Republic of the Philippines s31

Total Page:16

File Type:pdf, Size:1020Kb

Republic of the Philippines s31

Page 1 of 34

QN-2017-0079-May

Republic of the Philippines OFFICE OF THE OMBUDSMAN Agham Road, Diliman, Quezon City

INVITATION TO BID

For the Negotiated Procurement of the Repainting of the Exterior Wall Finish of the Office of the Ombudsman (Main) Building, VIP Parking, STP, Guard Houses including Perimeter Fence, Driveway Gutters, Flagpole and Lamp Posts

1. The Office of the Ombudsman, through the General Appropriations Act of 2017, intends to procure thru Negotiated Procurement (Two Failed Biddings) pursuant to Section 53.1 of the Implementing Rules and Regulations of R.A. 9184, the Repainting of the Exterior Wall Finish of the Office of the Ombudsman (Main) Building, VIP Parking, STP, Guard Houses including Perimeter Fence, Driveway Gutters, Flagpole and Lamp Posts, with an Approved Budget for the Contract (ABC) of Two Million Six Hundred Sixteen Thousand Six Hundred Fifty Three Pesos (Php2,616,653.00).

2. The Office of the Ombudsman now invites bids for the Repainting of the Exterior Wall Finish of the Office of the Ombudsman (Main) Building, VIP Parking, STP, Guard Houses including Perimeter Fence, Driveway Gutters, Flagpole and Lamp Posts. Completion of work shall be within one hundred fourteen (114) calendar days after receipt of the Notice to Proceed.

3. A complete set of Bidding Documents including the Ombudsman Technical Specification may be acquired by interested Bidders from June 2, 2017 to June 20, 2017 from the address below. It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS).

4. The Office of the Ombudsman will hold a Negotiation Conference on June 9, 2017 at 1:30 p.m. at the Hearing Room, Ground Floor, Ombudsman Building, Agham Road, Quezon City which shall be open to all interested parties.

5. Bidders should submit in a sealed envelope the Bid Forms, indicating their best and final offer; together with the Eligibility Documents; and Technical Documents, not later than June 20, 2017 at 2:30 p.m, at the BAC Secretariat Office, Ground Floor, Ombudsman Building, Agham Road, Quezon City:

Bid Forms 1. Ombudsman Bid Form No. 1 - Letter of Conformity (Technical Proposal) 2. Ombudsman Bid Form No. 2A- Financial Proposal (Pls. indicate best and final offer) 3. Ombudsman Bid Form No. 2B- Bill of Quantities (BOQ) with attached DUPA 4. Ombudsman Bid Form No. 2C-Schedule of Payments Page 2 of 34

Eligibility Documents: 1. SEC/DTI Registration;

2. Valid & Current Mayor’s Permit / Municipal License – CY 2017; 3. Valid Tax Clearance per Executive Order 398, Series of 2005; 4. Valid Certificate of PhilGEPS Registration; 5. Valid Philippine Contractors Accreditation Board (PCAB) license and registration for the type and cost of the contract for this Project, with size range of Small B and License Category C and D for GB-1 (Building or Industrial Plant) or SP-PN (Painting Works) is necessary; 6. Statement of all its ongoing government and private contracts, within the period CY 2012 to present (see attached form:OMB-SF-Infra-02) 7. Statement of Bidder’s Single Largest Completed Contract (SLCC) (see attached form:OMB- SF-Infra-03); and 8. Company Profile.

Technical Documents: 1. Project Requirements, which shall include the following: i. Organizational Chart ii. List of Contractor’s personnel a. List of Key Personnel (see attached form: OMB-SF-Infra-04) b. Bio-data of Contractor’s Key Personnel (see attached form:OMB-SF-Infra-05) c. Affidavit of Commitment (see attached form:OMB-SF-Infra-06) iii. List of Contractor’s equipment units (see attached form:OMB-SF-Infra-07)

iv. Other Technical Documents (to be prepared by the Bidder) a) Construction Schedule b) S-Curve c) Pert-CPM Diagram d) Manpower Schedule e) Equipment Utilization Schedule f) Construction Methods in Narrative Form 2. Omnibus Sworn Statement (see attached form:OMB-SF-INFRA-01)

The winning bidder shall submit a performance security / bond within ten (10) calendar days from receipt of Notice of Award (NOA).

The Office of the Ombudsman 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 Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders. Page 3 of 34

For any clarification, you may contact BAC Secretariat thru Ms. Josephine S. Vargas, at telephone no. (02)479-7300 loc. 2206, or via email at [email protected] or [email protected].

MARILOU B. ANCHETA-MEJICA Assistant Ombudsman, PAMO II Chairman, Bids and Awards Committee

IMPORTANT: A bidder who submits a sealed quotation/proposal is required to download this Invitation to Bid from the PhilGEPS website before the closing date. Prices and specifications for the bid shall be valid for 120 days. Term of Payment: CHARGED ACCOUNT. The total price quoted shall be subject to VAT, withholding tax and payable in check. Page 4 of 34

OMBUDSMAN BID FORM NO. 1 – TECHNICAL PROPOSAL

LETTER OF CONFORMITY

HON. CONCHITA CARPIO MORALES Ombudsman Office of the Ombudsman Agham Road, North Triangle, Diliman, Quezon City

Project Title: Repainting of the Exterior Wall Finish of the Office of the Ombudsman (Main) Building, VIP Parking, STP, Guard Houses including Perimeter Fence, Driveway Gutters, Flagpole and Lamp Posts

M a d a m :

This is to inform the Office of the Ombudsman that our company, ______, located at ______, conforms to the attached Technical Specifications and Drawings in the Bidding Documents and Supplemental/Bid Bulletin/s.

Very truly yours,

Signature over printed name of

Authorized representative

Position

Company

Telephone Number/s

Date Page 5 of 34

OMBUDSMAN TECHNICAL SPECIFICATIONS

Repainting of Exterior Wall Surfaces of the Ombudsman Main Building, Perimeter Fence & Gates, VIP Parking, Guardhouses, Driveway Curbs, STP, Lamp Posts & Flagpole”

I - SCOPE OF WORK

A. The Project shall require furnishing all materials, labor, equipments and tools, and performing all works and procedures required and necessary to properly and completely accomplish the project works.

B. The project works shall include appropriate surface preparations (cleaning, repair, restoration, priming, sealing, putty, sanding, parapet waterproofing, etc.); and application of two layers of premium quality high performance latex paint top coats on the following areas/structures within the Office of the Ombudsman premises:

SURFACE SURFACE TYPE & AREA LOCATION / DESCRIPTION AREA CONDITION (SQUARE METER) I - CONCRETE/MASONRY SURFACES Ombudsman Main Building a. Exterior Wall Painted Concrete and 7,200 b. Canopy (top, sides, and bottom surfaces) Masonry c. Parapets (inner, outer, and top sides surfaces) VIP Parking Painted concrete, a. Walls, Posts/Columns, Ceilings, exposed pipes/conduits and masonry, ficem boards, 2,200 all other exposed surfaces) and pipes Sewage Treatment Plant (STP) Painted Concrete and 96 a. Exterior/exposed Wall Masonry Guard Houses (2 units) a. Exterior Walls & Roofing Concrete/ Masonry 30 b. Window Frames Perimeter Fence & Gate Posts/ Columns a. CTA Side (top and inner Sides only) Painted Concrete and b. Phil-Sci Side (top and inner Side only) 1,350 Masonry c. Front (top and Both inner and outer Sides) d. Gates Posts/Columns (all sides) Driveway Gutter (Within the OMB Premises) Painted Concrete and 145 a. exposed surfaces Masonry Flagpole & Lamp Posts Painted Concrete and 20 Page 6 of 34

a. (all exposed surfaces of pedestals) Masonry II - IRON/METAL SURFACES Flagpoles and Lamp Posts Painted Iron/Metal 50 a. All exposed surfaces of poles and lamp casings Gates, Canopy Railings, & Guardhouse Painted Iron/Metal 75 a. All exposed surfaces TOTAL SURFACE AREA 11,166

C. Surface preparation shall include all necessary and appropriate repair and restoration of damaged or defective surfaces and building parts that will received painting or repainting; appropriate cleaning and treatment of chalking, flaking and molds/mildew; and, repair of cracked masonry and application of fiberglass mesh waterproofing layer on the top and side surfaces of roof deck parapet.

D. The works shall also include providing and installing temporary facilities and false works; protecting surfaces not included in the contract works; restoring surfaces affected in implementing the contract works; cleaning and clearing out of the contract work areas, as well as, performing all works/procedures and furnishing/installing/ applying all materials, tools and equipments required and/or necessary for the proper, complete, and safe implementation and accomplishment of the project.

