Vous êtes sur la page 1sur 4

PHILIPPINE SEVEN CORPORATION

BDD - DESIGN AND CONSTRUCTION

PRE-BID MINUTES
Date

: 02 FEBRUARY 2015

Project

: CONSTRUCTION OF PROPOSED 7-ELEVEN FOODSTORE

Date of Prebid

: 29 JANUARY 2015

Attendee/s

: ABVARGAS BUILDERS
SUPERB CONSTRUCTION
LFD CONSTRUCTION

Type

: Ground

Store Name

up

GMA SAN JOSE

The meeting was called to order at around 2:30 PM and the following matters were discussed;
A. GENERAL INFORMATION
1.

Duration for the project shall be SEVENTY (70) Calendar days.

2.

Construction Acceptance Form shall be signed by the Project Engineer In-Charge on the date of turnover and acceptance
of the store to confirm Project completion. Delays on store turnover shall have corresponding penalties per calendar day
basis

3.

All brands and specifications of new 7-Eleven standards must be STRICTLY complied. For alternative brands, the
contractor should ask approval from the Design and Construction Manager thru the Project Engineer prior to any
installation. PSC has the right to reject materials and fixtures used which deviates from 7-Eleven Standards without proper
approval.

4.

Submission of bids shall be on 06 February 2015 on or before 5:00 PM, all bids submitted beyond this period shall not be
honored and will be returned to the bidder.

5.

All items that are not reflected in the Bid Form but are deemed necessary to complete the project shall be included in the
Contractors bid proposal under the item Non Standard Cost.

6.

PSC reiterated to all bidders that NO ADDITIONAL COMPENSATION SHALL BE GIVEN DUE TO CONTRACTORS
NEGLIGENCE. Also, the use of Standard Bid Form is strictly implemented; failure to do so will be a ground for
disqualification.

7.

Allocation for CONTINGENCIES shall be deleted since it is assumed that the Contractor has conducted a thorough
inspection of the site.

8.

All bidding contractors that the Bid Envelope shall contain the following signed documents;
a. Cover Letter with letter head and stating the bid amount both in words and figures
b. Invitation to Bid
c. Bid Summary
d. Bid breakdown
e. Pre bid minutes
f. Approved layout
NOTE: Contractor shall sign at the flap of the envelope cover

B. STRUCTURAL SYSTEM AND CONSTRUCTION


1.

Contractor must always ensure construction safety measures and structural stability throughout the construction.

2.

Contractor should secure working permit prior to construction and workers should be in proper uniform and has ID during
working hours within the vicinity of the Bldg.

3.

Contractor shall pay for any temporary facilities from ground break to store turnover. In case there is no available nearby
temporary electric supply, the contractor shall provide their own construction generator set.

4.

Contractor shall provide descent perimeter board-up during the whole duration of construction. Upon installation of window
glass panels, provide 7-Eleven tarpaulins (soon to open).

5.

Provide 2 units 10 lbs. Fire extinguishers for the whole duration of the project.

6.

All pipes passing thru walls and floors must be provided with pipe sleeves.

Pre Bid Minutes

GMA SAN JOSE

1/4

7.

Filtration system must be centralized excluding waterlines for CR and mop sink. All plumbing lines must be checked and
approved by project engineer in-charge before final tapping.

8.

All water, drainage and sewer lines shall be hydraulically tested prior to final tapping

C. SELLING AREA
1.

Provide new main entrance door, Use thk safety glass Main Entrance door on aluminum Analok frames with RYOBI
brand floor check mechanism door closer. Use analok silicon sealant.

2.

Provide standard 3/8 thk ordinary glass on 2x4 vertical and horizontal analok aluminum frames. Full glass window from
floor line to ceiling finish. Use analok silicon sealant. No transom on window panels.

3.

Lighting fixtures for selling area shall be Philips T8 LED tube 14.5w daylight 1200mm or 10w daylight 600mm as reflected
on plans w/ slim box housing type (Accredited Supplier E&A Find and Supply Corp. Contact No. 09175997718 or (02) 736-6381)

4.

Lighting fixtures for cove light (walk-in, sales counter and dining area) shall be Philips T8 LED tube 20w warm white
1200mm or 10w warm white 600mm as reflected on plans w/ slim box housing type (Accredited Supplier E&A Find and Supply
Corp. Contact No. 09175997718 or (02) 736-6381)

5.

Use standard CEILAST 60x60cm ceiling boards dewdrops (Recommended Supplier Last development and ceiling system 901 A.
Bonifacio, Quezon City Laurence, 09153923068) on 1 x 1 CMT main Tee-runners and 1x1 secondary Tee-runners. Provide
sufficient hangers to avoid sagging and uneven ceiling level

6.

