0% found this document useful (0 votes)
88 views158 pages

Bidding Documents

Uploaded by

rheyjc09
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as XLSX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
88 views158 pages

Bidding Documents

Uploaded by

rheyjc09
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as XLSX, PDF, TXT or read online on Scribd
You are on page 1/ 158

Republic of the Philippines

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


DAVAO DEL SUR DISTRICT ENGINEERING OFFICE
Digos City, Davao del Sur, Region XI

BIDDING DOCUMENTS
FOR
CONTRACT ID: 24LD0110
CONTRACT NAME: Construction of Road leading to Aguila
Village, Sitio Teril, Kaqpatagan, Digos City, Davao Del Sur

CONTRACT LOCATION: Digos City, Davao del Sur


Issuance of Bidding Documents:
May 09, 2024 until before 9:00 A.M. of May 30, 2024
Date of Submission and Opening of Bids: May 30, 2024
TABLE OF CONTENTS
Glossary of
Terms, Abbreviations, and Acronyms 4
Section I. Invitation to Bid
Section II. Instructions to Bidders 8
1. Scope of Bid 9
2. Funding Information 9
3. Bidding Requirements 9
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices 9
5. Eligible Bidders 9
6. Origin of Associated Goods 10
7. Subcontracts 10
8. Pre-Bid Conference 10
9. Clarification and Amendment of Bidding Documents 10
10. Documents Comprising the Bid: Eligibility and Technical Components 10
11. Documents Comprising the Bid: Financial Component 11
12. Alternative Bids 11
13. Bid Prices 11
14. Bid and Payment Currencies 12
15. Bid Security 12
16. Sealing and Marking of Bids 12
17. Deadline for Submission of Bids 12
18. Opening and Preliminary Examination of Bids 12
19. Detailed Evaluation and Comparison of Bids 13
20. Post Qualification 13
21. Signing of the Contract 13
Section III. Bid Data Sheet 1
Section IV. General Conditions of Contract 23
1. Scope of Contract 24
2. Sectional Completion of Works 24
3. Possession of Site 24
4. The Contractor’s Obligations 24
5. Performance Security 25
Section IV. General Conditions of Contract 23
1. Scope of Contract 24
2. Sectional Completion of Works 24
3. Possession of Site 24
4. The Contractor’s Obligations 24
5. Performance Security 25

6. Site Investigation Reports 25


7. Warranty 25
8. Liability of the Contractor 25
9. Termination for Other Causes 25
10. Dayworks 26
11. Program of Work 26
12. Instructions, Inspections and Audits 26
13. Advance Payment 26
14. Progress Payments 26
15. Operating and Maintenance Manuals 26
Section V. Special Conditions of Contract 28
Section VI. Specifications 3
Section VII. Drawings
Section VIII. Bill of Quantities 33
Section IX. Checklist of Technical and Financial Documents 34

Glossary of
Terms, Abbreviations, and Acronyms
ABC – Approved Budget for the Contract. ARCC – Allowable Range of Contract Cost. BAC – Bids a
Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to and in co
requirements of the bidding documents. Also referred to as Proposal and Tender. (2016 revised IR
Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who submi
the requirements of the Bidding Documents. (2016 revised IRR, Section 5[d])
Bidding Documents – The documents issued by the Procuring Entity as the bases for bids, furnishing a
for a prospective bidder to prepare a bid for the Goods, Infrastructure Projects, and/or Consulting Ser
Procuring Entity. (2016 revised IRR, Section 5[e])
BIR – Bureau of Internal Revenue.
BSP – Bangko Sentral ng Pilipinas.
CDA – Cooperative Development Authority.
Consulting Services – Refer to services for Infrastructure Projects and other types of projects or activit
adequate external technical and professional expertise that are beyond the capability and/or capacity of
such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv) const
management and related services; and (vi) other technical services or special studies. (2016 revised IRR
Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier or Man
or Service Provider for procurement of Goods and Services; Contractor for Procurement of Infrastructu
Consultant or Consulting Firm for Procurement of Consulting Services; as the case may be, as recorded
signed by the parties, including all attachments and appendices thereto and all documents incorp
therein.
Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring Entity and t
execute the Work was awarded. Contractor as used in these Bidding Documents may likewise refer to
manufacturer, or consultant.
CPI – Consumer Price Index.
DOLE – Department of Labor and Employment.
DTI – Department of Trade and Industry.
Foreign-funded Procurement or Foreign-Assisted Project – Refers to procurement whose funding s
government, foreign or international financing institution as specified in the Treaty or International or E
(2016 revised IRR, Section 5[b]).
GFI – Government Financial Institution.
GOCC – Government-owned and/or –controlled corporation.
Goods – Refer to all items, supplies, materials and general support services, except Consulting Services
Projects, which may be needed in the transaction of public businesses or in the pursuit of any gov
project or activity, whether in the nature of equipment, furniture, stationery, materials for construction,
any kind, including non-personal or contractual services such as the repair and maintenance of equipme
well as trucking, hauling, janitorial, security, and related or analogous services, as well as procurem
supplies provided by the Procuring Entity for such services. The term “related” or “analogous services”
limited to, lease or purchase of office space, media advertisements, health maintenance services,
essential to the operation of the Procuring Entity. (2016 revised IRR, Section 5[r])
GOP – Government of the Philippines.
Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition, repair, r
maintenance of roads and bridges, railways, airports, seaports, communication facilities, civ
of information technology projects, irrigation, flood control and drainage, water supply, sanitati
waste management systems, shore protection, energy/power and electrification facilities, national
buildings, hospital buildings, and other related construction projects of the government. Also referred to
(2016 revised IRR, Section 5[u])
LGUs – Local Government Units.
NFCC – Net Financial Contracting Capacity.
NGA – National Government Agency.
PCAB – Philippine Contractors Accreditation Board.
PhilGEPS - Philippine Government Electronic Procurement System.
Procurement Project – refers to a specific or identified procurement covering goods, infrastruc
consulting services. A Procurement Project shall be described, detailed, and scheduled in the Projec
Management Plan prepared by the agency which shall be consolidated in the procuring entity's Annual
(GPPB Circular No. 06-2019 dated 17 July 2019)
PSA – Philippine Statistics Authority.
SEC – Securities and Exchange Commission.
Procurement Project – refers to a specific or identified procurement covering goods, infrastruc
consulting services. A Procurement Project shall be described, detailed, and scheduled in the Projec
Management Plan prepared by the agency which shall be consolidated in the procuring entity's Annual
(GPPB Circular No. 06-2019 dated 17 July 2019)
PSA – Philippine Statistics Authority.
SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.


UN – United Nations.

Section I. Invitation to Bid


(Please see attached Invitation to Bid)

Section II. Instructions to Bidders


1. Scope of Bid
The Procuring Entity, Department of Public Works and Highways, Davao del Sur District
invites Bids for the Construction of Road leading to Aguila Village, Sitio Teril, Kaqpata
Del Sur, with Contract Identification Number 24LD0110.

The Procurement Project (referred to herein as “Project”) is for the construction of Works, as de
Specifications.
2. Funding Information

2.1. The GOP through the source of funding as indicated below for FY 2024 in the amount o

2.2. The source of funding is NGA, the General Appropriations Act (RA 11975).
3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and its 201
including its Generic Procurement Manual and associated policies, rules and regulations as
thereof, while the herein clauses shall serve as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only to the o
advertisement, or invitation to bid by the BAC through the issuance of a supplemental or b

The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the site, determined the
the contracted Works and the conditions for this Project, such as the location and the nature of the work
conditions;
(c) transportation facilities; (c) nature and condition of the terrain, geological conditions at the site c
facilities, requirements, location and availability of construction aggregates and other materials
power and access roads; and (d) other factors that may affect the cost, duration and execution
contract, project, or work and examine all instructions, forms, terms, and project requirements in the Bi
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices

The Procuring Entity, as well as the Bidders and Contractors, shall observe the highest standard of eth
procurement and execution of the contract. They or through an agent shall not engage in corru
collusive, coercive, and obstructive practices defined under Annex “I” of the 2016 revised IRR of RA
integrity violations in competing for the Project.
5. Eligible Bidders

5.1. Only Bids of Bidders found to be legally, technically, and financially capable will be ev

5.2. The Bidder must have an experience of having completed a Single Largest Comp
that is similar to this Project, equivalent to at least fifty percent (50%) of the ABC adjusted, if n
to current prices using the PSA’s CPI, except under conditions provided for in Section
23.4.2.4 of the 2016 revised IRR of RA No. 9184.

