bid bulletin 01 construction of drainage sys incl flood ctrl and site dev (pshs crc) (1)
TRANSCRIPT
-
7/25/2019 Bid Bulletin 01 Construction of Drainage Sys Incl Flood Ctrl and Site Dev (PSHS CRC) (1)
1/3
Contract Reference Number: CW-2015-11-09
Name of the Contract: Construction of Drainage SystemIncluding Flood Control and Site Development
Location of the Contract: Tiniwisan/Ampayon, Butuan City
Page 1of 3
Republic of the Philippines
Department of Science and Technology
PHILIPPINE SCIENCE HIGH SCHOOL CARAGA REGION CAMPUS
BIDS AND AWARD COMMITTEE (BAC)
Brgy.Ampayon, Butuan City
Tel. No. (085)341-0787 Telefax(085)341-0785
Supplemental/Bid Bulletin
ADDENDUM NO.1
This Addendum No. 1 is issued to modify/amend items in the Bidding Documents.
This shall form an integral part of the Bidding Documents, to wit:
1. Particulars Reference Amendment/Addendum
1.
Checklist ofDocuments
Section IX. Bidding Forms-Checklist ofDocuments Comprising the Bid
Eligibility documents
iv. PCAB licenses and registration for the
type and cost of the contract for this
project; ( Medium A- license category B)
iv. PCAB licenses and registration for the
type and cost of the contract for this project;
( Small B- license category C &D)
2.
Checklist of
Documents
Section IX. Bidding Forms-Checklist of
Documents Comprising the Bid
Eligibility documents
vi.NFCC computation or CLC i. NFCC computation.
3. Checklist of
Documents
Section IX. Bidding Forms-Checklist of
Documents Comprising the Bid
Class B Documents
i. Joint Venture agreement, if applicable.
Class B Documents
i. Joint Venture agreement, if
applicable. (Note: If JV, each partner
of the JV shall submit the legal
eligibility documents. The submission
of technical and financial documents
done by any of the joint venture
partners constitutes compliance)
4.
Checklist of
Documents
Section IX. Bidding Forms-Checklist of
Documents Comprising the Bid
b. Technical Documentsii2. List of Contractors Personnel
with complete qualification and experience
data
a.) Project Manager
b.) Project Engineer/Architect
c.) Materials Engineer
d.) Registered Electrical Engineer
e.) Mechanical Engineer
f.) Sanitary Officer/ Master Plumber
g.) Foreman
h.) Safety Officer
ii2. List of Contractors Personnel with
complete qualification and experience data
a.) Project Manager
b.) Project Engineer/Architect
c.) Materials Engineer
d.) Sanitary Engineer
e.) Foreman
f.) Safety Officer
-
7/25/2019 Bid Bulletin 01 Construction of Drainage Sys Incl Flood Ctrl and Site Dev (PSHS CRC) (1)
2/3
Contract Reference Number: CW-2015-11-09
Name of the Contract: Construction of Drainage SystemIncluding Flood Control and Site Development
Location of the Contract: Tiniwisan/Ampayon, Butuan City
Page 2of 3
5. Checklist of
Documents
Section IX. Bidding Forms-Checklist of
Documents Comprising the Bid
b. Technical Documents
iii. Manpower Schedule
iv. Construction Method
v.Equipment Utilization Schedulevi. Bar Chart and S-curve
vii.PERT-CPM
dditional instruction:
Separate documents for project A and
project B must be submitted for the
ollowing:
iii. Manpower Schedule
iv. Construction Methodv.Equipment Utilization Schedule
vi. Bar Chart and S-curve
vii.PERT-CPM
6. Checklist of
Documents
Section IX. Bidding Forms-Checklist of
Documents Comprising the Bid
Financial Component
1. Financial Bid in prescribed form
2. Bill of Quantities
3. Detailed Cost Estimates
4. Summary Sheet indicating the unit
prices of materials, labor rates andequipment rental
5. Payment schedule
dditional instruction:
Separate documents for project A and
project B must be submitted for the
ollowing:
2. Bill of Quantities
3. Detailed Cost Estimates
4. Summary Sheet indicating the unit prices
of materials, labor rates and equipmentrental
5. Payment schedule
7.Sealing and
Marking of Bids
Instruction to Bidders Clause 20.1
Bidders shall enclose their original
eligibility and technical documents
described in ITBClause 12, in one sealed
envelope marked ORIGINAL - TECHNICAL
COMPONENT, and the original of their
financial component in another sealed
envelope marked ORIGINAL - FINANCIALCOMPONENT, sealing them all in an
outer envelope marked ORIGINAL BID.
Bidders shall enclose their original
eligibility documents described in ITB
Clause 12 in one sealed envelope marked
ORIGINAL ELIGIBILITY; the original
technical documents described in ITB
Clause 12, enclosed in one sealed envelope
marked ORIGINAL - TECHNICALCOMPONENT, and the original of their
financial component in another sealed
envelope marked ORIGINAL - FINANCIAL
COMPONENT, sealing them all in an outer
envelope marked ORIGINAL BID.
8.Sealing and
Marking of Bids
Instruction to Bidders Clause 20.2
Each copy of the first and second envelopes
shall be similarly sealed duly marking the
inner envelopes as COPY NO. ___ -TECHNICAL COMPONENT and COPY NO.
___ FINANCIAL COMPONENT and the
outer envelope as COPY NO. ___,
respectively. These envelopes containing
the original and the copies shall then be
enclosed in one single envelope.
Each copy of the first, second and third
envelopes shall be similarly sealed duly
marking the inner envelopes as COPY NO.
__ - ELIGIBILITY; COPY NO. ___ -ECHNICAL COMPONENT and COPY NO. ___
FINANCIAL COMPONENT and the outer
envelope as COPY NO. ___, respectively.
hese envelopes containing the original and
he copies shall then be enclosed in one single
envelope.
9. Terms of
Reference
IX. SCOPE OF WORKS AND PROJECT
IMPLEMENTATION
A.Pre-Construction
c. Provide all other necessary
documents that shall be required by
D&B Committee
c. Conduct topographic survey of the
five hectare lot that will extend at about
10 meters outside the lot boundaries.
d. Provide all other necessary
-
7/25/2019 Bid Bulletin 01 Construction of Drainage Sys Incl Flood Ctrl and Site Dev (PSHS CRC) (1)
3/3
Contract Reference Number: CW-2015-11-09
Name of the Contract: Construction of Drainage SystemIncluding Flood Control and Site Development
Location of the Contract: Tiniwisan/Ampayon, Butuan City
Page 3of 3
documents that shall be required by D&B
Committee
10.Terms of
Reference
X. OVERALL PROJECT TIME SCHEDULE
It is expected that this period will not
exceed 210 calendar days (seven months)
from the date of the issuance of the Noticeto Proceed (NTP): sixty (60) calendar days
for the Design Phase and one hundred fifty
(150) calendar days for the Construction
Phase
It is expected that this period will not
exceed 210 calendar days (seven months)
from the date of the issuance of the Noticeto Proceed (NTP): thirty (30) calendar days
for the Design Phase and one hundred
eighty (180) calendar days for the
Construction Phase
For guidance and information of all concerned.
Received by the bidder:
_______________________________
Date: