Bid Data Sheet
ITB Clause
1.1 The Procuring Entity is KALINGA STATE UNIVERSITY.
The name of the Contract is Construction of Two (2) Units Potable Water System - Bulanao Campus.
The identification number of the Contract is 264004010100018.
2 The Funding Source is:
The Government of the Philippines (GoP) through General Appropriations Act (GAA) Capital Outlay CY 2017 duly approved by the Board of Regents through Board Resolution No. 1367, Series of 2016 in the amount of Two Million, Nine Hundred Twelve Thousand, Six Hundred Twenty-one Philippines Pesos (Php 2,912,621.00).
The name of the Project is Design and Construction of Two Units Potable Water System at KSU Bulanao Campus.
3.1 No further instructions.
5.1 No further instructions.
5.2 Bidding is restricted to eligible bidders as defined in ITB Clause 5.1.
5.4(a) No further instructions.
5.4(b) For this purpose, similar contracts shall refer to contracts, which have the same major categories of work like designing and construction of water systems or design and build or installation of water facilities.
8.1 Subcontracting is not allowed.
8.2 Not applicable.
9.1 The Procuring Entity will hold a Pre-bid Conference for this Project on February 17, 2017 (Friday), 10 AM at Conference Hall, Administration Building, KSU-Main Campus, National Highway, Purok 6, Bulanao, Tabuk City, Kalinga.
10.1 The Procuring Entity’s address is:
Kalinga State University - Main Campus
National Highway, Purok 6, Bulanao, Tabuk City, Kalinga 3800 Ronaldo B. Daluping
BAC Secretariat
BAC Office, Procurement Services Office Kalinga State University - Main Campus
National Road, Purok 6, Bulanao, Tabuk City, Kalinga 3800 +63917-774-4185 / [email protected]
10.4 No further instructions.
12.1 No further instructions.
12.1(a)(iii) PCAB License Category Requirements:
Principal Classification : General Engineering/General Building License Category : C & D
Size Range : Small B
In case of JV, the JV must have a special PCAB License.
12.1(b)(ii.2) The minimum work experience requirements for key personnel are the following:
Key Personnel/General Experience/Relevant Experience Design:
(1) Team Leader (2) Structural Engineer
a) Licensed Civil Engineer specializing in Structural Engineering b) Preferably at least 5 years’ experience in buildings or similar projects c) Masters or PhD degree in Civil/Structural Engineering, or recognition as Structural Engineer by the PICE or Association of the Structural Engineers of the Philippines
d) Proficient in AutoCad Software (3) Registered Electrical Engineer
a) Licensed Professional Electrical Engineer
b) Preferably at least 5 years’ experience in buildings or similar projects (4) Professional Electrical Engineer
a) Licensed Professional Electrical Engineer
b) Preferably at least 5 years’ experience in buildings or similar projects (5) Sanitary Engineer/ Master Plumber
a) Licensed Sanitary Engineer or Master Plumber
b) Preferably at least 5 years’ experience in buildings or similar projects c) Proficient in AutoCad Software
(6) Geotechnical Engineer
a) Licensed Civil Engineer specializing in Geotechnical Engineering b) Preferably at least 5 years’ experience in buildings or similar projects c) Masters or PhD degree in Geotechnical Engineering, or recognition as
Geotechnical Engineer by the PICE Construction (suggested if applicable):
(1) Team Leader (2) Project Engineer
(3) Cost/Quantity/Specifications Engineer (4) Chemical Engineer
(5) Materials Engineer (6) Foreman
(7) Construction Safety and Health Officer who satisfactorily completed the DOLE training on occupational safety and health in the construction industry and accredited by the DOLE Bureau of Working Conditions (BWC) and must have a minimum of 3 years’ experience in construction industry.
(8) Others
Note: All the Key Personnel should have applicable and prescribed General and Relevant Experiences in their line of specializations.
12.1(b)(iii.3) The minimum major equipment requirements are the following:
Equipment Capacity Number of Units (To be determined and proposed as applicable) 13.1 No additional Requirements.
13.1(b) This shall include all of the following documents:
1) Bid prices in the Bill of Quantities;
2) Detailed estimates, including a summary sheet indicating the unit prices of construction materials, labor rates, and equipment rentals used in coming up with the Bid; and
3) Cash flow by quarter or payment schedule.
13.2 The ABC is Two Million, Nine Hundred Twelve Thousand, Six Hundred Twenty-one Philippines Pesos (Php 2,912,621.00).
Any bid with a financial component exceeding this amount shall not be accepted.
14.2 No further instructions.
15.4 No further instruction.
16.1 The bid prices shall be quoted in Philippine Pesos.
16.3 No further instructions.
17.1 Bids will be valid until one hundred twenty (120) calendar days from the Opening of Bids.
18.1 The bid security shall be in the form of a Bid Securing Declaration or any of the following forms and amounts:
1. The amount of not less than Php 58,252.42 (2% of ABC), if bid security is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit;
2. The amount of not less than Php 145,631.05 (5% of ABC), if bid security is in Surety Bond.
18.2 The bid security shall be valid until one hundred twenty (120) calendar days from the Opening of Bids.
20.3 Each Bidder shall submit one (1) original and two (2) copies of the first and second components of its bid arranged with Tabbing (in Letters “A-Z”) and with Table of Contents as per Checklist. Technical and Legal Documents should be properly tabbed.
NOTE: The mother envelope must be wrapped in a black plastic bag when dropping in the KSU Bid Box located infront of the BAC Office, 2/F Admin Bldg., Main Campus.
21 The address for submission of bids is:
Dr. Amado P. Imper
Chairman, Bids and Awards Committee Kalinga State University – Main Campus
National Highway, Purok 6, Bulanao, Tabuk City, Kalinga
The deadline for submission of bids is before 10:00 AM of March 01, 2017 (Wednesday).
24.1 The place of bid opening is:
Conference Hall, Administration Building Kalinga State University – Main Campus
National Road, Purok 6, Bulanao, Tabuk City, Kalinga
The date and time of bid opening is after 10:01 AM of March 01, 2017 (Wednesday).
24.2 No further instructions.
24.3 No further instructions.
27.3 Partial bid is not allowed. The infrastructure project is packaged in a single lot and the lot shall not be divided into sub-lots for the purpose of bidding, evaluation, and contract award.
27.4 No further instructions.
28.2 None.
31.4(f) Contract documents relevant to the Project
1. Duly signed Design and Construction Schedule and S-curve 2. Duly signed Design and Construction PERT/CPM
3. Duly signed Design and Construction Cash Flow Chart and Payment Schedule
4. Duly signed Design and Construction Manpower Schedule 5. Duly signed Design and Construction Methods in narrative form 6. Duly signed Design and Construction Equipment Utilization Schedule 7. Construction safety and health program approved by the Department of
Labor and Employment
8. Contractor’s All Risk Insurance Policy
Items 1 to 3 of the foregoing documents are subject to approval of the Kalinga State University.