Circuit Breaker) Bolted type, Rating as indicatedd) Emergency light unit 12V - 8AHe) Elbow / C-clamp - as indicatedf) Stranded wire (AWG / THHN) as indicatedg) Telephone wire (Phelp dodge) 4 conductors & 50 conductors

3. ELECTRICAL HARDWAREa) G.A #18 - 4 x 4 Square boxb) Pull box / Wire gutter G.A #18 gray fin. Size: as indicatedc) Panel board outdoor housing Accu breaker : as indicted

4. AIRCONDITIONING UNIT : BRAND (DAIKIN)a) Ceiling cassete 2 units (4HP)b) Wall mounted ACU 1 unit (2.5 HP)c) Wall mounted ACU 1 unit (1.0HP)

5. DUTY FREE FAÇADE SIGNAGES (OUTDOOR)• Black acrylic "MABUHAY" textbuilt-up (lighted)• Black acrylic "WE'VE BEEN EXPECTING YOU" text cut-out (non-lighted)• Black acrylic "DUTY FREE PHILIPPINES" text built-up (lighted)• Acrylic light box w/ Acrylic text DFP logo & Stainless cover (lighted)

6. RAMP RAILINGS• 1 1/2"Ø Stainless railings w/ standard GA.40 of stainless pipe,1.2m x .90m as indicated (Mirror finish)

7. ROLL - UP DOOR SHUTTER• Manually operated w/ GA 24 Galyalom metal sheet

8. POS• (Ten data / Voice nodes (UTP CATG) AND 2ft closed type perporated data cabinet (including patch cords, patch panel, continous tray wire manager

9. HARDWARES• Sliding door lock (Heavy duty)• Safety hasp w/ Padlock (Abloy)

10. PLUMBING• 10"Ø concrete pipe, sewer line as indicated• Polyvinyl chloride pipes (PVC) and Fittings Atlanta or approved equal• PVC 2", 3", 4" pipes for all sewer line as indicated

11. PAINTING• All areas to be painted (Boysen) must be dry and free of dirt• Treat w/ Boysen Concrete Neutralizer at least a week prior to painting

___________________________ _____________________________

Signature over printed name Position

Duly authorized to sign this Specifications for and on behalf of __________________.

VIII. BILL OF QUANTITIES

I. CONCRETE & MASONRY WORKS P

II. EARTHWORKS

III. STEEL WORKS (Reinforcement) Beam, Column, Footing, CHB

IV.CARPENTRY WORKS

A. Scaffoldings / Form works P

B. Double wall Partition (WP - 1, WP - 2)

C. Ceiling

D. Cabinets

V. HARDWARES

VI. TINSMITHRY

VII. DOORS : SLIDING DOOR (SD - 2, SD - 3)

VIII. FINISHING WORKS (Flooring: Interior Exterior)Ex. Walls

IX. PAINTING WORKS : (Interior & Exterior)

X. PLUMBING WORKS: (Drainage System / Catch Basin/

DOWN SPOUT

XI. ELECT'L. WORKS / COMMUNICATION LINE

SUB TOTAL: P

LUMPSUM :ITEM

1 LOT - Supply & Installation of Glass Work (Double leaf - Swing Door,

Aluminum Frames Analok Finish & Fixed Panel)

1 LOT - Supply & Installation of Sungard Film Heat Protection

1 LOT - Supply & Installation of 2 units (4 HP) Brand : DAIKIN

Ceiling cassette ACU, 1 unit (2.5 HP) Brand : DAIKIN

Wall Mounted ACU & 1 unit (1.0 HP) Brand : DAIKIN

Wall Mounted ACU, Brand : DAIKIN

1 LOT - Supply & Installation of Manually Operated Aluminum Roll-up Door

1 LOT - Supply 7 Installation of 1 1/2"Ø Stainless 1.2mtrs x .90m Ramp

Ramp Railings 2 units (mirror gage 40)

1 LOT - Duty Free Façade Signage (Outdoor), Black Acrylic "MABUHAY"

text built - up (lighted), Black Acrylic "We've Been Expecting You"

text cut - out (non-lighted), Black Acrylic "Duty Free Philippines"

text built - up (lighted), Acrylic Light Box w/ Acrylic text DFP logo

& stainless Cover (lighted)