II - MATERIALS A. All Paints and consumables to be used for priming/sealing, puttying and top coats shall be of the following paint properties:

1. 100% Acrylic, water based, premium quality and high performance latex paint

2. Intended and best for use on exterior surfaces

3. Highly resistant to dirt, dust, alkali, mold and mildew growth

4. good durability

5. appropriate and specific for the project’s surface types

o concrete, masonry, and ficem boards

o iron and metal surfaces

o roadway gutters (required traffic paints) Page 7 of 34

B. Paint for top coat shall be highly dirt resisting exterior premium quality and high performance latex paint, semi-gloss in sheen, and shall have a dry film thickness of 1.5 to 2.0 mils per coat. Primer paint shall be compatible with the top coat paint and shall be flat in sheen. Paint for drive- way gutters shall be the appropriate traffic paint, gloss in sheen, and of the color required for safety and by applicable codes. Zebra lines shall be of black traffic paint, gloss in sheen, and provided as required by applicable codes.

C. Only paint materials whose brand name, make, kind/type and manufacturer were declared and identified in the Bidder’s Detailed Estimates shall be accepted and allowed for use in the project and shall be delivered at the jobsite, in the original containers, with labels intact and seals unbroken. The use of low quality and/or economy paints shall not be allowed.

D. Before opening the packing container, it should be rolled on the floor and after opening the container; paints shall be stirred well so that no material or pigments remain settled at the bottom. Paints shall be checked for suitability as per requirement before opening.

E. All thinners and tinting colors, when allowed and necessary, shall be of the same type and as specified by the manufacturer, and proposed to and approved by the Procuring Entity.

F. All paint materials shall be stored and used according to the manufacturer’s standard specifications and requirements.

G. The Procuring Entity shall specify a space for storage of paint materials and tools that are not for immediate use. When change of storage location is deemed necessary and directed by the Procuring Entity, the contractor shall immediately move it to the new designated location, without additional costs to the Procuring Entity.

H. Waterproofing for roof deck parapet walls (top surface and portions of both side surfaces) shall be of fiberglass mesh for waterproofing and with the appropriate adhesive base compatible with the top coat paint.

III - COLOR AND SAMPLES A. All colors shall be in accordance with the color schemes to be specified or approved by the Procuring Entity. It shall approximate the color scheme and shades of the Ombudsman Annex Building, which is ______.

B. All Paints and colored paints shall be factory mixed. Paint and color mixing at the jobsite for the required color shall not be allowed. Page 8 of 34

C. Sample panels of selected colors, at least one (1) meter square in area shall be prepared for approval by the Procuring Entity.

IV - CONSUMABLES, TOOLS, & EQUIPMENT A. The contractor shall make provisions for and ensure appropriateness of quality and quantity of the following consumables, tools and equipment, representative samples of which shall be presented to the Owner or it’s representative for approval:

1. Drop cloth/polyethelene sheets to be used to protect other materials and surfaces.

2. Masking materials to be used to prevent unintended/unwanted paints on adjacent surfaces.

3. Grinding/buffing wheels, wire brush and emery/sand paper to be used in surface preparation and restoring works

4. Electrical distribution panel, switch board & hand lamps to be used in providing needed electric power and illumination.

5. Kerosene, thinners, acetone etc. for cleaning and removing oil/grease etc.

6. Painting brush/roller/spray machine that may be required to take up different types of application of paint/coating.

7. Neat, clean & safe protection and working scaffoldings appropriate and sufficient for the works.

8. Good quality ladders, platforms, or other similar equipment; and,

9. Safety gears to be used by personnel, such as safety harness, face mask, hand gloves and protective clothing.

B. SCAFFOLDINGS

1. All scaffoldings and working platforms required for this work shall be provided by and the responsibility of the contractor.

2. Erection, dismantling, and maintenance of scaffoldings/platforms shall be done only by qualified and/or competent persons, as required under DOLE Department Order No. 129-13, amending Rule 1414 on Scaffoldings of the Occupational Safety and Health Standards, or OSHS. Page 9 of 34

3. The scaffoldings shall be of the appropriate kind of prefabricated, modular system of metal pipes/tubes, compliant to the manufacturing, design, use, and safety requirements of the industry’s governing standards, i.e., OSHS (with the DOLE amendment); DIN (Deutsches Institut fur Normung) or ‘German Institute for Standardization’ Standards; WHS or Workplace Safety and Health (Scaffolds) Regulations; etc.

4. Other kinds of Scaffoldings and working platforms may be used, but shall be subject to the approval of the Procuring Entity and appropriate adjustments on costs, when necessary.

5. Scaffoldings/platforms shall be properly installed on areas subject for painting only. All building facilities damaged by the installation of scaffoldings/platforms shall be restored or repaired into its original working condition, without additional cost to the Procuring Entity.

6. The contractor shall ensure that the erected scaffoldings shall not obstruct or pose danger to the activities/operations of vehicles, humans, and facilities at all times.