A contract is considered to be “similar” to the contract to be bid if it has the major categ
the BDS.
5.3. For Foreign-funded Procurement, the Procuring Entity and the foreign govern
international financing institution may agree on another track record requirement, as specified i
prepared for this purpose.

5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of the 2016 IRR of R
6. Origin of Associated Goods
There is no restriction on the origin of Goods other than those prohibited by a decision of the UN Secur
Chapter VII of the Charter of the UN.
7. Subcontracts

7.1. The Bidder may subcontract portions of the Project to the extent allowed by the Procurin
herein, but in no case more than fifty percent (50%) of the Project.

The Procuring Entity has prescribed that Subcontracting is not allowed.


8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified date and time and e
address as indicated in paragraph 8 of the IB.
9. Clarification and Amendment of Bidding Documents

Prospective bidders may request for clarification on and/or interpretation of any part of the Bidding D
must be in writing and received by the Procuring Entity, either at its given address or through electron
IB, at least ten (10) calendar days before the deadline set for the submission and receipt of Bids.
10. Documents Comprising the Bid: Eligibility and Technical Compo

10.1. The first envelope shall contain the eligibility and technical documents of the Bid as sp
Checklist of Technical and Financial Documents.

10.2. If the eligibility requirements or statements, the bids, and all other documents for submi
foreign language other than English, it must be accompanied by a translation in English, which
the appropriate Philippine foreign service establishment, post, or the equivalent office havi
foreign bidder’s affairs in the Philippines. For Contracting Parties to the Apostille Conventi
documents shall be authenticated through an apostille pursuant to GPPB Resolution No.
2019. The English translation shall govern, for purposes of interpretation of the bid.

10.3. In case of joint ventures, a special PCAB License, and registration for the type and cost
Project, shall be required. Any additional type of Contractor license or permit shall be indicated

10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project Engineers, Material
Foremen) assigned to the contract to be bid, with their complete qualification and experience
These key personnel must meet the required minimum years of experience set in the BDS.
10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or under purchase a
proof of ownership, certification of availability of equipment from the equipment lessor/vendor for the
as the case may be, must meet the minimum requirements for the contract set in the BDS.
11. Documents Comprising the Bid: Financial Component

11.1. The second bid envelope shall contain the financial documents for the Bid as specified i
of Technical and Financial Documents.
11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be accepted.

11.3. For Foreign-funded procurement, a ceiling may be applied to bid prices provided the cond
Section 31.2 of the 2016 revised IRR of RA No. 9184.
12. Alternative Bids

Bidders shall submit offers that comply with the requirements of the Bidding Documents, includ
design as indicated in the drawings and specifications. Unless there is a value engineering clause in
Bids shall not be accepted.
13. Bid Prices

All bid prices for the given scope of work in the Project as awarded shall be considered as fixed price
subject to price escalation during contract implementation, except under extraordinary circumstan
NEDA and approved by the GPPB pursuant to the revised Guidelines for Contract Price Escalat
14. Bid and Payment Currencies

14.1. Bid prices may be quoted in the local currency or tradeable currency accepted by the B
the Bidder. However, for purposes of bid evaluation, Bids denominated in foreign curre
converted to Philippine currency based on the exchange rate as published in the BSP ref
the day of the bid opening.

14.2. Payment of the contract price shall be made in Philippine Pesos.


15. Bid Security

15.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security in the a
BDS, which shall be not less than the percentage of the ABC in accordance with the schedule in
15.2. The Bid and bid security shall be valid until One Hundred Twenty (120) Calendar Da
Opening of Bids. Any bid not accompanied by an acceptable bid security shall be rejected by the Procu
responsive.
16. Sealing and Marking of Bids

Each Bidder shall submit one copy of the first and second components of its Bid.
The Procuring Entity may request additional hard copies and/or electronic copies of the Bid. Ho
Bidders to comply with the said request shall not be a ground for disqualification.

If the Procuring Entity allows the submission of bids through online submission to the given website or
means, the Bidder shall submit an electronic copy of its Bid, which must be digitally signed. An electro
opened or is corrupted shall be considered non-responsive and, thus, automatically disqualified.
17. Deadline for Submission of Bids
The Bidders shall submit on the specified date and time and either at its physical address or through onl
indicated in paragraph 10 of the IB.
18. Opening and Preliminary Examination of Bids

18.1. The BAC shall open the Bids in public at the time, on the date, and at the place specified
the IB. The Bidders’ representatives who are
present shall sign a register evidencing their attendance. In case videoc
or other similar technologies will be used, attendance of participants shall likewise
Secretariat.
In case the Bids cannot be opened as scheduled due to justifiable reasons, the reschedul
Section 29 of the 2016 revised IRR of RA No. 9184 shall prevail.

18.2. The preliminary examination of Bids shall be governed by Section 30 of the 2016 revised IRR o
19. Detailed Evaluation and Comparison of Bids

19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation of all Bids
non-discretionary pass/fail criteria. The BAC shall consider the conditions in the evaluation of B
of 2016 revised IRR of RA No. 9184.

19.2. If the Project allows partial bids, all Bids and combinations of Bids as indicated in the B
the same deadline and opened and evaluated simultaneously so as to determine the Bid or comb
the lowest calculated cost to the Procuring Entity. Bid Security as required by ITB Clause 16 s
each contract (lot) separately.
19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016 revised IRR of RA
sufficient for the total of the ABCs for all the lots participated in by the prospective Bidder.
20. Post Qualification

Within a non-extendible period of five (5) calendar days from receipt by the Bidder of the notice from t
the Lowest Calculated Bid, the Bidder shall submit its latest income and business tax returns filed
BIR Electronic Filing and Payment System (eFPS), and other appropriate licenses and permits re
in the BDS.
21. Signing of the Contract

The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall form pa
Additional Contract documents are indicated in the BDS.

Section III. Bid Data Sheet


Bid Data Sheet
ITB Clause
5.2 For this purpose, contracts similar to the Project refer to contracts which have the same major
categories of work, which shall be:
Major Categories of Works
 RCP - Roads: Construction – PCCP
Similar Categories of Works
 RRP - Roads: Rehabilitation – PCCP
 RCTP - Roads: Construction – Tunnel – PCCP
Note: The above SLCC must be supported by Owner’s Certificate of Final Acceptance
issued by the project owner other than the contractor or a final rating of at least
Satisfactory in the Constructors Performance Evaluation System (CPES). In case of
contracts with the private sector, an equivalent document shall be submitted.

7.1 The Procuring Entity has prescribed that Subcontracting is not allowed.
10.3 Valid PCAB License and registration with size range of at least Medium A (License
Category “B”).
10.4 The key personnel must meet the required minimum years of experience set below:

Key Personnel No. of Key General


Personnel Experience
Project Manager (PM) 1 5
Project Engineer (PE) 1 5
Materials Engineer (ME) 1 5
DPWH Accredited ME I
Safety Officer (SO) 1 5
Construction Foreman (CF) 1 5
Not e: General Experience – All experience related to infrastructure
Ke Relevant Experience – Similar project and similar position
y Personnel should include the following data/information:

Key Personnel Letter of Certificate of Bio- PRC PTR TIN Cert. of Training/
Nominee Employment Data ID Accreditation

PM    N/A N/A  
PE       N/A

ME       
SO    N/A N/A N/A 
CF    N/A N/A N/A N/A
NG OFFICE

UMENTS

ding to Aguila
avao Del Sur

0, 2024
2024
ENTS
4
4
7
8
9
9
9
ractices 9
9
10
10
10
10
omponents 10
11
11
11
12
12
12
12
12
13
13
13
14
23
24
24
24
24
25
23
24
24
24
24
25