1 LOT - Supply & Installation of Ten (10) Data / Voice Nodes (UTP CATG)

& 2 ft. Closed type perporated Data Cabinet (including patch

cords, patch panel, continous tray & wire manager)

1 LOT - Supply & Installation of Roll - up Shades

SUB TOTAL: P

TOTAL: P

Bidding Form No. 1

FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK

Year 20___

1 Total Assets

2 Current Assets

3 Total Liabilities

4 Current Liabilities

5 Net Worth (1-3)

6 Net Working Capital (2-4)

The Net Financial Contracting Capacity (NFCC) based on the above data is computed as follows:

NFCC = K (current asset – current liabilities) minus value of all outstanding works under ongoing contracts including awarded contracts yet to be started

NFCC = P ____________________________________

K = 10 for a contract duration of one year or less, 15 for more than one year up to two years and 20 for more than two years

Submitted by:

_____________________________________________Name of Bidder

____________________________________________Signature of Authorized Representative over Printed Name

Date: __________________________

Bidding Form No. 2

Page 1 of 2

CREDIT LINE CERTIFICATE

Date : _____________

DUTY FREE PHILIPPINES CORPORATIONFiestamall, EHA Building, Ninoy Aquino AvenueParanaque City

CONTRACT/PROJECT ______________________________________

COMPANY/FIRM ______________________________________

ADDRESS ______________________________________

______________________________________

BANK/FINANCING INSTITUTION : ______________________________________

ADDRESS ______________________________________

______________________________________

AMOUNT ______________________________________

This is to certify that the above Bank/Financing Institution with business address indicated above, commits to provide the , if awarded the above-mentioned Contract, a credit line in the amount specified above which shall be exclusively used to finance the performance of the above-mentioned contract subject to our terms, conditions and requirements.

The credit line shall be available within fifteen (15) calendar days after receipt by _____________________________ of the Notice of Award and such line of credit shall be maintained until the project is completed by the contractor.

This certification is being issued in favor of said in connection with the bidding requirement of DUTY FREE PHILIPPINES CORPORATION for the above-mentioned Contract. We are aware that any false statements issued by us will make us liable for perjury.

Name and Signature of AuthorizedFinancing Institution Officer : ___________________________ Official Designation : ___________________________Contact Number/s : ___________________________

Bidding Form No. 2 Page 2 of 2

Concurred By :Name and Signature of ____________________________Authorized Representative : ____________________________Official Designation : ____________________________

Note :

The amount committed should be machine validated.

SUBSCRIBED AND SWORN to before me this _____ day of _____________ 20___, in _____________, by herein affiant, who has satisfactorily proven to me his/her identity thru his/her ____________________________ Identification Card No. ____________________, that he/she is the same person who signed the foregoing instrument before me and acknowledged that he/she executed the same.

_______________________

(Notary Public)

Doc. No. _______Page No. _______Book No. _______Series of _______

Bidding Form No. 3Page 1 of 2

REPUBLIC OF THE PHILIPPINES ) CITY OF _______________________ ) S.S. x-------------------------------------------------------x

BID-SECURING DECLARATION

Invitation to Bid/Request for Expression of Interest No.1: [Insert reference number]

To: Duty Free Philippines Corporation

Fiestamall, Columbia Complex,

Ninoy Aquino Avenue, Parañaque City

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 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 Declaration3, if I/we have committed any of the following actions:

(i) Withdrawn my/our Bid during the period of bid validity required in the Bidding Documents; or

(ii) Fail or refuse to accept the award and enter into contract or perform any and all acts necessary to the execution of the Contract, in accordance with the Bidding Documents after having been notified of your acceptance of our Bid during the period of bid validity.

3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the following circumstances:

(a) Upon expiration of the bid validity period, or any extension thereof pursuant to your request; (b) I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right; (c) I am/we are declared as the bidder with the Lowest Calculated and Responsive Bid/Highest Rated and Responsive Bid4, and I/we have furnished the performance security and signed the Contract.

Bidding Form No. 3Page 2 of 2

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’SAUTHORIZED REPRESENTATIVE]

[Insert signatory’s legal capacity]Affiant

SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ______ and his/her Community Tax Certificate No. _______ issued on ______ at ______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC Serial No. of Commission ___________ Notary Public for ______ until _______ Roll of Attorneys No. _____ PTR No. __, [date issued], [place

issued] IBP No. __, [date issued], [place

issued]

Doc. No. ___ Page No. ___ Book No. ___

Series of ____.