C. The required project billboard shall conform to the requirements of the DPWH Department Order No. 37, series of 2010; and or COA Circular No. 2013-004.

V - SURFACE PREPARATIONS A. Painted Concrete, Masonry & Ficem Board Surfaces

1. All areas to be painted must be totally dry, free from any imperfections and contaminants, and thoroughly cleaned.

2. Surfaces with mold and mildew growth shall be scrubbed clean with appropriate ‘mildewcide’ wash solution, rinsed well with water and let dry. To prevent infection, paint application shall be started as soon as the surface is totally dry.

3. Surfaces with imperfections such as cracks, dents, chipped-offs, etc., shall be repaired and/or restored by appropriate system or method (such as, re-plastering, surface rebuilding, epoxy injecting, puttying, etc.), and primed, sealed, and dried before paint application shall be made.

4. If the existing paint shows normal chalking, sand slightly, dust off with compressed air, then treat with Masonry Surface Sterilant. Allow to dry overnight.

5. Flaking, blistering and peeling-off paints shall be removed with the use of appropriate Paint Remover, and by scrapping, stiff wire brushing or by high pressure water hosing. Let the surface dry before appropriate painting application.

6. If paint is sound and adheres well, sand slightly then wash down with clean water and let dry before repainting.

B. Painted Metal Surfaces

1. All areas to be painted must be dry and free of dirt, dust, grease, oil and other contaminants. Page 10 of 34

2. Any surface imperfections shall be appropriately repaired and/or restored, primed, and dried before painting applications.

3. If the existing paint is sound and adheres well, wash down with clean water to remove surface contaminants. Dry thoroughly before applying recommended paint coatings.

4. If the existing paint is chalky, wire brush or sand lightly, blow dust off with compressed air or hose down with clean water. Allow to dry, then apply the recommended paint coatings.

5. If the existing paint is in bad condition, strip to bare surface by scraping, remove rust by wire brushing or sand blasting.

6. Treat surface with appropriate Rust Converter. Let stand overnight, then wipe off white residue with a clean rag soaked in Lacquer Thinner or Solvent Naphtha (or appropriate solution). Then, apply the necessary primer, sealant/putty, and top coats.

VI - PAINT APPLICATION A. Paints to be used shall be the type appropriate or best for the surfaces to be painted, as recommended or specified by paint manufacturers and approved by the Procuring Entity.

B. Application procedures and conditions recommended or specified by the paint manufacturer shall be strictly observed.

C. The required paint system for all surfaces shall be:

1. Appropriate surface preparations, including cleaning, repair/restoration, priming, sealing, puttying, waterproofing (when required) etc.; 2. Top Coats applications, in two layers;

VII - WORKMANSHIP A. All work shall be done in the highest degree of workmanship and shall be performed, primarily, by qualified and competent skilled workers, with appropriate trade work accreditation either from manufacturer of paint being used, or from recognized accreditation body.

B. All works are subject to inspection by and approval of the Procuring Entity.

C. The contractor shall follow all requirements and recommendations of and rectify any shortcoming pointed out by the Procuring Entity.

D. Painting works shall be done only after the surfaces to be painted shall have been inspected by the Procuring Entity and found to be satisfactorily prepared and cleaned, and in the best condition to properly receive the paint coating. Page 11 of 34

E. No painting works shall be done under conditions that are unsuitable for the production of good results.

F. The method of application to be used, i.e. by brush, roller or spray gun, shall be proposed to, discussed with, and approved by the Procuring Entity.

G. All paints shall be evenly applied so as to be free from sags, runs, crawls and other defects. All coats shall be of proper consistency and well applied so as to show minimum brush or roller marks. All brushes or rollers shall be clean and in good condition.

H. All paint coats shall be thoroughly dry before the succeeding coat is applied. Allow at least twenty-four (24) hours, or as specified by the paint manufacturer, between application of coats. For exterior painting after rains or downpours, allow sufficient drying time before painting coat is applied.

I. Painting coats as specified are intended to cover surfaces perfectly; if surfaces are not fully covered, further coats shall be applied to attain the desired evenness of the paint application, without additional costs.

J. All finishes shall be uniform as to sheen, color and texture.

K. The Contractor shall provide all drop cloths and other coverings needed to protect floors and adjacent surfaces or works from unwanted paints.

L. If a coat of paint has been applied to a surface with defects, such as large cracks, hollow spots or unevenness, the painted defective area shall be knocked out and re-plastered/repaired by the Contractor, and repainted to the satisfaction of the Procuring Entity, without additional costs.

