Page 1 of 9

Republic of the Philippines

OFFICE OF THE OMBUDSMAN

Agham Road, Diliman, Quezon City

SUPPLEMENTAL/ BID BULLETIN NO. 2

RE: PUBLIC BIDDING FOR 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

December 13, 2016

AMENDMENTS TO THE BIDDING DOCUMENTS

As discussed during the Pre-Bid Conference held on December 5, 2016, the Bids and Awards Committee hereby issues the following schedule of ocular inspection:

1.  Please note the amendments/additions in the Bidding Documents particularly, in the ; Section VIII-Bill of Quantities, Section IX-Ombudsman Bid Form No. 2B (Financial Proposals-BOQ) and Ombudsman Bid Form No. 2C (DUPA) and Section IX-Checklist of Documents ; which are underscored and highlighted as follows:

Particulars / ORIGINAL / BE REVISED/MODIFIEDTO:
Section VIII- Bill of Quantities, pages 86-87; and Section IX-Ombudsman Form No. 2B (Financial Proposal-BOQ), pages 93-94. / Section VIII- Bill of Quantities and Ombudsman Bid Form No. 2B (BOQ)- for revision / Ombudsman Bid Form No. 2B (Financial proposal- Bill of Quantities) is hereby amended.
Please see attached amended form.
Section IX-Ombudsman Form No. 2C (Detailed Unit Price Analysis or DUPA),
pages 95-108 / Ombudsman Bid Form No. 2C-1; 2C-2 and 2C-3 (DUPA) Detailed Unit Price Analysis or DUPA) - all deleted / Note: The DUPA shall be replaced by Detailed Estimates Form:
Please see attached form.
Section IX- Bidding Forms- Ombudsman Form No. 2D (Schedule of Payment) page 109 and Checklist of Documents / Section IX-Ombudsman Form No. 2D (Schedule of Payment and Checklist of Documents - for revision / Please see attached revised form.
Technical Specifications / Billboards requirements / For Infrastructure projects, a signboard shall be pursuant to COA Circular No. 2013-004 (January 30) and DPWH Department Order No. 37, Series of 2010

2.  The prospective bidders are hereby informed of the following specifications for billboard requirements:

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.

3.  All bidders are also informed of the attached layout/drawings for references.

4.  Bidders who have already purchased the bidding documents are reminded to use the attached Amended Ombudsman Bid Form No. 2B (Financial Proposals - Bill of Quantities-BOQ), and attached Detailed Estimates Form in lieu of the bid forms previously issued.

Please be guided accordingly.

(Sgd.) MARILOU B. ANCHETA-MEJICA

Chairperson, Bids and Awards Committee

AMENDED 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 No. / WORK ITEMS / DESCRIPTIONS / UNITS / QUANTITY / DIRECT COST (Php) / INDIRECT COST (Php) / TOTAL COST (Php)
I / MOBILIZATION / Lot / 1
II / TEMPORARY WORKS:
a. / Bunkhouses; Storage; Billboard; etc. / Lot / 1
b. / Scaffolding / Lot / 1
III / REPAIR / RESTORATION WORKS: (Selective of defective surfaces on the whole project surface areas of 11,166 sq.m) / Lot / 1
IV / WATERPROOFING WORKS: Roofdeck Parapet / sq.m. / 401
V / REPAINTING OF CONCRETE SURFACES (includes appropriate surface preparation)
a. / Main Building Exterior Walls / sq.m. / 7,200
b. / VIP Parking / sq.m. / 2,200
c. / Sewage Treatment Plant / sq.m. / 96
d. / Guardhouses / sq.m. / 30
e. / Perimeter Fence / sq.m. / 1,350
f. / Driveway Gutter / sq.m. / 145
g. / Flagpole & Lamp Posts Pedestals / sq.m. / 20
VI / REPAINTING OF IRON / METAL SURFACES (includes appropriate surface preparation)
a. / Flagpole & Lamp Posts / sq.m. / 50
b. / Gates, Fence & Canopy Railings / sq.m. / 75
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: ______

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:
A / DESCRIPTION / QTY / UNIT / UNIT
COST / AMOUNT (Php)
MATERIALS:
(List possible materials to be used if any)
Sub-Total (A)
B / DESCRIPTION
LABOR:
(List of Worker/s)
Sub-Total (B)
C / DESCRIPTION
EQUIPMENT:
(List of equipment, power tools and/or hand tools, if any)
Sub-Total (C)
D. TOTAL DIRECT COST (A+B+C)
INDIRECT COST:
E. OCM & PROFIT (NOTE: OCM NOT APPLICABLE IN MOB. & DEMOB.)
E.1. OVERHEAD (______% of D)
E.2. CONTINGENCY (______% of D)
E.3. MISCELLANEOUOS (______% 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: 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]

Amended 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)

(Note: Under SCC Clause 40.1, aside from 100% accomplishment billing, only one progress billing is allowed. However, such progress billing shall at least be 50% work accomplished. Furthermore, materials and equipment delivered on the site but not completely put in place shall not be included for payment. Please be guided accordingly)