Bidding Form No. 4Page 1 of 2

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )CITY/MUNICIPALITY OF ______ ) S.S.

A F F I D A V I T

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:

1. Select one, delete the other:If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office address at [address of Bidder];

If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder];

2. Select one, delete the other:If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name of the Project] of the [Name of the Procuring Entity];

If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate issued by the corporation or the members of the joint venture)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted;

6. Select one, delete the rest:If a sole proprietorship: I am not related to the Head of the DFPC, 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 DFPC, 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;

Bidding Form No. 4Page 2 of 2

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 DFPC, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

7. [Name of Bidder ] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otherwise, affecting the implementation of the Contract;

c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

e) Responsible for any erroneous interpretation or conclusion out of the data furnished by the PROCURING ENTITY.

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

_____________________________________Bidder’s Representative/Authorized Signatory

SUBSCRIBED AND SWORN to before me this _____ day of _______________ 20___, in ________________, by herein affiant, who has satisfactorily proven to me his/her identity thru his/her ______________________________ Identification Card No. ____________________, that he/she is the same person who signed the foregoing instrument before me and acknowledged that he/she executed the same.

_______________________

(Notary Public)

Doc. No. _______Page No. _______Book No. _______Series of _______

Bidding Form No. 5Page 1 of 2

Bid Form

Date: ______________________

IB No: ______________________

To: Ma. Lourdes D. VelardeDuty Free Philippines CorporationFiestamall, Columbia Complex,Ninoy Aquino Avenue, Parañaque City

We, the undersigned, declare that:

(a) We have examined and have no reservation to the Bidding Documents, including Addenda, for the Contract Construction of DFPC Palawan Store (FMD1302);

(b) We offer to execute the Works for this Contract in accordance with the Bid and Bid Data Sheet, General and Special Conditions of Contract accompanying this Bid;

The total price of our Bid, excluding any discounts offered in item (d) below is: [insert information];

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

(c) Our Bid shall be valid for a period of 120 days from the date fixed for the Bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of [insert percentage amount] percent of the Contract Price for the due performance of the Contract;

(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from the following eligible countries: [insert information];

(f) We are not participating, as Bidders, in more than one Bid in this bidding process, other than alternative offers in accordance with the Bidding Documents;

(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the Contract, has not been declared ineligible by the Funding Source;

Bidding Form No. 5Page 2 of 2

(h) We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal Contract is prepared and executed; and

(i) We understand that you are not bound to accept the Lowest Evaluated Bid or any other Bid that you may receive.

Name:

In the capacity of:

Signed:

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

Date: __________________

Bidding Form No. 6

BILL OF MATERIALS

PROPOSE DFPC PALAWAN STORE OUTLETOWNER : DUTY FREE PHILIPPINESLOCATION : SAN MIGUEL PUERTO PRINCESA CITY

I. CONCRETE AND MASONRY WORKS

Materials Qty.Unit cost

Total cost

Portland cement

Gravel 3/4 crash

White sand

CHB 6"

CHB 4"

II. EARTHWORKS

Materials Qty.Unit cost

Total cost

Excavation

Backfilling

Escombro

III. STEEL WORKS (REINFORCEMENT), SCAB, WALL FOOTING, BEHM, COLUMN, CHB LAYING

Materials Qty.Unit cost

Total cost

16mmØ 20" R.S.B

12mmØ 20" R.S.B

10mmØ 20" R.S.B

9mmØ 20" R.S.B

#16 GI Tire Wire

IV. CARPENTRY WORKS : (Scaffoldings/ Form Works, Wall Partition WP-1, WP-2, Ceiling, Cabinets, Stockroom, Wooden Shelvings & Working Tables)

A. SCAFFOLDINGS / FORM WORKS

Materials Qty.Unit cost

Total cost

1/4" x 4" x 8" Ordinary Plywood

2" x 2" x 12" Coco Lumber

2" x 3" x 12" Coco Lumber

B. DOUBLE WALL PARTITION (WP -1, WP-2)

Materials Qty.Unit cost

Total cost

1/4" x 4" x 8" Hardiflex

1.5mm x 2" x 3" x 10" Metal Stud

C. CEILING : (STOCKROOM, OFFICE, STORE AREA)

Materials Qty.Unit cost

Total cost

9mm THK Gypsum Board 4" x 8"

Metal Furring 5mtrs. (Single)

Carrying Channel 5mtrs.