VIII - INSPECTION OF SURFACES A. The Contractor shall inspect all surfaces to be painted and all defects or imperfections shall be remedied before starting painting work.

B. No painting work shall be started unless the Contractor shall have ascertained the dryness and acceptability of the prepared surfaces to be painted. Further, the contractor shall first present the prepared surfaces to be painted for inspection and approval of the Procuring Entity before starting any painting works.

C. The contractor shall furnish all gauges, instruments and necessary measuring equipments required for inspecting the prepared surfaces, works, test pieces, samples, etc. at the site and in the shop. Page 12 of 34

IX - QUALITY ASSURANCE/ WARRANTY AND PROTECTION

A. The contractor shall agree to and comply with the following terms and conditions.

1. All materials and equipment to be used shall be as specified or with prior approval of the Procuring Entity.

2. Field samples of materials for testing shall be provided as specified and when required.

3. All furnished documents pertinent to the project shall be thoroughly evaluated/ checked by the contractor. Omissions in the specifications pertaining to details of works which are necessary to carry out the works, or are customarily performed to properly complete the works, shall not relieve the contractor from performing such omitted or mis-described details of works. Such works shall be considered included in the contract.

4. Waste materials removed from the project shall be turned-over to the Property Management Section (PMS), General Services Division (GSD) of the Office in coordination with its authorized representative(s). The PMS shall in turn issue a copy of waste materials report to the contractor as a pre-requisite for acceptance of the finished project.

5. The Procuring Entity shall designate an area near the project site for the contractor’s temporary facility. The temporary facility shall be constructed using materials of good quality and appearance. Prior to acceptance of the project, all temporary facilities shall be removed, and the site shall be restored to its original condition.

6. The Contractor and its personnel shall strictly comply with the Procuring Entity’s security regulations and house rules.

7. The Contractor shall implement a safety program for its workers assigned at the project site. Further, it is understood that no employer-employee relationship exists between the PROCURING ENTITY and workers of the CONTRACTOR.

8. The Contractor shall submit a bar chart or S-curve for approval by the Procuring Entity before start of the project works. The schedule showing different phases of works up to completion of project shall likewise be submitted.

9. The contractor shall submit a weekly report and monthly report on mutually agreed format for monitoring the progress of work.

X - CLEANING UP

A. The Contractor shall, upon completion of work, remove all paint, where it has been spilled, splashed or splattered on surfaces, remove all surplus materials, scaffold, etc., so as to leave the project area in perfect condition. Page 13 of 34 Page 14 of 34

XI - FINAL INSPECTION

A. Before turn-over of the completed works, the contractor and the Procuring Entity shall conduct a joint inspection. A punch-list of the defects found shall be prepared and issued to the contractor, who shall immediately and appropriately rectify and correct the defects listed.

B. The contractor shall thereafter present the rectified/corrected works to the Procuring Entity for final inspection. If the rectifications and/or corrections are found proper and the project works fully completed and compliant to the specified standards and requirements, the Procuring Entity shall issue a certificate of project completion.

C. Final acceptance of the project shall be in accordance with the pertinent provisions of R.A. No. 9184 and its Revised Implementing Rules and Regulations.

XII - MISCELLANEOUS

A. All other items of works not specified herein, but necessary to properly and safely complete the project works shall be implemented and performed in accordance with the requirements and standards specified for similar work items here, or to the adopted and commonly applied industry standards and requirements, as approved by the Procuring Entity.

B. The contractor shall be responsible for ensuring the safety and security of all its personnel, materials, equipment, work areas, including its temporary facilities/ structures and accomplished works at the job site during project implementation. It shall be responsible in providing and installing the needed personnel and precautionary measures to prevent any accident, damage, loss/pilferage, or unauthorized intrusion in the job site, as well as in the Ombudsman premises, personnel and facilities, in relation to project implementation. Page 15 of 34

Drawings

LAYOUT PLAN/LOCATION PLAN FOR THE REPAINTING OF EXTERIOR WALL SURFACES OF THE OMBUDSMAN MAIN BUILDING,

(Please see attached layout plan/location plan) Page 16 of 34

Ombudsman Bid Form No. 2A (Financial Proposal)

Bid Form Date: ______IAEB No: QN-2017-0079- May

HON. CONCHITA CARPIO MORALES Ombudsman Office of the Ombudsman Agham Road, North Triangle Diliman, Quezon City

M a d a m :

We, the undersigned, declare that: (a) We have examined and have no reservation to the Bidding Documents, including Addenda, for the Contract [insert name of contract];

(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: ______[insert amount in words and in figure]; (c) Our Bid shall be valid for a period of [insert number] 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) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the Contract, has not been declared ineligible by the Procuring Entity;

(g) 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

(h) We understand that you are not bound to accept the Lowest Evaluated Bid or any other Bid that you may receive. Page 17 of 34

(i) 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].