Provide ceiling egg crate diffusers as reflected on the ceiling plan.

7.

Provide 12mm diameter stainless steel pipe for marketing posters located above counter table, & first end cap gondola.

8.

Provide standard electrical provision for the 2 units Flytrap insect killer and 2 units Circular Ventilating fan (Preferred brand:
Imarflex; contact no. 09178616890/ 8534280) as indicated in the layout
Blue Lights:
top of blue lights = 2.08 m / no outlet

9.

Provide 2 units Blue lights/ Wall Lamp. (Independent switch on switch bank)

10. Use standard LED track lights (warm white) on white track for all sides of menu board based on the reflected ceiling plan.
11. Use standard size of drop light at selling/dining area with 5W warm white bulb inside (bottom of sphere must be 2.08m
above the finish floor line)
12. Use standard LED emergency lights (Recommended brand: FAME). Provide 2 units at selling area and 1 unit at backroom.
13. Use standard 3D V10ZII ceiling mounted with 4 inches plastic blade with 4" PVC ducting transfer fan. Blower fan.
14. Use 400x400mm GRANITO CRYSTAL LINEN (polished) homogenous tiles. (Recommended supplier: Decimal Merchandising
Contact No. Wilma.02-7113931 to32,7124876)

15. Tiles at the entrance must be embedded by 9mm (Dimension of tiles to be embedded: 1520 mm x 910 mm)
16. Provide two (2) additional boxes of sales area tiles, submit to PSCs Cainta warehouse(address: CTIP compound Ortigas
avenue extension, Pasig City)
17. Use ATLANTA PVC (Chocolate brown color) perimeter baseboard along sales area.
18. Provide Metal furring and Gypsum board for cove lighting and drop ceiling including location of menu board.
19. Finish floor line to finish ceiling line shall be 2.65 m.
20. Provide one (1) unit of exhaust fan (3D Industrial type 12x12) with ducting and enclosure for fast food area.
21. Provide additional one (1) 1 embedded empty PVC pipe near sales counter with GI Wire for cat5 cable installation by PSC
IT Division.(connected to the 1 PVC Pipe at the Managers Table)
22. Each equipment shall be allocated with one duplex grounding type Convenience Outlet PANASONIC, NATIONAL or
TOSHIBA brand except for equipments with special type plug. Elevation shall be 1.0 meter from finish floor line. Provide
four duplex grounding type convenience outlet at the counter area, and 2 separate duplex for POS.
23. Provide three (3) waterlines supply provision at the fast food area. One of which shall have food grade hose with nozzle to
be used in refilling Steamers. All waterlines must be VESBO PIPES (Mega Green). After the meter to the store.
24. Aircon unit drain must be separated from the Walk-in-Chiller drain (2 PVC Pipe for Aircon and 3 PVC Pipe for Walk-inChiller)
D. BACKROOM AREA
1.

Provide standard wooden Formica backroom door with Ga. 18 machine cut mirror finish stainless kick plate and push
plate. Provide two (2) barrel bolt lock and stainless steel grab bar handle.

Pre Bid Minutes

GMA SAN JOSE

2/4

2.

Use 40x40cm MARIWASA (unpolished) floor tiles with color closest to the selling area floor tiles. (Recommended supplier:
Decimal Merchandising, Contact No. Wilma.02-7113931 to32,7124876)

3.

Lighting fixtures for backroom area shall be Philips T8 LED tube 14.5w daylight 1200mm or 10w daylight 600mm as
reflected on plans w/ slim box housing type (Accredited Supplier E&A Find and Supply Corp. Contact No. 09175997718 or (02) 7366381)

4.

Use standard FUJI HAYA panel boards and circuit breakers & enclosures (Recommended Supplier E&A Enterprise; Contact No.
09175997718 or (02) 736-6381) ,(with Proper tagging/Labels using dymo tape).

5.

All light switches that will be used shall be PANASONIC, NATIONAL or TOSHIBA brand.

6.

Managers office cabinets and drawers shall be as per design details. Contractor must provide five (5) sets of duplex
(grounding type) C.O. and one(1) 1 PVC with GI wire conduit for stub outs for network cable for POS .(connected to
the 1 PVC Pipe at the counter)

7.

4" PVC ducting conduit from transfer fan must be placed directly on top of managers tables seat

8.

Use standard PVC Entrance door and accessories for CR. Provide SCHLAGE BRAND private locking type lockset for CR
door.

9.

New standard 8x12 beige color CR tiles shall be installed for the entire height of its wall.