Wall Angle

1/4" x 5/32 Blind Rivet

Gypsum Screw

D. CABINETS

Materials Qty.Unit cost

Total cost

3/4 THK 4" x 8" Ordinary Plywood

1/4 THK 4" x 8" Hardiflex

1.5mm x 2" x 3" No Metal Stud

2" Finishing Nail

Black Screw

V. HARDWARES

Materials Qty.Unit cost

Total cost

3" Common Wire Nail

2" Common Wire Nail

1" Common Wire Nail

4" Common Wire Nail

5" Common Wire Nail

3" Concrete Nail

2" Concrete Nail

1" Concrete Nail

Gypsum Screw / Blackscrew

VI. TINSMITHRY : (TRUSSES, ROOFING, CORBELLE, FAÇADE ANGULAR FRAME)

Materials Qty.Unit cost

Total cost

1/4" x 2" x 20" Angle Bar

1/4" x 1 1/2" x 1 1/2" x 20" Angle Bar

20mm x2" x 4" x 20" C - Purlins

1/2"Ø 20" Round Bar

5/8"Ø 20" Tortion Bar

12" Turn Buckle

Welding Rod

10mm THK 2 Side Insulation (50 mtrs)

# 16 GI Wire

.5 Double Hub Ribtype Longspan (7LM)

.5 Double Hub Ribtype Longspan (6LM)

Texscrew 2"

Stainless Gutter .5 x 1.2 x 2.4

1/4" 5/32 Blind Rivet

.5 THK Prepainted Plain G.I Sheet 3"x8"

Rex Oxide

Paint Thinner

Vulca Seal

1/2" x 4" x 8" Hardiflex

Black Screw

VII. DOORS : SLIDING DOOR ;SD- 2 (2 UNITS), SD- 3 (1 UNIT)

Materials Qty.Unit cost

Total cost

1/4" x 4" x 8" Marine Plywood

2" x 2" x 12" S4S KD Good Lumber

Door Lock Set

Safety Hasp

Pad Lock (Abloy)

Roller Guide

Sealed Type (Bearing)

VIII. FINISHING WORKS (FLOORING : INTERIOR & EXTERIOR) EXTERIOR WALLS

Materials Qty.Unit cost

Total cost

Aslar (Big)

Portland Cement

150mm x 900mm Max Wood Vinyl

Tile Adhesive

.60 x .60 Outdoor Tiles

ABC Adhesive 25kg

12" x 12" Kent Vinyl Tiles

Brass Strip (Nosing)

IX. PAINTING WORKS

Materials Qty.Unit cost

Total cost

Enamel Paint (Flatwall Boysen)

Enamel Paint (Semi gloss Boysen)

Latex Paint (Flat Boysen)

Latex Paint (Semi - gloss Boysen)

Plasonix / Glazing Putty)

Concrete Neutralizer

Red Oxide

Paint Thinner

Stickwell

Tin - Tin Color (1/4 lit.)

Polituff Putty W/ Hardiner

Gypsum Putty

Roller Brush (6")

Roller Tray

Paint Brush (2", 3")

Rugs

Sanding Paper # 120

Sanding Paper # 180

Mesh Tape 2" x 10m.

Borral

Patching Compound

X. PLUMBING WORKS: DRAINAGE SYSTEM/ CATCH BASIN/ DOWN SPOUT

Materials Qty.Unit cost

Total cost

10"Ø x .90m. Concrete Pipe

Sand

Cement

4" CHB

10mmØ RSB

#16 G.I Wire

2"Ø PVC Pipe (Atlanta)

3"Ø PVC Pipe (Atlanta)

4"Ø PVC Pipe (Atlanta)

Solven Cement 400 cc

2"Ø PVC Elbow

3"Ø PVC Elbow

4"Ø PVC Coupling

2" x 3" Ø PVC Reducer

XI. ELECT'L. WORKS/ COMMUNICATION LINE:

Materials Qty.Unit cost

Total cost

Wire rack 20" Galvinized

Machine bolt 5/8" x 10"