(j) 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.

Contractor: Complete Address: Name and Signature of Authorized Representative:______Page 18 of 34

OMBUDSMAN BID FORM NO. 2B (Financial Proposal- Bill of Quantities –BOQ)

Bill of Quantities

PROJECT NAME: REPAINTING OF EXTERIOR WALL FINISH OF THE OFFICE OF THE OMBUDSMAN (MAIN)BUILDING, VIP PARKING, STP, GUARD HOUSES INCLUDING PERIMETER FENCE, DRIVEWAY GUTTERS, FLAGPOLE AND LAMP POSTS

ITEM QUANTI DIRECT INDIRECT TOTAL WORK ITEMS / DESCRIPTIONS UNITS No. TY COST (Php) COST (Php) COST (Php)

I MOBILIZATION Lot 1 II TEMPORARY WORKS: Bunkhouses; Storage; a. Lot 1 Billboard; etc. b. Scaffolding Lot 1 REPAIR / RESTORATION WORKS: III (Selective of defective surfaces on Lot 1 the whole project surface areas of 11,166 sq.m) WATERPROOFING WORKS: sq. IV 401 Roofdeck Parapet m. REPAINTING OF CONCRETE SURFACES (includes V appropriate surface preparation) Main Building Exterior sq. a. 7,200 Walls m. sq. b. VIP Parking 2,200 m. sq. c. Sewage Treatment Plant 96 m. sq. d. Guardhouses 30 m. sq. e. Perimeter Fence 1,350 m. sq. f. Driveway Gutter 145 m. g. Flagpole & Lamp Posts sq. 20 Page 19 of 34

Pedestals m. REPAINTING OF IRON / METAL SURFACES (includes VI appropriate surface preparation) sq. a. Flagpole & Lamp Posts 50 m. Gates, Fence & Canopy sq. b. 75 Railings m. VII DEMOBILIZATION Lot 1 T O T A L NOTE: Indirect Cost for Items No. I and VII shall be for VAT only (No OCM and Profit Mark-Up); Indirect Cost for Item No. II.a. shall have no OCM and Profit/ Mark-Up. The Bill of Quantities (BOQ) must be supported by Detailed Estimates (Please see attached sample form below)

Contractor: ______

Complete Address: ______

Telephone Nos. ______Name and Signature of Authorized Representative: ______

Notes: For signage:

Per COA Circular No. 2013-004

“For Infrastructure projects, a tarpaulin signboard must be suitably framed for outdoor display at the project location, and shall be posted as soon as the award has been made. The design and format of the tarpaulin xxx, shall have the following specifications: Tarpaulin, white, 8 ft x 8 ft Resolution: 70 dpi Font: Helvetica Font size: Main Information – 3” Sub-information – 1” Font Color: Black Per DPWH Department Order No. 37, Series of 2010

a. For all projects, standard billboard measuring 4 ft. x 8 ft. (1200 mm x 2400 mm) using ½ inch (12 mm) marine plywood or tarpaulin posted on 3/16 inch (5 mm) marine plywood (see attached drawings) shall be installed; b. For each building project, the billboard shall be installed in front of the project site. c. For each road/bridge/flood control project, two billboards shall be installed, i.e. one at the beginning and one at the end of the project. d. For road projects with length of 10 kilometers or more, billboards(s) shall also be installed at every 5 kilometers interval. e. Name(s) and/or picture(s) of any personages should not appear in the billboard. Page 20 of 34 Page 21 of 34

Detailed Estimates Form: Detailed Estimates

PROJECT NAME: REPAINTING OF EXTERIOR WALL FINISH OF THE OFFICE OF THE OMBUDSMAN (MAIN) BUILDING, VIP PARKING, STP, GUARD HOUSES INCLUDING PERIMETER FENCE, DRIVEWAY GUTTERS, FLAGPOLE AND LAMP POSTS LOCATION : OFFICE OF THE OMBUDSMAN, AGHAM ROAD, DILIMAN, QUEZON CITY

ITEM NO. : ______WORK ITEM/DESCRIPTION: ______QUANTITY : ______UNIT : ______

DIRECT COST: DESCRIPTION QTY UNIT UNIT AMOUNT A MATERIALS (List possible materials COST (Php) to be used, if any, identifying its brand (Php) names, make, kind/type and manufacturer)