25
25
25
25
26
26
26
26
26
26
28
31
32
33
uments 34

f
and Acronyms
nge of Contract Cost. BAC – Bids and Awards Committee.
by a bidder in response to and in consonance with the
roposal and Tender. (2016 revised IRR, Section 5[c])
butor and/or consultant who submits a bid in response to
ection 5[d])
tity as the bases for bids, furnishing all information necessary
ure Projects, and/or Consulting Services required by the

and other types of projects or activities of the GOP requiring


ond the capability and/or capacity of the GOP to undertake

lity studies; (iii) design; (iv) construction supervision; (v)


or special studies. (2016 revised IRR, Section 5[i])
uring Entity and the Supplier or Manufacturer or Distributor
actor for Procurement of Infrastructure Projects; or
vices; as the case may be, as recorded in the Contract Form
s thereto and all documents incorporated by reference

cepted by the Procuring Entity and to whom the Contract to


ng Documents may likewise refer to a supplier, distributor,
fers to procurement whose funding source is from a foreign
ied in the Treaty or International or Executive Agreement.

services, except Consulting Services and Infrastructure


usinesses or in the pursuit of any government undertaking,
ationery, materials for construction, or personal property of
e repair and maintenance of equipment and furniture, as
nalogous services, as well as procurement of materials and
rm “related” or “analogous services” shall include, but is not
ments, health maintenance services, and other services
R, Section 5[r])

rehabilitation, demolition, repair, restoration or


orts, communication facilities, civil works components
nd drainage, water supply, sanitation, sewerage and solid
d electrification facilities, national buildings, school
s of the government. Also referred to as civil works or works.

m.
urement covering goods, infrastructure project or
detailed, and scheduled in the Project Procurement
ated in the procuring entity's Annual Procurement Plan.
urement covering goods, infrastructure project or
detailed, and scheduled in the Project Procurement
ated in the procuring entity's Annual Procurement Plan.

on to Bid
tion to Bid)

ns to Bidders
Highways, Davao del Sur District Engineering Office
Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao

or the construction of Works, as described in Section VI.

d below for FY 2024 in the amount of Php 99,000,000.00.

ns Act (RA 11975).


ovisions of RA No. 9184 and its 2016 revised IRR,
ed policies, rules and regulations as the primary source
ry source thereof.

ces shall be applicable only to the ongoing posting,


h the issuance of a supplemental or bid bulletin.

ve inspected the site, determined the general characteristics of


he location and the nature of the work; (b) climatic

geological conditions at the site communication


ion aggregates and other materials, labor, water, electric
the cost, duration and execution or implementation of the
s, and project requirements in the Bidding Documents.
Obstructive Practices

observe the highest standard of ethics during the


an agent shall not engage in corrupt, fraudulent,
x “I” of the 2016 revised IRR of RA No. 9184 or other

y, and financially capable will be evaluated.

completed a Single Largest Completed Contract (SLCC)


cent (50%) of the ABC adjusted, if necessary, by the Bidder
ons provided for in Section

ract to be bid if it has the major categories of work stated in

g Entity and the foreign government/foreign or


ck record requirement, as specified in the Bidding Document

Section 23.4.2 of the 2016 IRR of RA No. 9184.


hibited by a decision of the UN Security Council taken under

to the extent allowed by the Procuring Entity as stated


Project.

lowed.

t on the specified date and time and either at its physical

ments

retation of any part of the Bidding Documents. Such requests


its given address or through electronic mail indicated in the
submission and receipt of Bids.
lity and Technical Components

echnical documents of the Bid as specified in Section IX.

s, and all other documents for submission to the BAC are in


ed by a translation in English, which shall be authenticated by
post, or the equivalent office having jurisdiction over the
Parties to the Apostille Convention, only the translated
pursuant to GPPB Resolution No. 13-2019 dated 23 May
of interpretation of the bid.

and registration for the type and cost of the contract for this
or license or permit shall be indicated in the BDS.

Manager, Project Engineers, Materials Engineers, and


plete qualification and experience data shall be provided.
ears of experience set in the BDS.
wned, leased, and/or under purchase agreements, supported by
the equipment lessor/vendor for the duration of the project,
ontract set in the BDS.
ponent

documents for the Bid as specified in Section IX. Checklist

h 1 of the IB shall not be accepted.

lied to bid prices provided the conditions are met under

of the Bidding Documents, including the basic technical


there is a value engineering clause in the BDS, alternative

d shall be considered as fixed prices, and therefore not


xcept under extraordinary circumstances as determined by the
uidelines for Contract Price Escalation guidelines.

adeable currency accepted by the BSP at the discretion of


Bids denominated in foreign currencies shall be
e rate as published in the BSP reference rate bulletin on

Pesos.

n or any form of Bid Security in the amount indicated in the


BC in accordance with the schedule in the BDS.
undred Twenty (120) Calendar Days from the date of the
ecurity shall be rejected by the Procuring Entity as non-

second components of its Bid.


nd/or electronic copies of the Bid. However, failure of the
nd for disqualification.

e submission to the given website or any other electronic


h must be digitally signed. An electronic copy that cannot be
s, automatically disqualified.

at its physical address or through online submission as

on the date, and at the place specified in paragraph 12 of

heir attendance. In case videoconferencing, webcasting


ndance of participants shall likewise be recorded by the BAC

e to justifiable reasons, the rescheduling requirements under


4 shall prevail.

Section 30 of the 2016 revised IRR of RA No. 9184.

duct a detailed evaluation of all Bids rated “passed” using


r the conditions in the evaluation of Bids under Section 32.2

inations of Bids as indicated in the BDS shall be received by


y so as to determine the Bid or combination of Bids offering
urity as required by ITB Clause 16 shall be submitted for
4.2.6 of the 2016 revised IRR of RA No. 9184 must be
y the prospective Bidder.

ipt by the Bidder of the notice from the BAC that it submitted
me and business tax returns filed and paid through the
appropriate licenses and permits required by law and stated

d IRR of RA No. 9184 shall form part of the Contract.

ata Sheet
heet
ts which have the same major

ate of Final Acceptance


ating of at least
tem (CPES). In case of
be submitted.

allowed.
Medium A (License

xperience set below:

Relevant
Experience
5
5
5
WH Accredited ME I
5
5
tructure
n
:

Cert. of Training/
Accreditation


N/A



N/A
10.5 1. The minimum major equipment requirements are the following:
Construction Equipment Capacity No. of
Units
Dump Truck 12 yd³ 2
Payloader 1.50 m³/1.95 yd³ 1
Bulldozer - 1
Backhoe 0.80 m³/1.04 yd³ 1
Backhoe with breaker 0.80 m³/1.04 yd³ 1
Water Truck/Pump 16000 L 2
Vibratory Roller 10 mt 1
Motorized Road Grader - 1
Transit Mixer 5-6 yd³ 4
Concrete Vibrator - 2
Concrete Saw, 14” blade Ø - 1
Bar Cutter, Single Phase - 1
Bar Bender - 1
Concrete Screeder - 1
Cargo/Service Truck 9-10 mt 1
Cargo/Service Truck 2-5 mt 1
One Bagger Mixer 4-6 ft³/min 1
Chainsaw - 1
Plate Compactor 5 hp 1
Applicator Machine - 1
Kneading Machine - 1
Mechanized Joint Sealer (set) - 1
Boom Truck 2-5 mt 1
Tandem Steel Roller 6.5 mt 1
Truck Mounted Crane 6-10 mt 1
Telescopic Manlift, 60 ft. Max - 1
Working Height
Backhoe, wheel mounted 0.28 m³/0.37 yd³ 1

Laboratory Equipment Capacity No. of Units


“Please refer to D.O. 11, series of 2017 for the minimum
materials testing equipment and D.O. 127, series of 2018, Strict
Application of R.A. 9184 in the conduct of Post- Qualification of
Bidders with Delayed On-Going Contracts with the DPWH”

Note: The pledge equipment shall be listed in complete to include the brand, plate number,
engine, chassis and serial numbers, capacity, specific location and must be ready for
inspection during the post-qualification stage.
12 No further instructions.
wing:
Ownership

Owned/Leased
Owned/Leased
Owned/Leased
Owned/Leased
Owned/Leased
Owned/Leased
Owned/Leased
Owned/Leased
Owned/Leased
Owned
Owned
Owned
Owned
Owned
Owned/Leased
Owned/Leased
Owned
Owned
Owned
Owned/Leased
Owned/Leased
Owned/Leased
Owned/Leased
Owned/Leased
Owned/Leased
Owned/Leased

Owned/Leased

Ownership
Owned

ude the brand, plate number,


and must be ready for
15.1

16

17
The bid security shall be in the form of a Bid Securing Declaration or any of the following
forms and amounts:
a. The amount of not less than two percent (2%) of ABC, if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit;
b. The amount of not less than five percent (5%) of ABC, if bid security is in Surety
Bond.