10. Provide new standard HCG Smart Maxi ivory [HCG brand CS4332 w/ 6LPF] water closet, lavatory [HCG brand L57N],

and tissue holder.


11. Use (1 Unit) standard 3D Aeromatic III Orbit fan for backroom. [ w/ 16 blade / 4 speed ]
12. Use standard 3D E-20SH2 8 Exhaust fan for CR.
13. All waterlines after the water meter shall be VESBO Mega Green Cold Water Pipes or PSC approved equivalent
14. 1000/500L BESTANK Stainless water storage tank, 21 gallons pressure tank membrane type & 3/4 HP MYERS QD72S

booster pump with steel guard. Provide painted water tank platform (green). Provide suction pump if needed (for area with
weak water supply); Provide steal housing/cage for water pump and pressure tank
15. Provide Carton Shelving on top of water tank
16. All drainage and sewer lines shall be NELTEX Polyvinyl Chloride (PVC) material.
17. Provide 2-set standing loose merchandise shelves; One of which having the top layer divided into three parts and the

lowest divided into two with the right part being fully covered and provide door with lock to be used as a locker. Provide
additional overhead shelves as reflected in the layout.(new standard)
18. Provide B.I.B. Rack. (Recommended supplier: JLFRAN Tel. 3631651; 09232480267)

E. EXTERIOR AREA
1.

Flooring at the entrance must be embedded by 9mm (Dimension of flooring to be embedded: 1520 mm x 910 mm)

2.

Provide ACCU steel platform as indicated in the proposed plan. Provide steel ladder rung and catwalk for maintenance
access.

3.

Emergency panel shall be tapped to 7-Eleven own generator. Provide exterior generator outlet with cover and oval eyebolt;
Provide housing/cage for safe keeping of the Generator Set.

4.

Provide PVC spandrel ceiling for eaves

5.

Lighting fixtures for eaves shall be Philips T8 LED tube 14.5w daylight 1200mm or 10w daylight 600mm as reflected on
plans w/ slim box housing type (Recommended Supplier E&A Find and Supply Corp. Contact No. 09175997718 or (02) 736-6381)

6.

All lighting fixture shall 28W T5 day light (Philips Brand).(w/o diffuser) (Recommended Supplier E&A Enterprise; Contact No.
09175997718)

7.

Provide two (2) Metal Flood Lights(Recommended brand: EUROLUX Metal halide 150W)

8.

Provide Disabled ramp in black pebble washout finish with adequate (or LGU required) slope and stainless handrails.

9.

Provide a ramp on the entrance door in black pebble washout finish.

10. Apron must be 1m from the perimeter wall/glass panel and door in black pebble washout finish.
11. Provide electrical supply for signage (Canopy, Cantilever, Pole).
12. Septic tank must be in accordance to the plan and must have a removable cover for the man hole

F. OTHER MATTERS AND ADDITIONAL WORKS

Pre Bid Minutes

GMA SAN JOSE

3/4

1. Provide genset cage, ladder rung and catwalk for ACCU.


2. Provide ramp with stainless railing.
3. Additional feeder line 10m single line only.
4. Demolition of existing CHB walls.
5. Provide service entrance pole.
6. Elevate the store up to existing concrete pavement by 0.40m
7. Rehabilitation and chipping works at sidewalk
G. Post Construction Requirements
1. Provide pictures after 100% (2 sets 1 for billing and 1 for 100% completion)
2. Provide As-Built plans and logbook (sign and sealed) after 100% of Construction
NO OTHER REQUEST SHALL BE GRANTED BY CONTRACTOR WITHOUT WRITTEN CONSENT FROM PSC. THE
CONTRACTOR SHALL IMPLEMENT THE CONSTRUCTION OF THE APPROVED PLAN AND ABIDE BY STANDARD 7ELEVEN SPECIFICATIONS. CONSTRUCTION IS AS PER PLAN.
NOTE:
1. Winning contractor shall provide shall provide CARI, SURETY BOND and Contractors tax.
2. Approved Construction Plans and Lay-out, Timelines/Gantt Chart, Signed NTP and LGU Permit (Bldg. Permit) shall be
posted at the site.
3. PSC has the authority to stop the construction if said requirements were not met or observed.
There, being no other matters to discussed the meeting was adjourned at around 4:00 PM.
Prepared by:

ENGR. CHARLIE TANGOG


Project Engineer
Noted by:

Approved by:

AR. WILSON SANTIAGO


Supervisor

ENGR. MARK ERWIN MASANGKAY


OIC Section Manager

Pre Bid Minutes

GMA SAN JOSE

4/4

Vous aimerez peut-être aussi