Sub-Total A (Php) B Labor: No. of No. of Hourly Total Cost Men Hours Rate (PhP) Designation of Personnel (PhP)

Sub-Total B (Php)

C DESCRIPTION EQUIPMENT (List of equipment, No. of No. of Hourly Total Cost power tools and/or hand tools, if any) Units Hours Rate (PhP) (PhP)

Sub-Total C (Php) D. TOTAL DIRECT COST (A+B+C) Page 22 of 34

INDIRECT COST: E. OCM & PROFIT (NOTE: OCM NOT APPLICABLE IN MOB. & DEMOB.) E.1. OVERHEAD (______% of D) E.2. CONTINGENCY (______% of D) E.3. MISCELLANEOUS (______% of D) E.4. PROFIT (______% of D as allowed by law) Total Cost of OCM and Profit (E) = (E1+E2+E3+E4) F. VAT (as applicable) % of (D+E) G. TOTAL INDIRECT COST (E+F) H. TOTAL COST (D+G) I. UNIT COST (G/QUANTITY)

Prepared/Submitted by:

______Printed Name, Signature & Designation

Note: (a) Sample Detailed Estimates Form for each of the Work Items (Items No.: I, II.a; II.b,; III; IV; V.a; V.b; V.c; V.d; V.e; V.f; V.g; VI.a; VI.b; VII]

Important: Major painting items listed shall be identified as to its brand name, make, kind/type and manufacturer Page 23 of 34

Ombudsman Bid Form No. 2C (Schedule of Payment)

SCHEDULE OF PAYMENT Particular %WT 1st Month 2nd Month 3rd Month 4th Month ACCOMPLISHMENT CASH FLOW CUMULATIVE ACCOMPLISHMENT CUMULATIVE CASH FLOW

Submitted by:

______(Signature over printed name of the Authorized Representative)

______(Position)

______(Name of Bidder)

______(Date) Page 24 of 34

(OMB-SF-Infra-01) 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 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;

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; Page 25 of 34

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 following responsibilities as a Bidder:

a) Carefully examined all of the Bidding Documents;

b) Acknowledged 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) Inquired or secured 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.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ______, Philippines. Page 26 of 34

______Bidder’s Representative/Authorized Signatory

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 _____

Page 27 of 34

Office of the Ombudsman (OMB-SF-INFRA-02) Statement of all its ongoing government and private contracts within the period CY 2012 to present, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contact to be bid

Contract to be bid : Repainting of the Exterior Wall Finish of the Office Of The Ombudsman (Main) Building, VIP Parking, STP, Guard Houses including Perimeter Fence, Driveway Gutters, Flagpole and Lamp Posts Business Name : ______Business Address: ______a. Date Awarded % of b. Date Started Contractor’s Role (whether Value of a. Owner’s Name Accomplishment Total Contract c. Date of Nature of sole contractor, Outstanding Name of Client b. Address Title of the Project Planned Actual Value at Completion Work subcontractor, or partner in Works/ c. Telephone Nos. in the Contract Award d. Contract a JV) Contract duration Government: Description %

Private:

P P Important notes: This statement shall be supported with: 1. Notices of Award and/or Contract 2. Notices to Proceed issued by the owner 3. Certificate of Accomplishments signed by the Owner for Ongoing Contracts, if applicable

Submitted by : ______(Print Name and Signature) Designation : ______Date : ______

Office of the Ombudsman (OMB-SF-INFRA-03) Page 28 of 34

Statement of Bidder’s Single Largest Completed Contract (SLCC) which is similar to the contract to be bid, except under conditions provided for in Sections 23.4.1.3 and 23.4.2.4 of this IRR, within the period CY 2012 to present

Contract to be Bid : Repainting of the Exterior Wall Finish of the Office Of The Ombudsman (Main) Building, VIP Parking, STP, Guard Houses including Perimeter Fence, Driveway Gutters, Flagpole and Lamp Posts Business Name : ______Business Address: ______

a. Total Contract Value Contractor’s Role a. Owner’s Name a. Date Awarded at Award Title of the Nature of (whether sole contractor, Name of Client b. Address b. Contract b. Total Contract Value Project in the Work subcontractor, or partner in c. Telephone Nos. Effectivity at Completion Contract a JV) c. Date Completed c. Contract Duration

Government Description %

Private

Note: This statement shall be supported with: 1. Notice of Award and/or Contract 2. Notice to Proceed issued by the Owner 3. Owner’s Certificate of Final Acceptance or Certificate of Completion 4. Constructors Performance Evaluation Summary (CPES) Final Rating, which must be satisfactory Submitted by : ______(Print Name and Signature) Designation : ______Date : ______

Page 29 of 34

(OMB-SF-INFRA-04) List of the Contractor’s Key Personnel to be assigned to the Contract to be Bid

Contract to be Bid : ______Name of Bidder : ______Business Address : ______

Position Name Age Highest Educational Attainment Total Experience relevant to the Position

Attachments: Key personnel bio-data, valid PRC License and Certificate Trainings, if applicable

Note: Key personnel shall include the following: Project Engineer/Materials Engineer and General Foreman.

