Download as pdf or txt
Download as pdf or txt
You are on page 1of 13

Langit, Ryan Shane M. Engr.

Ralph Crucillo

201810138 CENG 106B

Activity 2

1. Invitation to Bid

-The contractor, architect or owner presents bidders a document that contains proposal on a particular
project.

2. Special Conditions of Contract

- It means terms and conditions that sets out the rights and obligations of the parties that are peculiar to
a specific contract, or as necessitated by the circumstances of specific works, and that forms a part of
the Contract

3. Technical Specifications

This is the part of the bidding document drawn up by the architect to suppliment the drawings which
clearly describe in detailed manner.

i. The quantity and standard of materials to be used ( and where applicable the possible supplier )

ii. Handling and treatment of materials

iii. Nature of fixing ,assembling and installation of any materials and service

iv. Quality of work manship required

v. Any other special treatment or handling of material that needs to be brought to the attention of the
contractor.

Reference:

https://www.lawinsider.com/dictionary/special-conditions-of-contract#

Zzigwa M. (n.d). “Introduction to Quantity Surveying”


ALA

Republic of the Philippines


PROVINCE OF CAVITE
BIDS AND AWARDS COMMITTEE
INFRASTRUCTURE PROJECTS (BAC-B)
(APP Code 3000-200-1-01-01-013-001-001; Philgepe No.7782250-01)

Invitation to Bid for Construction of hospttal building (Phase


3) at Dr. otvla Salamanca Memortal Hospital, Cavtte Ctty,
Cavlte

1. The Provincial Government of Cavite, through the CY 2021 20% Development


Fund) intends to apply the sum of Fifty Mi1lion Pesos (P50,000,000.00) being the Approved
Budget for the Contract (ABC) to payments under the contract for the Construetion of hospita
bulding (Phase 3) at Dr. Otvia aalamanca Memorial Hospital, Cavite City, Cavte. Bids
received in excess of the ABC shall be automatically rejected at bid opening
of
2. The Provincial Government of Cavite now invites bids for the Construction
hospital bullding (Phase 3) at Dr. Olivia Salamanca Memorial Hospital, Cavite Citty, Cavite.
Completion of the Works is required as indicated in the Bid Documents specified in SCC1.16. Bidders
bidder 1s
should have completed a contract similar to the Project. The description of an eligible
to Bidders.
contained in the Bidding Documents, particularly, in Section II. Instruction
3. Bidding will be conducted through open competitive bidding procedures using
non-discretionary pass/fail criterion as specified in the Implementing Rules and Regulations
Retorm
the "Government Procurement
(IRR) of Republic Act 9184 (RA 9184), otherwise known as
Act". Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or
stock
interest or outstanding capital
organizations with at least seventy five percent (75%)
belonging to citizens of the Philippines.
BAC Secretariat and
4. Interested bidders may obtain further information from
Monday to Friday from 8:00
inspect the Bidding Documents at the address given below during
a.m. to 5:00 p.m.
interested Bidders
5. A complete set of Bidding Documents may be purchased by
nonrefundable fee for the Bidding Documents in
from the address below and upon payment of a
the amount of Twenty Five Thousand Pesos (P25,000.00).
Conference on July 08, 2021 at
6. The Provincial Government will hold the Pre-Bid
Trece Martires City, which shall be open to
9:30 a.m., at BAC Office, 2nd Floor Capitol Building,
all interested Bidders.
before July 22, 2021 at 9:00
7. Bids must be delivered to the address below on or
Trece Martires City. All bids must be accompanieed
a.m. at BAC Office, 2nd Floor Capitol Building,
forms and in the amount stated in ITB Clause 18;
by a bid security in any of the acceptable
Bids will be opened on July 22, 2021, at 10:00 a.m., in the presence of the
8.
the address below. Late bids shall not be
bidders' representatives who choose to attend at
accepted.
The Provincial Government of Cavite reserves the right to accept or reject any bid,
9.
to reject all bids at any time prior to contract award, without
to annul the bidding process, and
affected bidder or bidders.
thereby incurring any liability to the
10.
10.
For further information, please refer to: (1) Adelberth R. Carlos, PEO; and (2).
Felicitas D. Hernandez, Secretariat Office Bids and Awards Committee, 2/F Capitol Bldg., Trece
Martires City, Tel. No. (046) 419-1181.