The Bidder shall submit One (1) Original & One (1) Copy 1 of the first (technical) and
second (financial) components of its bid.
Bid submission maybe done manually or electronically/online. However, bidders should only select one mode of submission, either ma
2.1 An e-mail shall be received by a prospective bidder confirming its successful
submission of the Official Receipt as required under Item 1.
Only the electronic bids of bidders who have successfully submitted an
electronic Official Receipt shall be accepted.
2.2 An e-mail shall also be received by a prospective bidder in instances where
their sent e-mail related to Item 1:
a. Has incorrect subject Contract ID, which means that a corresponding folder
with the same Contract ID does not exist in the eBid Portal;
b. Has no attachment;
c. Has an attachment but is not in the prescribed format;
d. Has more than one (1) attachment; or
e. Was received after the deadline of bid submission.
For the foregoing cases, the prospective bidders should rectify/correct the
noted deficiency/ies to comply with the requirements under Item 1 for its electronic
bid to be accepted.
3. Preparation and submission of an electronic Bid
The prospective bidders shall prepare and submit their bids electronically
following the steps prescribed under with D.O. 87, series of 2020 in accordance with
GPPB Resolution No. 09-2020 as follows:
a. Following GPPB Resolution No. 09-2020, a bidder has the option to submit
bid electronically. However, if a bidder chooses to submit an electronic bid, the
same bidder can no longer submit a bid manually for the same contract, and vice
versa.
b. Similar to manual submission, prospective bidders shall prepare their bids in
two (2) file folders, each for the Technical and Financial Components. The file
name of the Technical and Financial Components folders should be in the format
<PCAB ID>_<CONTRACT_ID>_TECHNICAL and
<PCAB ID>_<CONTRACT_ID>_FINANCIAL (e.g. 12345 20Z00123 TECHNICAL,
12345 20Z00123 FINANCIAL).
Subsequently, each of the Technical and Financial Components file folders
shall be COMPRESSED, PASSWORD PROTECTED and NAMED in the
format
<PCAB ID>_<CONTRACT_ID>_TECHNICAL.zip (or .rar/.7z) and
<PCAB ID>_<CONTRACT_ID>_FINANCIAL.zip (or .rar/.7z),
respectively (e.g. 12345 20Z00123 TECHNICAL.zip, 12345 20Z00123
FINANCIAL.zip).
<PCAB ID>_<CONTRACT_ID>_TECHNICAL and
<PCAB ID>_<CONTRACT_ID>_FINANCIAL (e.g. 12345 20Z00123 TECHNICAL,
12345 20Z00123 FINANCIAL).
Subsequently, each of the Technical and Financial Components file folders
shall be COMPRESSED, PASSWORD PROTECTED and NAMED in the
format
<PCAB ID>_<CONTRACT_ID>_TECHNICAL.zip (or .rar/.7z) and
<PCAB ID>_<CONTRACT_ID>_FINANCIAL.zip (or .rar/.7z),
respectively (e.g. 12345 20Z00123 TECHNICAL.zip, 12345 20Z00123
FINANCIAL.zip).
c. Each file contained in the Technical and Financial Components file folders shall be in PDF format (either scanned
Contract ID No. 20Z00123 should be “Bid Modification 1 for 20Z00123".5. Non-participation in the BiddingIn case a prospective
19.2
20

21

Section IV. General Conditions of Contract


1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that can be reas
required for its completion as if such items were expressly mentioned herein. All the prov
and its 2016 revised IRR, including the Generic Procurement Manual, and associated issuances
source for the terms and conditions of the Contract, and thus, applicable in contract implementa
serve as the secondary source for the terms and conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No. 9184 allowing th
IRR, which shall be applied to all procurement activities, the advertisement, posting, or invitation o
after the effectivity of the said amendment.
2. Sectional Completion of Works

If sectional completion is specified in the Special Conditions of Contract (SCC), references in


Contract to the Works, the Completion Date, and the Intended Completion Date shall apply to any
(other than references to the Completion Date and Intended Completion Date for the whole of the Wor
3. Possession of Site
3.1 The Procuring Entity shall give possession of all or parts of the Site to the Cont
schedule of delivery indicated in the SCC, which corresponds to the execution of the Work
suffers delay or incurs cost from failure on the part of the Procuring Entity to give possession in
terms of this clause, the Procuring Entity’s Representative shall give the Contractor a Contract T
certify such sum as fair to cover the cost incurred, which sum shall be paid by Procuring Entity.

3.2 If possession of a portion is not given by the above date, the Procuring Entity will be deemed to
the relevant activities. The resulting adjustments in contract time to address such delay may be address
extension provided under Annex “E” of the 2016 revised IRR of RA No. 9184.
4. The Contractor’s Obligations

The Contractor shall employ the key personnel named in the Schedule of Key Personnel indicat
accordance with ITB Clause 10.3 and specified in the BDS, to carry out the supervision of the W

The Procuring Entity will approve any proposed replacement of key personnel only if their rele
abilities are equal to or better than those of the personnel listed in the Schedule.

5. Performance Security
5.1. Within ten (10) calendar days from receipt of the Notice of Award from the Procuring E
than the signing of the contract by both parties, the successful Bidder shall furnish the performa
forms prescribed in Section 39 of the 2016 revised IRR.

5.2. The Contractor, by entering into the Contract with the Procuring Entity, acknowledges the
Entity to institute action pursuant to
R.A. No. 3688 against any subcontractor be they an individual, firm, partnership, corporat
supplying the Contractor with labor, materials and/or equipment for the performance of this Contract
6. Site Investigation Reports

The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports referred to in t
any information obtained by the Contractor.
7. Warranty

7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2 of the 20
Procuring Entity shall forfeit its performance security, subject its property(ies) to attachment
proceedings, and perpetually disqualify it from participating in any public bidding. All payables
shall be offset to recover the costs.
7.2. The warranty against Structural Defects/Failures, except that occasioned-on force majeure,
from the date of issuance of the Certificate of Final Acceptance by the Procuring Entity. Specific durat
found in the SCC.
8. Liability of the Contractor

Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability under this Contra
the laws of the Republic of the Philippines.
If the Contractor is a joint venture, all partners to the joint venture shall be jointly and severally liable to
9. Termination for Other Causes

Contract termination shall be initiated in case it is determined prima facie by the Procur
Contractor has engaged, before, or during the implementation of the contract, in unlawful deeds
contract acquisition and implementation, such as, but not limited to corrupt, fraudulent, collusiv
obstructive practices as stated in ITB Clause 4.

10. Dayworks
Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of RA No. 9184, an
indicated in the SCC, the Dayworks rates in the Contractor’s Bid shall be used for small additional amo
the Procuring Entity’s Representative has given written instructions in advance for additional wor
way.
11. Program of Work

11.1. The Contractor shall submit to the Procuring Entity’s Representative for approval
showing the general methods, arrangements, order, and timing for all the activities in the W
the Program of Work are indicated in the SCC.

11.2. The Contractor shall submit to the Procuring Entity’s Representative for approval an upda
intervals no longer than the period stated in the SCC. If the Contractor does not submit an updated Pro
period, the Procuring Entity’s Representative may withhold the amount stated in the SCC from the nex
continue to withhold this amount until the next payment after the date on which the overdue Program of
submitted.
12. Instructions, Inspections and Audits

The Contractor shall permit the GOP or the Procuring Entity to inspect the Contractor’s accounts and re
performance of the Contractor and to have them audited by auditors of the GOP or the Procuring Entity
13. Advance Payment
The Procuring Entity shall, upon a written request of the Contractor which shall be submitted as a Cont
advance payment to the Contractor in an amount not exceeding fifteen percent (15%) of the total contra
lump sum, or at the most two installments according to a schedule specified in the SCC, subject to the r
“E” of the 2016 revised IRR of RA No. 9184.
14. Progress Payments

The Contractor may submit a request for payment for Work accomplished. Such requests for p
and certified by the Procuring Entity’s Representative/Project Engineer. Except as otherwise stipula
and equipment delivered on the site but not completely put in place shall not be included for payment.
15. Operating and Maintenance Manuals

15.1. If required, the Contractor will provide “as built” Drawings and/or operating and mainte
specified in the SCC.
15.2. If the Contractor does not provide the Drawings and/or manuals by the dates stated abo
receive the Procuring Entity’s Representative’s
approval, the Procuring Entity’s Representative may withhold the amount stated in the SCC fro
Contractor.
Section V. Special Conditions of Contract
If the bidder chooses to attend the bid opening through YouTube Live: http://www.youtube.com/@DPWH.DDS.DEO1If the bid

Partial bids are not allowed.