Submitted by: ______(Signature over printed name of authorized representative) Designation: ______Date : ______(Note: Please use additional sheets if needed)

Page 30 of 34

(OMB-SF-INFRA-5) KEY PERSONNEL (Format of Bio-Data)

Give the detailed information of the following personnel who are scheduled to be assigned a s full-time field staff for the project. Fill-up a form for each personnel.

1. Name : ______2. Date of Birth : ______3. Nationality : ______4. Education and Degrees : ______5. Specialty/Position : ______6. Length of Service with the Firm : ______Year/s from ______to ______(no. of years) (Pls. indicate month/year)

7. No. of years of experience relevant to your position: ______

8. List of previous experience/s:

a. Project: ______b. Name and address of Owner:______c. Project cost: ______d. Position: ______e. Assignment period : From______to ______(Pls. indicate month/year)

______(Printed name and signature of employee)

It is hereby certified that the above personnel can be assigned to this project, if the co ntract is awarded to our company. ______(Place and Date) Authorized Representative of Owner/Contra ctor

Page 31 of 34

(OMB-SF-INFRA-6)

Republic of the Philippines ) City/Municipality of ______) S.S.

AFFIDAVIT OF COMMITMENT

I, ______, of legal age, ______, a resident of ______, after having been sworn in accordance with law, do hereby depose and say that:

1. I am a licensed ______, with a valid Professional License No. ______, issued on ______at ______;

2. _____(Contractor)______has engaged my services as ______for ______of the Office of the Ombudsman, if awarded the contract;

3. As ______, I have supervised/managed/leadman, within the last ______, in the following completed project similar to the contract under bidding:

NAME OF PROJECT OWNER COST DATE

COMPLETED ______

______

______

______

4. At present, I am supervising/managing or employed in the following projects:

NAME OF PROJECT OWNER COST DATE

COMPLETED ______

______

______

______

Page 32 of 34

5. In case of my separation for any reason from the above-mentioned Contractor, I shall notify the Office of the Ombudsman at least twenty-one (21) days before the effective date of my separation;

6. As _____(Designation)______, I commit to stay in the job site during the execution of work item/s which I am being engaged, to supervise/manage for the _____Project title)______of Office of the Ombudsman, if awarded to ______(Contractor)______;

7. I commit to render fulltime services for the entire duration of the contract. (Applicable only to General Foreman);

8. I shall not allow the use of my name for the purpose of enabling the above-mentioned Contractor to qualify for the Contract without any firm commitment on my part to assume the post of (Designation)______;

9. I understand that to allow the use of my name for such purpose shall be sufficient ground for my disqualification as _____ (Designation) ______in any future projects of the Office of Ombudsman or employment with any Contractor doing business with the Office of the Ombudsman.

IN WITNESS WHEREOF, I have hereunto set my signature this ______day of ______201____ at ______, Philippines.

______

Affiant

SUBSCRIBED AND SWORN TO BEFORE ME, this ______day of ______201____; Affiant exhibiting to me his/her ______no. ______issued on ______at ______, Philippines.

______

NOTARY PUBLIC Doc. No. ______; Page No. ______; Book No. _____; Series of 201___.

(Note: To be executed by the following Key Personnel: On-Site Project Engineer/Materials Engineer and Foreman)

Page 33 of 34

Page 34 of 34

(OMB-SF-INFRA-7)

List of Contractor’s Equipment owned/leased and/or under purchase agreements for the duration of the Project, as applicable

Description Years of Condition Present Location Status Name of Lessor/Supplier Service (owned/unde r lease and/or under purchase agreement)

Note: This statement shall be supported with: 1. Proof of ownership/Lease and/or Purchase Agreement 2. Certification of availability of equipment from the lessor/vendor for the use of the contractor during the project implementation. 3. Written undertaking by the Contractor that all the equipment listed in this statement shall be available for the duration of the project.

Submitted by: ______(Signature over printed name of the Authorized Representative) Designation: ______Date:______

Recommended publications