New Instruction To Bidders MKTG Ofc FHZ

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 4

PROJECT : PROPOSED MARKETING OFFICE

LOCATION : FUTURA HOMES ZAMBOANGA, BRGY. ZAMBOWOOD RD., ZAMBOANGA CITY


SUBJECT : INSTRUCTION TO BIDDERS

1.0 INTRODUCTION
FILINVEST LAND INCORPORATED (FLI) desires to engage the services of a pre-qualified CONTRACTOR
with thorough experience in construction of the above-mentioned project based on parameters furnished by
Filinvest.

2.0 SITE VISIT


The Bidder shall be responsible for having taken steps to carefully examine all bid documents and also to
have knowledge on all conditions thereof, local or otherwise, affecting the carrying out of the contract and to
arrive at an estimate of the facilities and resources available and needed for the Project.

It shall be the sole responsibility of the Bidder, prior to submitting his Bid and before entering into contract with
FLI, to determine and to satisfy himself by such means as he considers necessary or desirable as to all
matters pertaining to the project such as: the nature and condition of the site; transportation and
communication; water and power supply facilities; availability of materials, manpower, equipment and other
resources in the vicinity; and other factors that may affect the cost; duration and method of construction of the
Project.

The cost of visiting the Site shall be at the Bidder’s own expense.

3.0 BID DOCUMENTS


After receiving the bid documents and plans, the Bidder should familiarize himself with all conditions,
specifications and all other details contained therein. Should there be certain provisions and details which are
ambiguous to the Bidder, he should immediately clarify the matters with FLI Bids & Awards Department on
or before the query date specified on the Minutes of Pre-bid Meeting, otherwise, FLI will consider that the
Bidder has accepted and has complied with all such provisions and details. Failure to comply with the
requirements of the bid, which would render the Bid becoming non-responsive, would result to bid rejection.

If any discrepancy or divergence is found between Drawing and Specification, the Specification shall take
precedence over the Drawing unless otherwise specifically stated to the contrary in the specification. Should a
conflict occur between Drawings, or between Specifications, or between Drawings and Specifications, the
contractor shall be deemed to have allowed in the Contract Price for the higher cost of undertaking the Work.

The Bids & Awards Department shall compile all queries and subsequently issue the responses to Bidders,
including minutes of the pre-bid conference prior to the bid submission. The Bids & Awards Dept. shall also
issue supplemental notices and/or bid bulletins for purposes of clarification and/or modification on the Bid
Documents. Oral Interpretations of the Bid Documents shall not be binding. Where the supplemental notice /
bid bulletin is on a matter of substance, the deadline for the submission of bids may be extended
appropriately.

4.0 PRICING
The unit rates “Total” for items in the bid breakdown shall be split into two sub-unit rates as follows:
4.1 Unit rate for “Materials” shall include for material cost (including all taxes and profit in connection with the
ordering of such materials) per unit of the items delivered to street level of site.
4.2 Unit rates for “Others” The rate inserted shall include for:
a. Labor and all costs in connection therewith;
b. Design to the extent required by the specification;
c. Taking delivery, unloading, storing, returning packing, handling, hoisting, lowering, etc of materials;

1
d. Fitting and fixing materials and goods in position including for all auxiliary materials for fixing, such as
mortar for bedding and jointing, adhesive and all similar items of a like nature, painting and finishing
as specified;
e. Use of plant and tools;
f. All cutting and waste;
g. Establishment charges, overhead and profit;
h. VAT and all other taxes in connection with the above.

5.0 COST OF BIDDING


The Bidder shall shoulder all costs associated with the preparation and submission of his Bid and the Bidder
shall submit, not later than the specified bidding time and date, the bid documents required by FLI,
signed/initialed by the Bidder’s representative on each page of the required documents, and compiled in the
following manner:

1st Envelope- Commercial Bid


 Bid Form [two (2) copies]
 Bid Breakdown [two (2) copies]

2nd Envelope- Technical Bid (one copy)


 Invitation to Bid
 Instruction to Bidders
 Scope of Works
 Bid Bulletins
 Detailed Construction Schedule, S-Curve and Method Statement
 Project Table of Organization showing the names of key supervisory personnel who will be
assigned to the project.