Within a non-extendible period of five (5) calendar days from receipt by the Bidder of the
notice from the BAC that it submitted the LCB, the Bidder shall submit the following post-
qualification documentary requirements:
a. SEC/DTI Registration Certificate;
b. Mayor’s/Business Permit or its equivalent document;
c. Tax Clearance Certificate;
d. PCAB License and registration;
e. Audited Financial Statement;
f. Latest income and business tax returns;
g. Joint Tax Account Number if Applicable; and
h. And licenses expired during the post-qualification process.
Failure of the Bidder declared as LCB to submit the requirements under this Clause on time or
a finding against the veracity thereof, shall disqualify the Bidder for award. In the event that a
finding against the veracity of any of the documents submitted is made, it shall cause the
forfeiture of the bid security in accordance with Section 69 of the IRR.

All required additional contract documents are listed in the Notice of Award and shall be
issued immediately upon the approval of the BAC Resolution for Award to the Bidder with
the Lowest Calculated Responsive Bid (LCRB).

Section IV. General Conditions of Contract


1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that can be reasonably inferred
required for its completion as if such items were expressly mentioned herein. All the provisions of RA No.
and its 2016 revised IRR, including the Generic Procurement Manual, and associated issuances, constitute the pr
source for the terms and conditions of the Contract, and thus, applicable in contract implementation. Herein clau
serve as the secondary source for the terms and conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No. 9184 allowing the GPPB to amen
IRR, which shall be applied to all procurement activities, the advertisement, posting, or invitation of which were is
after the effectivity of the said amendment.
2. Sectional Completion of Works

If sectional completion is specified in the Special Conditions of Contract (SCC), references in the Conditions o
Contract to the Works, the Completion Date, and the Intended Completion Date shall apply to any Section of the W
(other than references to the Completion Date and Intended Completion Date for the whole of the Works).
3. Possession of Site
3.1 The Procuring Entity shall give possession of all or parts of the Site to the Contractor based on
schedule of delivery indicated in the SCC, which corresponds to the execution of the Works. If the Contrac
suffers delay or incurs cost from failure on the part of the Procuring Entity to give possession in accordance with
terms of this clause, the Procuring Entity’s Representative shall give the Contractor a Contract Time Extension a
certify such sum as fair to cover the cost incurred, which sum shall be paid by Procuring Entity.

3.2 If possession of a portion is not given by the above date, the Procuring Entity will be deemed to have delayed the
the relevant activities. The resulting adjustments in contract time to address such delay may be addressed through contra
extension provided under Annex “E” of the 2016 revised IRR of RA No. 9184.
4. The Contractor’s Obligations

The Contractor shall employ the key personnel named in the Schedule of Key Personnel indicating their designat
accordance with ITB Clause 10.3 and specified in the BDS, to carry out the supervision of the Works.

The Procuring Entity will approve any proposed replacement of key personnel only if their relevant qualificatio
abilities are equal to or better than those of the personnel listed in the Schedule.

5. Performance Security
5.1. Within ten (10) calendar days from receipt of the Notice of Award from the Procuring Entity but in no ca
than the signing of the contract by both parties, the successful Bidder shall furnish the performance security in an
forms prescribed in Section 39 of the 2016 revised IRR.

5.2. The Contractor, by entering into the Contract with the Procuring Entity, acknowledges the right of the Proc
Entity to institute action pursuant to
R.A. No. 3688 against any subcontractor be they an individual, firm, partnership, corporation, or associati
supplying the Contractor with labor, materials and/or equipment for the performance of this Contract.
6. Site Investigation Reports

The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports referred to in the SCC supplem
any information obtained by the Contractor.
7. Warranty

7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2 of the 2016 revised IRR
Procuring Entity shall forfeit its performance security, subject its property(ies) to attachment or garnishment
proceedings, and perpetually disqualify it from participating in any public bidding. All payables of the GOP in hi
shall be offset to recover the costs.
7.2. The warranty against Structural Defects/Failures, except that occasioned-on force majeure, shall cover the pe
from the date of issuance of the Certificate of Final Acceptance by the Procuring Entity. Specific duration of the warran
found in the SCC.
8. Liability of the Contractor

Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability under this Contract shall be as pro
the laws of the Republic of the Philippines.
If the Contractor is a joint venture, all partners to the joint venture shall be jointly and severally liable to the Procuring E
9. Termination for Other Causes

Contract termination shall be initiated in case it is determined prima facie by the Procuring Entity that th
Contractor has engaged, before, or during the implementation of the contract, in unlawful deeds and behaviors re
contract acquisition and implementation, such as, but not limited to corrupt, fraudulent, collusive, coercive, and
obstructive practices as stated in ITB Clause 4.

10. Dayworks
Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of RA No. 9184, and if applicable as
indicated in the SCC, the Dayworks rates in the Contractor’s Bid shall be used for small additional amounts of work onl
the Procuring Entity’s Representative has given written instructions in advance for additional work to be paid for in
way.
11. Program of Work

11.1. The Contractor shall submit to the Procuring Entity’s Representative for approval the said Program
showing the general methods, arrangements, order, and timing for all the activities in the Works. The submis
the Program of Work are indicated in the SCC.

11.2. The Contractor shall submit to the Procuring Entity’s Representative for approval an updated Program of W
intervals no longer than the period stated in the SCC. If the Contractor does not submit an updated Program of Work w
period, the Procuring Entity’s Representative may withhold the amount stated in the SCC from the next payment certific
continue to withhold this amount until the next payment after the date on which the overdue Program of Work has been
submitted.
12. Instructions, Inspections and Audits

The Contractor shall permit the GOP or the Procuring Entity to inspect the Contractor’s accounts and records relating to
performance of the Contractor and to have them audited by auditors of the GOP or the Procuring Entity, as may be requi
13. Advance Payment
The Procuring Entity shall, upon a written request of the Contractor which shall be submitted as a Contract document, m
advance payment to the Contractor in an amount not exceeding fifteen percent (15%) of the total contract price, to be ma
lump sum, or at the most two installments according to a schedule specified in the SCC, subject to the requirements in A
“E” of the 2016 revised IRR of RA No. 9184.
14. Progress Payments

The Contractor may submit a request for payment for Work accomplished. Such requests for payment shall be
and certified by the Procuring Entity’s Representative/Project Engineer. Except as otherwise stipulated in the SCC,
and equipment delivered on the site but not completely put in place shall not be included for payment.
15. Operating and Maintenance Manuals

15.1. If required, the Contractor will provide “as built” Drawings and/or operating and maintenance manuals as
specified in the SCC.
15.2. If the Contractor does not provide the Drawings and/or manuals by the dates stated above, or they do n
receive the Procuring Entity’s Representative’s
approval, the Procuring Entity’s Representative may withhold the amount stated in the SCC from payments due
Contractor.
Section V. Special Conditions of Contract
ontract
that can be reasonably inferred as being
ein. All the provisions of RA No. 9184
ciated issuances, constitute the primary
ract implementation. Herein clauses shall

9184 allowing the GPPB to amend the


or invitation of which were issued

C), references in the Conditions of


apply to any Section of the Works
hole of the Works).
Site to the Contractor based on the
ion of the Works. If the Contractor
ve possession in accordance with the
ctor a Contract Time Extension and
rocuring Entity.

ill be deemed to have delayed the start of


may be addressed through contract

ersonnel indicating their designation, in


pervision of the Works.

only if their relevant qualifications and


edule.