FERDINANDA. BELAMIDE
BAC-B Vice-Chairman
Section V. Special Conditions of Contract

1
Special Conditions of Contract
GCC
Clause
1 For Goods supplied from within the Philippines:

The Supplier shall present to the Procuring Entity a copy of the following
documents:
1. Approved Purchase Order
2. Delivery Receipt
3. Sales Invoice
Packaging –

The Supplier shall provide such packaging of the Goods as is required to


prevent their damage or deterioration during transit to their final destination,
as indicated in this Contract. The packaging shall be sufficient to withstand,
without limitation, rough handling during transit and exposure to extreme
temperatures, salt and precipitation during transit, and open storage.
Packaging case size and weights shall take into consideration, where
appropriate, the remoteness of the Goods’ final destination and the absence of
heavy handling facilities at all points in transit.

The packaging, marking, and documentation within and outside the packages
shall comply strictly with such special requirements as shall be expressly
provided for in the Contract, including additional requirements, if any,
specified below, and in any subsequent instructions ordered by the Procuring
Entity.

The outer packaging must be clearly marked on at least four (4) sides as
follows:

Name of the Procuring Entity


Name of the Supplier
Contract Description
Final Destination
Gross weight
Any special lifting instructions
Any special handling instructions
Any relevant HAZCHEM classifications

A packaging list identifying the contents and quantities of the package is to be


placed on an accessible point of the outer packaging if practical. If not
practical the packaging list is to be placed inside the outer packaging but
outside the secondary packaging.
Transportation –

Where the Supplier is required under Contract to deliver the Goods CIF, CIP,
or DDP, transport of the Goods to the port of destination or such other named
place of destination in the Philippines, as shall be specified in this Contract,

2
shall be arranged and paid for by the Supplier, and the cost thereof shall be
included in the Contract Price.

Where the Supplier is required under Contract to deliver the Goods CIF, CIP
or DDP, Goods are to be transported on carriers of Philippine registry. In the
event that no carrier of Philippine registry is available, Goods may be shipped
by a carrier which is not of Philippine registry provided that the Supplier
obtains and presents to the Procuring Entity certification to this effect from the
nearest Philippine consulate to the port of dispatch. In the event that carriers
of Philippine registry are available but their schedule delays the Supplier in its
performance of this Contract the period from when the Goods were first ready
for shipment and the actual date of shipment the period of delay will be
considered force majeure.

The Procuring Entity accepts no liability for the damage of Goods during
transit other than those prescribed by INCOTERMS for DDP deliveries. In
the case of Goods supplied from within the Philippines or supplied by
domestic Suppliers risk and title will not be deemed to have passed to the
Procuring Entity until their receipt and final acceptance at the final destination.
Intellectual Property Rights –

The Supplier shall indemnify the Procuring Entity against all third-party
claims of infringement of patent, trademark, or industrial design rights arising
from use of the Goods or any part thereof.
2.2 No partial payment is allowed.
Inspections and tests will be conducted as part of the delivery/acceptance
4
protocol.

3
4
SPECIFICATIONS
Project : PROPOSED THREE STORY FEMALE DORMITORY
Location : Southern Leyte State University, Main Campus, Sogod, Southern Leyte
Owner : Southern Leyte State University- Main Campus

I. GENERAL REQUIREMENTS

Mobilization shall include obtaining all permits; moving all plant and equipment onto the
site; furnishing and erecting plants, temporary buildings, and other construction facilities;
implementing security requirements, all as required for the proper performance and
completion of the WORK. Mobilization shall include the following principal items:
1. Moving all the CONTRACTOR's plant and equipment required for operations
onto
2. the site.
3. Providing all on-site communication facilities, including radios and cellular
phones.
4. Providing on-site facilities.
5. Obtaining all required permits.
6. Establishment of safety programs.
7. Having the Contractor's superintendent at the jobsite full time.
8. Submitting initial submittals.