AMENDED CHECKLIST OF BID DOCUMENTS

ENVELOPE NO. 1 - ELIGIBILITY AND TECHNICAL COMPONENT
a. ELIGIBILITY DOCUMENTS under ITB Clause 12.1 (a)
CLASS “A” DOCUMENTS
a.1. Legal eligibility documents:
(i). SEC/DTI/CDA Certificate of Registration, as applicable
/ [ ]
(ii). Valid & Current Mayor’s Permit/ Municipal Licenses–Year 2016
/ [ ]
(iii)Valid Tax Clearance per Executive Order 398, Series of 2005, as finally
reviewed and approved by the BIR / [ ]
a.2. Technical eligibility documents:
(iv)(a) Statement of all its ongoing government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid (See attached Sample Form No. OMB-SF-INFRA-06);and
(iv)(b) Statement identifying the bidder’s single largest completed contract to be bid (See attached Sample Form No.OMB-SF-INFRA-07).
The above statements shall include, for each contract, the following:
(iv.1) name of the contract;
(iv.2) date of the contract;
(iv.3) contract duration;
(iv.4) owner’s name and address;
(iv.5) nature of work;
(iv.6) contractor’s role (whether sole contractor,
subcontractor, or partner in a JV) and
percentage of participation;
(iv.7) total contract value at award
(iv.8) date of completion or estimated completion
time;
(iv.9) total contract value at completion, if
applicable;
(iv.10) percentages of planned and actual
accomplishments, if applicable
(iv.11) value of outstanding works, if applicable;
(iv.12) the statement shall be supported by the
notices of award and/or notices to proceed
issued by the owners; and
(iv.13) the statement shall be supported by the Owner’s Certificate of Final Acceptance or the Certificate of Completion and, whenever applicable, the Contractors Performance Evaluation System (CPES) Final Rating, which must be satisfactory (Reference: GPPB Res. No. 25-2012). / [ ]
[ ]
(v)Valid Philippine Contractors Accreditation Board (PCAB) license and Registration for the type and cost of the contract for this Project /
[ ]
a.3. Financial eligibility documents:
14.1. The prospective Bidder’s Audited Financial Statement for the year
2015, stamped “received” by the BIR or its duly accredited and authorized institutions showing, among others, the prospective bidder’s total and current assets and liabilities / [ ]
(vii) The prospective bidder’s computation for its Net Financial Contracting Capacity (NFCC) which must be at least equal to the ABC to be bid (See attached Sample Form No. OMB-SF-INFRA-08) / [ ]
CLASS “B” DOCUMENTS
(viii) If applicable, Joint Venture (JV) Bidders shall submit a Joint Venture Agreement (JVA) in accordance with RA 4566 and its IRR (Reference: Annex “B”, GPPB Res. No. 29-2014), together with the SEC/DTI/CDA Certificate of Registration and Current Mayor’s Permit (legal documents) of each of the parties to the JVA. The submission of technical and financial eligibility documents by any of the joint venture partners constitutes compliance (Sec. 23, IRR, RA 9184). / [ ]
b. TECHNICAL DOCUMENTS under ITB Clause No. 12.1 (b):
(b.i) BID SECURITY (Please see table at BDS 18.1) / [ ]
(b.ii) OMBUDSMAN BID FORM NO. 1 (Letter of Conformity
to the Technical Specifications (Section VI) And
Drawings (Section VII) (See attached Sample Form on p. 84) / [ ]
(b.iii) PROJECT REQUIREMENTS, which shall include the following:
1. Organizational Chart for the contract to be bid inclusive of name and positions/designations / [ ]
2. List of contactor’s personnel: / [ ]
a.  List of Key Personnel as enumerated in page 36, BDS) (See attached Sample Form No. OMB-SF-INFRA-09) / [ ]
b.  Bio-Data of Contractor’s Key personnel as enumerated in page 36, BDS) (See attached Sample Form No. OMB-SF-INFRA-10) / [ ]
c.  Affidavit of Commitment (See attached Sample Form No. OMB-SF-INFRA-11) / [ ]
3. List of contractor’s equipment units, which are owned, leased, and/or under purchase agreements, supported by certification of availability of equipment from the equipment lessor/vendor for the duration of the project (See attached Sample Form No.OMB-SF-INFRA-12) / [ ]
4. Other Technical Documents:
a. Construction Schedule / [ ]
b.  S-Curve / [ ]
c.  Pert-CPM Diagram / [ ]
d.  Manpower Schedule / [ ]
e.  Equipment Utilization Schedule / [ ]
f.  Construction Methods in Narrative Form / [ ]
(b.iv) OMNIBUS SWORN STATEMENT (Use attached Sample Form No.
OMB-SF-INFRA-03), to be supported by:
(a)  Authority of signatory -Special Power of Attorney (See attached Sample Form No. OMB-SF-INFRA-04) or
(b)  Authority of signatory -Secretary’s Certificate (See
attached Sample Form No.OMB-SF-INFRA-05) / [ ]
ENVELOPE NO. 2 – FINANCIAL COMPONENT
Financial component of the bid shall contain the following:
(a) Ombudsman Bid Form No. 2A - Bid Form (Financial Proposal)
(b) Amended Ombudsman Bid Form No. 2B - Bill of Quantities Form
(BOQ) – with attached Detailed Estimates (See attached Sample
Form- Detailed Estimates Form)
(c) Amended Ombudsman Bid Form No. 2C – Schedule of Payment / [ ]
[ ]
[ ]

DRAWINGS/LAYOUT

(Please see attached drawings/layout)

Page 5 of 24