the Procuring Entity but in no case later


ish the performance security in any of the

cknowledges the right of the Procuring

ership, corporation, or association


of this Contract.

s referred to in the SCC supplemented by

62.2.2 of the 2016 revised IRR, the


s) to attachment or garnishment
ng. All payables of the GOP in his favor
force majeure, shall cover the period
. Specific duration of the warranty is

under this Contract shall be as provided by

everally liable to the Procuring Entity.

e by the Procuring Entity that the


n unlawful deeds and behaviors relative to
udulent, collusive, coercive, and

RA No. 9184, and if applicable as


l additional amounts of work only when
r additional work to be paid for in that

ve for approval the said Program of Work


vities in the Works. The submissions of

pproval an updated Program of Work at


t an updated Program of Work within this
CC from the next payment certificate and
rdue Program of Work has been

accounts and records relating to the


Procuring Entity, as may be required.
mitted as a Contract document, make an
f the total contract price, to be made in
, subject to the requirements in Annex

h requests for payment shall be verified


otherwise stipulated in the SCC, materials
d for payment.

ating and maintenance manuals as

dates stated above, or they do not

d in the SCC from payments due to the

ntract
Special Conditions of Contract
GCC Clause
2 The Intended Completion Date is Two Hundred Seventy-Seven
(277) calendar days from the Effective Date of the Contract.

Total Project Duration : 277 C.D.


No. of Working Days : 177 C.D.
No. of Pre-determined Unworkable Days : 54 C.D.
Sundays/Holidays : 46 C.D.

3.1 The Procuring Entity shall give possession of all parts of the Site to the Contractor
upon issuance of Notice to Proceed (NTP).
4 The Contractor shall be the sole responsible in obtaining and securing the required
Construction Materials, i.e. aggregates, subbase course, embankment materials, etc.,
from the authorized/bonafide/legitimate supplier, provided that the said materials
will pass the quality tests and approved for use by the Engineer.

6 The Site Investigation Reports are: None.


7.2 Warranty Security
In case of permanent structures, such as buildings of types 4 and 5 as classified
under the National Building Code of the Philippines and other structures made of
steel, iron, or concrete which comply with relevant structural codes (e.g., DPWH
Standard Specifications), such as, but not limited to, steel/concrete bridges,
flyovers, aircraft movement areas, ports, dams, tunnels, filtration and treatment
plants, sewerage systems, power plants, transmission and communication towers,
railway system, and other similar permanent structures: Fifteen
(15) years.
In case of semi-permanent structures, such as buildings of types 1, 2, and 3 as
classified under the National Building Code of the Philippines, concrete/asphalt
roads, concrete river control, drainage, irrigation lined canals, river landing, deep
wells, rock causeway, pedestrian overpass, and other similar semi-permanent
structures: Five
(5) years.

10 No dayworks are applicable to the contract.


11.1 No further instruction.
11.2 No further instruction.
13 The amount of the advance payment is not to exceed fifteen percent (15%) of the total
contract price, to be made in lump sum or, at most, two installments (7.5%).
ntract
n

he Contractor

g the required
materials, etc.,
said materials

s classified
es made of
(e.g., DPWH
te bridges,
treatment
ication towers,

2, and 3 as
ncrete/asphalt
r landing, deep
rmanent

5%) of the total


.5%).
14 Materials and equipment delivered on the site but not completely put in place shall not
be included for payment.
15.1 The date by which the “As-Built” Drawings are required is thirty (30) calendar days
from completion of the project.

15.2 The amount to be withheld for failing to produce “as built” drawings by the date
required is equal to 1% of the Final Contract Price.

Section VI. Specifications


1. DPWH Standards
The DPWH Standard Specifications for Public Works and Highways (Blue Book) shall be the basis for the
standards and codes to be met by the goods and materials to be furnished and work performed or tested for
the Contract. In particular, Volume II of the Blue Book shall be used if the Contract pertains to Highways,
Bridges and Airports. Volume III of the Blue Book shall be used if the Contract pertains to
Buildings, Flood Control and Drainage, or Water Supply. The Blue Book incorporates
standards of the American Association of State Highway and Transportation Officials
(AASHTO), American Society for Testing and Materials (ASTM), and American Concrete Institute
(ACI), among others, pertaining to construction.
The Procuring Entity shall use the Standard Pay Items in the Project and Contract Management Application
(PCMA) in drawing up the Specifications.
2. Modifications of the Standards
2.1. Modifications of and additions to standard and codes as stated in the DPWH Standard Specifications
for Public Works and Highways, if any, shall be included in the enclosed supplemental
Specifications, which is part of the Bidding Documents.
2.2. Entries in the Supplemental Specifications are numbered to coincide with the numbering of items in the
DPWH Standards Specifications for Public Works and Highways.

Section VII. Drawings


(Please see attached Plans/Drawings)

Section VIII. Bill of Quantities


(Please see attached Bill of Quantities)
Section IX. Checklist of Technical and Financia
Documents
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents


Legal Documents
(a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages) in accordance
IRR;
Technical Documents
(b) Statement of the prospective bidder of all its ongoing government and private contracts, inclu
but not yet started, if any, whether similar or not similar in nature and complexity to the contract
(c) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contra
conditions provided under the rules; and
(d) Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and
(e) Original copy of Bid Security. If in the form of a Surety Bond, submit also a certification i
Commission;
or
Original copy of Notarized Bid Securing Declaration; and
(f) Project Requirements, which shall include the following:
a. Organizational chart for the contract to be bid;
b. List of contractor’s key personnel (e.g., Project Manager, Project Engineers, Mate
Foremen), to be assigned to the contract to be bid, with their complete qualification and exp
c. List of contractor’s major equipment units, which are owned, leased, and/or under purc
supported by proof of ownership or certification of availability of equipment from the eq
the duration of the project, as the case may be; and
(g) Original duly signed Omnibus Sworn Statement (OSS);
and if applicable, Original Notarized Secretary’s Certificate in case of a corporation, part
or Original Special Power of Attorney of all members of the joint venture giving full power
officer to sign the OSS and do acts to represent the Bidder.

Financial Documents
(h) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC).
Class “B” Documents
(i) If applicable, duly signed joint venture agreement (JVA) in accordance with RA No. 4566
joint venture is already in existence;
or
duly notarized statements from all the potential joint venture partners stating that they
by the provisions of the JVA in the instance that the bid is successful.

II. FINANCIAL COMPONENT ENVELOPE


(j) Original of duly signed and accomplished Financial Bid Form; and
Other documentary requirements under RA No. 9184
(k) Original of duly signed Bid Prices in the Bill of Quantities; and
(l) Duly accomplished Detailed Estimates Form, including a summary sheet indicating the un
materials, labor rates, and equipment rentals used in coming up with the Bid; and
(m) Cash Flow by Quarter.
place shall not

alendar days

y the date

ns
e basis for the
d or tested for
to Highways,
ains to
orates
ials
rete Institute

ent Application

pecifications
al

of items in the

s
s)

tities
s)
and Financial

(all pages) in accordance with Section 8.5.2 of the

nd private contracts, including contracts awarded


mplexity to the contract to be bid; and
CC) similar to the contract to be bid, except under

bmit also a certification issued by the Insurance

Project Engineers, Materials Engineers, and


te qualification and experience data;
leased, and/or under purchase agreements,
quipment from the equipment lessor/vendor for

of a corporation, partnership, or cooperative;


venture giving full power and authority to its

ng Capacity (NFCC).
rdance with RA No. 4566 and its IRR in case the

partners stating that they will enter into and abide


ccessful.

ry sheet indicating the unit prices of construction


and
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)
Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur

BILL OF QUANTITIES
Part No. B Part of Description:
Other General Requirements
Pay Item No. Description Unit Quantity Unit Price Amount
(Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)

PART B. OTHER GENERAL REQUIREMENTS


In words: Pesos In figures: Php
In figures: Php

B.5 Project Billboard / Signboard Each 4.00

In words: Pesos In figures: Php


In figures: Php

Occupational Safety and Health


B.7(2) Lump sum 1.00
Program

In words: Pesos In figures: Php


In figures: Php

B.8(2) Traffic Management Lump sum 1.00

In words: Pesos In figures: Php


In figures: Php

B.9 Mobilization/Demobilization Lump sum 1.00

Sub-Total for this Page In Words: Pesos


In figures: Php

Submitted by: Date:


Name of the Representative of the Bidder
Position
Name of Bidder
Note: Columns (1) to (4) are to be filled up by the Procuring Entity; and
Columns (5) and (6) shall be filled up by the Bidder.
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)
Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur

BILL OF QUANTITIES
Part No. C Part of Description:
Earthworks
Pay Item No. Description Unit Quantity Unit Price Amount
(Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)

PART C. EARTHWORKS
In words: Pesos In figures: Php
In figures: Php

100(1) Clearing and Grubbing Hectare 3.77

In words: Pesos In figures: Php


In figures: Php

Individual Removal of Trees, 150-


100(3)a1 Each 67.00
300mm dia, small

In words: Pesos In figures: Php


In figures: Php

Individual Removal of Trees, 301-


100(3)a2 Each 100.00
500mm dia, small

In words: Pesos In figures: Php


In figures: Php

Individual Removal of Trees, 501-


100(3)a3 Each 22.00
750mm dia, small

Sub-Total for this Page In Words: Pesos


In figures: Php

Submitted by: Date:


Name of the Representative of the Bidder
Position
Name of Bidder
Note: Columns (1) to (4) are to be filled up by the Procuring Entity; and
Columns (5) and (6) shall be filled up by the Bidder.
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)
Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur

BILL OF QUANTITIES
Part No. C Part of Description:
Earthworks
Pay Item No. Description Unit Quantity Unit Price Amount
(Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)

PART C. EARTHWORKS
In words: Pesos In figures: Php
In figures: Php

Individual Removal of Trees, 751-


100(3)a4 Each 4.00
900mm dia, small

In words: Pesos In figures: Php


In figures: Php

Removal of Structures and


101(1) Lump sum 1.00
Obstruction

Removal of Actual In words: Pesos In figures: Php


Structures/Obstruction, 0.20m In figures: Php
thk, PCCP (Unreinforced)
Square
101(3)b2 886.72
Meter

In words: Pesos In figures: Php


In figures: Php
Removal of Actual
101(4)a3 Structures/Obstruction 910mm Linear Meter 7.00
dia, RCPC

Sub-Total for this Page In Words: Pesos


In figures: Php

Submitted by: Date:


Name of the Representative of the Bidder
Position
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)
Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur

BILL OF QUANTITIES
Part No. C Part of Description:
Earthworks
Pay Item No. Description Unit Quantity Unit Price Amount
(Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)

PART C. EARTHWORKS
In words: Pesos In figures: Php
In figures: Php

102(2) Surplus Common Excavation Cubic Meter 106,128.44

In words: Pesos In figures: Php


In figures: Php

Structure Excavation, Common


103(1)a Cubic Meter 4,019.04
Soil

In words: Pesos In figures: Php


In figures: Php

103(3) Foundation Fill Cubic Meter 10.51

In words: Pesos In figures: Php


In figures: Php

Pipe Culverts and Drain


103(6)a Cubic Meter 37.96
Excavation, Common Soil

Sub-Total for this Page In Words: Pesos


In figures: Php

Submitted by: Date:


Name of the Representative of the Bidder
Position
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)
Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur

BILL OF QUANTITIES
Part No. C, D & E Part of Description:
Earthworks, Subbase and Base Course & Surface Courses

Pay Item No. Description Unit Quantity Unit Price Amount


(Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)

PART C. EARTHWORKS
In words: Pesos In figures: Php
In figures: Php
Embankment from
104(1)a Roadway/Structure Excavation, Cubic Meter 13,813.52
Common Soil

In words: Pesos In figures: Php


In figures: Php
Subgrade Preparation, Common Square
105(1)a 37,397.46
Material Meter

PART D. SUBBASE AND BASE COURSE


In words: Pesos In figures: Php
In figures: Php

200(1) Aggregate Subbase Course Cubic Meter 1,665.00

PART E. SURFACE COURSES


Portland Cement Concrete In words: Pesos In figures: Php
Pavement (Unreinforced)- In figures: Php
0.15 m. thk., 14 days
Square
311(1)a 4,500.00
Meter

Sub-Total for this Page In Words: Pesos


In figures: Php

Submitted by: Date:


Name of the Representative of the Bidder
Position
Name of Bidder
Note: Columns (1) to (4) are to be filled up by the Procuring Entity; and
Columns (5) and (6) shall be filled up by the Bidder.
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)
Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur

BILL OF QUANTITIES
Part No. E&F Part of Description:
Surface Courses & Bridge Construction (Box Culvert and Street Light)

Pay Item No. Description Unit Quantity Amount


(Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)

PART E. SURFACE COURSES


Portland Cement Concrete In words: Pesos In figures: Php
Pavement (Unreinforced)- In figures: Php
0.25 m. thk., 14 days
Square
311(1)d1 15,269.65
Meter

PART F. BRIDGE CONSTRUCTION (Box Culvert and Street Light)


In words: Pesos In figures: Php
In figures: Php

404(1)a Reinforcing Steel, Grade 40 Kilogram 9,721.95

In words: Pesos In figures: Php


In figures: Php

404(1)b Reinforcing Steel, Grade 60 Kilogram 14,511.90

In words: Pesos In figures: Php


In figures: Php

Structural Concrete Class A (27.58


405(1)b3 Cubic Meter 242.90
Mpa), 28 days

Sub-Total for this Page In Words: Pesos


In figures: Php

Submitted by: Date:


Name of the Representative of the Bidder
Position
Name of Bidder
Note: Columns (1) to (4) are to be filled up by the Procuring Entity; and
Columns (5) and (6) shall be filled up by the Bidder.
lvert and Street Light)
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)
Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur

BILL OF QUANTITIES
Part No. F&G Part of Description: Bridge Construction (Box Culvert and Street Light)
& Drainage and Slope Protection Structure
Pay Item No. Description Unit Quantity Unit Price Amount
(Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)

PART F. BRIDGE CONSTRUCTION (RCBC)


In words: Pesos In figures: Php
In figures: Php

407(8) Lean Concrete, Class B (16.5 Mpa) Cubic Meter 4.69

PART F. BRIDGE CONSTRUCTION (Box Culvert and Street Light)


In words: Pesos In figures: Php
In figures: Php

Pipe Culverts, 910mm dia., Class


500(1)b3 Linear Meter 51.00
IV, RCPC

In words: Pesos In figures: Php


In figures: Php

505(2)a Grouted Riprap, Class A Cubic Meter 4,135.09

In words: Pesos In figures: Php


In figures: Php

506(1) Stone Masonry Cubic Meter 56.86

Sub-Total for this Page In Words: Pesos


In figures: Php

Submitted by: Date:


Name of the Representative of the Bidder
Position
Name of Bidder
Note: Columns (1) to (4) are to be filled up by the Procuring Entity; and
Columns (5) and (6) shall be filled up by the Bidder.
et Light)
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)
Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur

BILL OF QUANTITIES
Part No. G&H Part of Description: Drainage and Slope Protection Structure &
Miscellaneous Structures
Pay Item No. Description Unit Quantity Unit Price Amount
(Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)

PART G. DRAINAGE AND SLOPE PROTECTION STRUCTURE


In words: Pesos In figures: Php
In figures: Php

508(1) Hand-Laid Rock Embankment Cubic Meter 18.19

PART H. MISCELLANEOUS STRUCTURES


In words: Pesos In figures: Php
In figures: Php

Metal Guardrail (Metal Beam)


603(3)a1 Linear Meter 613.41
Including Post, Single, W- Beam

In words: Pesos In figures: Php


In figures: Php

603(4)b Metal Beam End Piece, Bull Nose Each 6.00

In words: Pesos In figures: Php


In figures: Php

Reflectorized Thermoplastic Square


612(1) 612.21
Pavement Markings, White Meter

Sub-Total for this Page In Words: Pesos


In figures: Php

Submitted by: Date:


Name of the Representative of the Bidder
Position
Name of Bidder
Note: Columns (1) to (4) are to be filled up by the Procuring Entity; and
Columns (5) and (6) shall be filled up by the Bidder.
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)
Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur

BILL OF QUANTITIES
Part No. H Part of Description:
Miscellaneous Structures
Pay Item No. Description Unit Quantity Unit Price Amount
(Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)