Demobilization includes the clean-up of the site and the removal of materials, debris,
waste, etc., and making good damages or temporary alterations, restoration of damages
to the surrounding area (including vegetation, minor structures etc.) resulting from the
construction or construction-related activities.

II. EARTHWORKS

This item shall consist of clearing, grubbing, removing and disposing all vegetation and
debris as designated in the Contract, except those objects that are designated to remain in
place or are to be removed in consonance with other provisions of the DPWH
Specification. The work shall also include the preservation from injury or defacement of
all objects designated to remain.

III. CONCRETE WORKS

This item shall conform to Item No. 900 of DPWH Standard Specification for Public
Works Structures. It shall consist of furnishing, placing, and finishing concrete in
buildings and related structures in accordance with this specification and conforming to
lines, grades, and dimensions shown on the plans.

3.0. Portland Cement

Cement shall conform to the requirements of the following cited Specifications for the
type specified or permitted: Portland Cement - AASHTO M 85 (ASTM C 150), Blended
Hydraulic Cements- AASHTO M 240 (ASTM C 595), Masonry Cement- AASHTO M
150-74 (ASTM C 91).

3.1. Coarse Aggregates


Coarse aggregate shall conform to the requirements of subsection 311.2.2 and 311.2.3
under Item 311 of Vol II Blue Book and ASTM C33 for lightweight aggregates.
Maximum size of the aggregate shall be not larger than one-fifth (1/5) of the narrowest
dimension between sides of forms of the member for which the concrete is to be used nor
larger than three fourths of the minimum clear spacing between individual reinforcing
bars.

3.2. Fine Aggregates

Fine aggregates shall be composed of washed sand with uncoated granules, strong,
durable, reasonably clean and free from organic matter.

3.3. Metal Reinforcement

Reinforcing steel bars shall conform to the requirement for deformed steel bars for
concrete reinforcement (ASTM 615) AASHTO M31.

4.0 MASONRY WORKS

For walls and partitions shown on the detailed drawings requiring concrete hollow
blocks, the contractor shall use concrete hollow blocks upon approval of the TWG.
Reinforcement shall be laid with a mortar composed of one part Portland cement and
three parts sand. It shall be done in accordance with the structural plans as to size, spacing
and other requirements.

5.0 CEILING AND PARTITION WORKS

Sheeting for ceiling shall be made of fiber cement board one-fourth (1/4) inches thick
with 5mm gap in all terminations in compliance to with the approved shop drawings.
Wall angle 25mm x 25mm x 0.4mm thick, 2.40m, Ga 26, single and double furring 19mm
x 50mm x 0.4mm thick, 5m, Ga 26, carrying channel 12mm x 38mm x 0.80mm thick,
5m, Ga 22 shall be of light metal frame.

6.0 HARDWARE

This shall conform to Item 1004 Vol II DPWH Standard Specification for Public Works
Structures.

6.1 Rough Hardware

All rough hardware such as nails, screws, bolts and other related fasteners required for
carpentry works shall be first class quality and locally available.

6.2 Rough Hardware

All finishing hardware consisting of lockset, latches, bolts, and other devices, door
closers, knobs, handles, hinges and other similar hardware shall be first quality available
locally and conforming with the following specifications:

6.2.1 Door Locksets


It shall be of durable construction, preferably the product of single reputable
manufacturer for consistent quality and master keying. Locks shall be keyed in sets and
subsets . Where locks are required by the owner to be keyed alike in one system furnish
a total of 4 keys for each set.