Hole washer 2 1/4" x 2 1/4' 3/8" - 13/15

Lock nut 5/8"

Spool insulator 2"dia. Groove w/ secondary bracket

Dead end loop clamp

Armor tape

Service entrance cap for AWG # 50

Panel board 175 ampere,3Ø, 230 volts, 1P3T w/ 14 branch circuits, bolt-on (10-20A, 2-30A, 2-40A)

Panel board 40amp, 3Ø, 2230 volts w/ weather proof enclosure

AWG 50mm² THHN

AWG 22mm² THHN

AWG 5.5mm² THHN

AWG 3.5mm² THHN

Elect'l. metallic tubing (EMT) 50mm

EMT straight connector 50mm

EMT lock-nut / washer 50mm

EMT coupling 50mm

EMT elbow 90° 50mm

EMT elbow 45° 50mm

EMT 15mm

EMT straight connector 15mm

EMT lock-nut / washer 15mm

EMT coupling 15mm

EMT elbow 90° 15mm

EMT elbow 45° 15mm

Junction box w/ cover

Utility box 2" x 4" x 2deep, 1/2 k.o

Pull box 6' x 6' x 6'

Pull box 32'' x 6' x 6'

C clamp 50mm

C clamp 15mm

Universal outlet

Telephone outlet 4C

2 gang plate cover

Mica tube 1/2

Elect' tape

Polyvinyl / rubber tape

Guy wire

Metal screws 1 1/2

Tox 1 1/2 x 1/4

Flat bar 1 1/2 x 1/16

Angular bar 1/2

Solderless connector 50mm² (3 wire)

Solderless connector 22mm² (3 wire)

Expansion bolt w/ shield 1/4 x 1/2

Masonry drill bit 1/4

Drill bit (metal) 1/4

Hack saw blade

T5 X 28w (cw)

Surface mounted downlight (18w PL -6"Ø

Pin light 18w PLC

Emergency light unit 12V - 8AH

Pinlight 18w

Flourescent fixtures, 1- 36w, surface mounted

Floor outlet, brass, screw type, universal

LOCATION : SAN MIGUEL PUERTO PRINCESA CITY PALAWAN

Bidding Form No. 7Page 1 of 2

Form of Contract Agreement

THIS AGREEMENT, made this [insert date] day of [insert month], [insert year] between Duty Free Philippines Corporation, EHA Bldg, Fiesta Mall, Columbia Complex, Ninoy Aquino Ave., Parañaque City (hereinafter called the“Entity”) and [name and address of Contractor] (hereinafter called the “Contractor”).

WHEREAS, the Entity is desirous that the Contractor execute [name and identification number of contract] (hereinafter called “the Works”) and the Entity has accepted the Bid for [insert the amount in specified currency in numbers and words] by the Contractor for the execution and completion of such Works and the remedying of any defects therein.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents shall be attached, deemed to form, and be read and construed as part of this Agreement, to wit:

(a) General and Special Conditions of Contract;(b) Drawings/Plans;(c) Specifications;(d) Invitation to Apply for Eligibility and to Bid;(e) Instructions to Bidders;(f) Bid Data Sheet;

(g) Addenda and/or Supplemental/Bid Bulletins, if any;(h) Bid form, including all the documents/statements contained in the

Bidder’s bidding envelopes, as annexes;(i) Eligibility requirements, documents and/or statements;(j) Performance Security;(k) Credit line issued by a licensed bank, if any;(l) Notice of Award of Contract and the Bidder’s conforme thereto;(m) Other contract documents that may be required by existing laws

and/or the Entity.

Bidding Form No. 7Page 2 of

2

3. In consideration of the payments to be made by the Entity to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Entity to execute and complete the Works and remedy any defects therein in conformity with the provisions of this Contract in all respects.

4. The Entity hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects wherein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the times and in the manner prescribed by this Contract.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed the day and year first before written.

Signed, sealed, delivered by the (for the Entity)

Signed, sealed, delivered by _____________the ________________ (Contractor)

Binding Signature of PROCURING ENTITY

________________________________________________

Binding Signature of Contractor

_____________________________________________

[Addendum showing the corrections, if any, made during the Bid evaluation should be attached with this agreement]