Failure to submit the said requirements could mean bid proposal’s disqualification.

No Bid Bond is required for this project, however bids shall remain valid for a period of Sixty (60) calendar
days from date of submission.

6.0 BID SUBMISSION


Sealed Bids shall be submitted in two (2) sets of envelope as indicated on item 5.0-Cost of Bidding and
addressed to ROMEO T. BAUTISTA – SVP for Bids & Awards Department, #79 Edsa Highway Hills,
Mandaluyong City on the date and time specified on the Minutes of Pre-bid Meeting or any latest bid bulletin.

7.0 BID OPENING AND EVALUATION


Sealed Bids shall be opened by the Committee and shall inform all participating bidders of the winning bid
after acceptance thereof by FLI. Bids received shall be kept confidential until the Bids & Awards Committee
has completed its evaluation and awarding process.

FLI reserves the right to reject any or all bids, to waive any formality therein, and to accept such bid as it
considers most advantageous.

8.0 GENERAL POLICIES


a. 20% Performance Bond is required
b. 10% Guarantee Bond is required before release of retention.
c. No bidders bond.
d. Warranty period is one (1) year from the final acceptance.
e. 20% Down payment will be given but shall be covered by Surety Bond.
f. Contractor’s All - Risk Insurance with a face value equivalent to the total contract price is also required.
g. All required bonds & insurance shall be issued by accredited Filinvest Bonding / Insurance Company c/o
Ms. Chit Banayat.
h. Construction permits shall be secured by FLI.
i. It is imperative that the contractor conducts site inspection prior to rendering of bids that all considerations
might be included.
j. Contractor are required to include their unit cost of all items involved so we can have a ready reference in
the event of additive and/or deductive change orders. The agreed unit rates for the additive / deductive
change orders or extra works shall be used to determine the cost of such possible change orders and
2
extra works. For the avoidance of doubt, change orders shall not include loss of opportunity costs, profit or
loss of profit or financing cost.
k. Contract shall be on a LUMP SUM basis. For total contract amount, contractor shall complete the works in
accordance with the scope of works, plans & specifications. The quantities, unit cost and amounts for the
different items written by the Bidder, are required solely for the purpose of evaluating and comparing
various bids and shall not be deemed to be the actual amount to be paid to the Contractor for the
execution of the works.
l. As–built drawings will be required from the contractor.
m. The safety of the working area shall be the responsibility of the contractor.
n. Contractor shall be responsible for water & power requirements including their temporary facilities.
o. FLI shall provide survey control points and coordinates of the project. The contractor shall protect control
points. Cost to re-establish any control point due to loss or damage shall be shouldered by the contractor.
p. Mode of payment shall be by progress billing based on milestone accomplishment. FLI will issue a cost
breakdown upon award, which will form the basis of billing and project monitoring purpose.
q. There shall be no cost escalation. No adjustment shall be made to the Contract Sum for any fluctuation in
Philippine peso exchange rate against any other currency; no adjustment shall be made due to increases
or decreases in the cost of plant or material provisions or increase in the minimum wage allowance.
r. Liquidated damages shall be strictly imposed and is equivalent to one–tenth (1/10) of one (1%) of the
contract price per calendar day of delay.
s. First progress billing will only be released upon perfection of the contract; i.e. signed Letter of Award,
Agreements and submission of all the bonds and insurance requirements.
t. FLI shall require the Contractor to open a savings and/or checking account with Eastwest Bank.
u. The Contractor shall be required to submit to FLI’s bank of choice an official memo advise address to
FLI’s Project Accounting indicating the Contractor’s Account Number, Account Name and Branch of
Account. It is the Contractor’s responsibility to remind FLI’s project accounting by submitting a revised
official memo-advise from FLI’s bank of choice whenever there are changes in their account status, e.g.,
closed account, change from Current Acount to Savings Account, etc.
v. In no case that contractor’s billing will be release via Electronic Payment (E-pay) without the required
Official Receipt (OR) and other supporting documents.