6.3 Door

6.3.1 Panel Door


It shall be made from mahogany (selected grade) of good quality for parts of the structures
as enumerated or when indicated in the plan.

6.3.2 Fire Rated Steel Door


It shall be made from stainless steel material. Attached is the label indicating the fire test
rating. It shall include a heavy duty stainless steel panic door device.

6.3.3 Aluminum Glass Door


Frames and panel members shall be fabricated from extruded aluminum sections coated
with analok true to details with clean, straight, sharply defined profiles and free from
defects impairing strength, durability and appearance. Screws, nuts, bolts, rivets, and
other miscellaneous fastening devices shall be made of non-corrosive materials

6.4 Window

Frames and panel members shall be fabricated from extruded aluminum sections coated
with analok true to details with clean, straight, sharply defined profiles and free from
defects impairing strength, durability and appearance. Screws, nuts, bolts, rivets, and
other miscellaneous fastening devices shall be made of non-corrosive materials. Glass is
dark gray.

7.0 TILE WORKS

The color scheme of the material shall be approved by the TWG. Tiles shall be installed
at the comfort room wall and floor, second floor, and stairs. Ground floor finishing shall
be plane cement finish.

8.0 PAINTING WORKS

The color scheme of the material shall be approved by the TWG. Painting works shall
cover the interior of the building only. All surfaces are to be painted with primer coat and
minimum two coats of enamel paints as per approved color scheme, after drying and
thoroughly cleaned to remove all loose scale and loose rust. Surfaces not in contact but
inaccessible after shop assembling, shall receive the full specified protective treatment
before assembling.

9.0 PLUMBING WORKS

All piping materials, fixtures and appliances fitting accessories whether mentioned or not
but necessary to complete this item shall be furnished and installed. Pipes and fittings for
waterlines shall be made of Polypropylene Random. Pipes and fittings for sanitary line
shall be made of PVC series 1000 pipe.
9.1 Special Plumbing Fixtures

Built in appliances such as urinal, lavatory and sink shall be installed as indicated on
plans. Exposed surfaces to be tile wainscoting complete with fitting accessories required
as practiced in this specialty trade. Water closet shall be front round type water closet
with tank fitting, seat and cover, flexible hose, bidet hose, angle valve, soap & tissue
holder.

9.2 Septic Tank

It shall be provided as shown on the plans including all pipe vents and fittings. Concrete
masonry work shall conform to the corresponding Item of this specification. Inlet and
outlet pipes shall conform to the latest edition of the National Plumbing Code.

10.0 ELECTRICAL WORKS

Furnishing and installation of underground service entrance, conduits and conductors,


and all items required by local utility power company’s policy, rules and regulations.

Furnishing and installation of panel boards at location indicated on the plan and electrical
riser layout, including all accessories required.

Furnishing and installation of feeder and branch circuit conductors with necessary
conduits, approved type of fittings and devices as indicated in the electrical plans.

Furnishing and installation of all types of utilization devices, outlets and wall switches
with properly installed cover plate.

All lighting fixtures shall be furnished and installation by the contractor. They shall be
as shown on the drawings or specified on the schedule of lighting fixtures.

11.0 TESTING

The Contractor shall furnish a copy of the certification showing the results for steel bars
and concrete subjected to tensile and compressive strength test respectively.

Leak test shall also be conducted by the Contractor together with the supervising
Engineer or TWG prior to plastering and upon final inspection of the building.

Flood test shall be conducted to test the functionality of the piping system and its drainage
capacity.

Electrical test shall be conducted to ensure the functionality of the whole wiring and
electrical system.

The drawings and specifications are meant to be complementary to each other, and what is called
for by one shall be binding as if called for both.

Any apparent conflict between the drawings and specifications, and any controversial or unclear
points in either shall be referred to the supervising Engineer or Technical Working Group for final
interpretation and decisions.

You might also like