9.0 GENERAL ITEMS


a. The general description of the works given in this document serve's as guide to the contractor. The
contractor shall carry out all the works shown in the drawings, specified in the Technical Documents,
indicated on site by FLI Project Technical Group and mentioned or otherwise inferred in whatsoever
manner throughout the Contract Documents.
b. All works shall be carried out in accordance with the universally acceptable professional standards using
only professional plants and equipment as well as incorporating only the best quality of materials and
workmanship inherent in the industry. In all cases, the contractor shall submit all materials as well as
present the construction methodology to the Work Supervision Authority (FLI Project Engineers) for
approval prior to their actual incorporation or implementation in the applied works. Such materials and / or
construction methodology are best evaluated by providing actual samples of the materials, applied
procedures and supported by technical specifications.
c. The Contractor shall be deemed to have familiarized himself with the site conditions and understood the
full extent and character of the works, the supply of and the conditions affecting labor and probable
adverse effects of weather on the general execution by the contract, as no claim would be entertained for
delays or for additional cost incurred during the progress of the works, for change of methods of
construction because of unforeseen circumstances arising out of contractor’s lack of knowledge of these
conditions.
d. The Contractor may be allowed to erect workmen's quarter on site in the location specified by FLI.
e. The Contractor shall remove all rubbish, debris, surplus and rejected materials from the site as they
accumulate and when directed by the Project Technical Group, and leave the works clean and tidy to the
satisfaction of the Project Technical Group.
f. Work Supervision Authority shall mean the Project Technical Head and Project Engineer.
g. The Contractor shall provide all things necessary such as temporary works, protective measures,
instrumentation, testing equipment, etc. while carrying out this contract.
h. Upon receipt by the contractor of Letter of Award from Bids & Awards Dept. and Notice to Proceed from
the Project Technical Group, contractor must fill up Application for Bond at FLI Insurance Department.

10.0 MATERIALS
a. All Contractor supplied materials shall be subject to FLI approval prior to installation.
3
b. All material tests will be shouldered by the Contractor and shall be conducted at independent testing
laboratories acceptable to the Owner.
c. Owner Supplied Materials will be delivered to jobsite and be directly issued to the Contractor.
d. Storage and security of construction materials shall be responsibility of the Contractor. All loses due to
pilferages, wastages etc. shall be borne by the Contractor.
e. All excess Owner Supplied Materials shall be returned to FLI.

11.0 CHANGE ORDERS


There shall be no change orders unless there are revisions in plans. All change orders are subject to
evaluation, validation and approval by FLI management.

12.0 COMPLETION TIME


a. Estimated period of construction shall be indicated in the proposal.
b. Weather condition will be considered as basis for time extension.

13.0 SUFFICIENCY OF BID


Bidders are required to submit bid duly revised and priced. In case of omissions, items not price and
suspected pricing errors, for the bids to remain valid, the above will have to be adjusted with the following
conditions.

The net total of such errors if net addition will be deemed to be interpreted as an overall discount against the
lump sum bid price. Subsequent clarified / revised bid submission for it to remain valid must not be higher than
the original bid offer except if covered by bid bulletin / bid addenda which revise the original scope of work.

Prepared by: Checked by

JF DAWAL PP MUÑEZ
QS – BIDS & AWARDS LEAD QS - BIDS & AWARDS

Reviewed by: Noted by:

PJ BALAJADIA RT BAUTISTA
CONTRACT ADMIN IN-CHARGE SVP - BIDS & AWARDS
- BIDS & AWARDS

You might also like