PART H. MISCELLANEOUS STRUCTURES


In words: Pesos In figures: Php
In figures: Php

Single Arm Solar LED Road


624(9)a1 Each 73.00
Lighting, 8m-Pole, 60W-80W

Sub-Total for this Page In Words: Pesos


In figures: Php

Total for All Pages In Words: Pesos


In figures: Php

Submitted by: Date:


Name of the Representative of the Bidder
Position
Name of Bidder
Note: Columns (1) to (4) are to be filled up by the Procuring Entity; and
Columns (5) and (6) shall be filled up by the Bidder.
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)
24LD0110
Contract ID No. : Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Name : Digos City, Davao del Sur
Contract Location :

SUMMARY OF BID PRICES


(ALL Parts of Bill of Quantities or BOQ)
Instructions for completing the Summary of Bid Prices:
1. Part No. - Enter the "Part No." for each section of the BOQ where unit prices are entered
2. Part Description - Enter the "Part Description" corresponding to the "Part No."
3. Total Amount - Enter the "Total Amount" in Pesos for all pages having the same "Part Description".
Part No. Part Description

PART B. OTHER GENERAL REQUIREMENTS

PART C. EARTHWORK

PART D. SUBBASE AND BASE COURSE

PART E. SURFACE COURSES

PART F. BRIDGE CONSTRUCTION (Box Culvert and Street Light)

PART G. DRAINAGE AND SLOPE PROTECTION STRUCTURE

PART H. MISCELLANEOUS STRUCTURES

TOTAL

TOTAL of Amounts in Words:

Name in the capacity of


Signed
Date
Duly authorized to sign the Bid for and on behalf of

BIDDING FORMS
TECHNICAL COMPONENT
Form No. 1 List of All Ongoing Government and Private Contracts, including contracts awarded
but not yet started
Form No. 2 Statement of Single Largest Completed Contract (SLCC) which are Similar to the
contract to be bid
Form No. 3 Bid Securing Declaration Form
Form No. 4 Form of Bid Security: Bank Guarantee
Form No. 5 Form of Bid Security: Irrevocable Letter of Credit Form No. 6
Contractor’s Organization Chart for the Contract
Form No. 7 List of Contractor’s Key Personnel
 Letter of Nominee for Project Manager
 Project Manager’s Certificate of Employment
 Letter of Nominee for Project Engineer
 Project Engineer’s Certificate of Employment
 Letter of Nominee for Materials Engineer
 Materials Engineer’s Certificate of Employment
 Letter of Nominee for Safety Officer
 Safety Officer’s Certificate of Employment
 Letter of Nominee for Foreman
 Foreman’s Certificate of Employment
 Bio-Data for Proposed Position Form No. 8 List of Contractor’s Major Equipment Units
Form No. 9 Omnibus Sworn Statement (Revised)

FINANCIAL COMPONENT
Form No. 10 Bid Form for the Procurement of Infrastructure Projects Form No. 11 Cash
Flow by Quarter
(DPWH)

o Teril, Kaqpatagan, Digos City, Davao del Sur

Total Amount

Php

Php

Php

Php

Php

Php

Php

Php

MS
racts, including contracts awarded

(SLCC) which are Similar to the

Form No. 6

ctor’s Major Equipment Units

rojects Form No. 11 Cash


DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Contract ID No. :
Contract Name :
Contract Location :

List of All Ongoing Government and Private Contracts, including contracts awarded but not y
Business Name: Business Address:

a. Owner’s Name
Name of Contract/ b. Address
Nature of Bidder’s Role a. Contract Amount
c. Telephone No.
Location Work b. Duration
Description %

Attachments: 1. Notice of Award and/or Contract;


2. Notice to Proceed issued by owner; and
3. Certificate of Accomplishment signed by the owner or authorized representative.

Submitted by:
(Printed Name and Signature)
HWAYS Form No. 1

awarded but not yet started

a. Date Awarded % of Value of Out- standing


b. Date Started Accomplishment Works/ Undelivered
c. Date of Completion Portions
Planned Actual
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Contract ID No. :
Contract Name :
Contract Location :

Statement of Single Largest Completed Contract (SLCC) which are Similar to the contract to
Business Name: Business Address:

Name of Contract/Location a. Owner’s Name


b. Address
Nature of Bidder’s Role
c. Telephone No.
Work
Description %

Attachments: 1. Copy of Contract;


2. Certificate of Completion; and
3. Certificate of Final Acceptance issued by the project owner other than the contractor or a Final Rating of at least Satisfactor

Submitted by:
(Printed Name and Signature)
Bid Securing Declaration Form
[shall be submitted with the Bid if bidder opts to provide this form of bid security]
REPUBLIC OF THE PHILIPPINES)
CITY OF ) S.S.
BID SECURING DECLARATION
Project Identification No.: [Insert number]
To: [Insert name and address of the Procuring Entity]
I/We, the undersigned, declare that:
1. I/We understand that, according to your conditions, bids must be supported by a Bid Security, which may
be in the form of a Bid Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any procurement contract with
any procuring entity for a period of two (2) years upon receipt of your Blacklisting Order; and, (b) I/we will pay the
applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15)
days from receipt of the written demand by the procuring entity for the commission of acts resulting to the
enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1(f),of the IRR of
RA No. 9184; without prejudice to other legal action the government may undertake.

3. I/We understand that this Bid Securing Declaration shall cease to be valid on the following circumstances:
a. Upon expiration of the bid validity period, or any extension thereof pursuant to your request;
b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and (i) I/we
failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right; and
c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we have furnished the
performance security and signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this day of [month] [year] at [place of
execution].
[Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE]

Affiant
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
GPPB Resolution No. 16-2020, dated 16 September 2020 Page 25 of 39

Department of Public Works and Highways


Contract ID: Contract Name:

Location of the Contract:


------------------------------------------------------------------------------------------
FORM OF BID SECURITY: BANK GUARANTEE

WHEREAS, Name of Bidder , hereinafter called “the Bidder,” has submitted its bid dated
for the Contract ID and Name , hereinafter called “the Bid.”
KNOW ALL MEN by these presents that We, Name of Bank of Name of Country ,
having our registered office at , hereinafter called “the Bank,” are
bound unto Name of Procuring Entity , hereinafter called “the Entity,” in the sum of
amount in words and figures for which payment well and truly to be made to the said Entity
the Bank binds itself, its successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this day of 20 .
THE CONDITIONS of this obligation are that:
1) if the Bidder withdraws the Bid during the period of bid validity specified in the Form of B
or
2) if the Bidder does not accept the correction of arithmetical errors of its bid price in accordance with
the Instructions to Bidder; or
3) if the Bidder having been notified of the acceptance of the Bid and award of contract to it by the En
during the period of bid validity:
a) fails or refuses to submit the requirements for and to execute the Form of Contract in
accordance with the Instructions to Bidders, if required; or
b) fails or refuses to furnish the Performance Security in accordance with the Instructions t
Bidders;
we undertake to pay to the Entity up to the above amount upon receipt of its first written demand,
without the Entity having to substantiate its demand, provided that in its demand the Entity will note that the
amount claimed by it is due to the occurrence of any one or combination of the three (3) conditions stated abov
The Guarantee will remain in force up to a period of days from the opening of bids as state
in the Instructions to Bidders or as it may be extended by the Entity, notice of which extension(s) to
Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank within the said
period.
Name and Signature of Bank’s Authorized Signatory Date:
Position
DPWH-INFR-10-2016 Page 1 of 1
Department of Public Works and Highways
Contract ID: Contract Name:

Location of the Contract:


-----------------------------------------------------------------------------------
FORM OF BID SECURITY: IRREVOCABLE LETTER OF CREDIT
Date of Issuance
Name of Head of Procuring Entity Position
Name of Procuring Entity Address

Irrevocable Letter of Credit No.


For: Contract ID and Name
WHEREAS, Name of Bidder , hereinafter called the “Bidder,” has undertaken to submit to you a bid for
abovestated Contract, and whereas you have stipulated in the Instructions to Bidders for the said Contract that the
Bidder shall furnish you with an irrevocable standby Letter of Credit for a sum specified therein as Bid Secu
for the faithful compliance of the obligations of the Bidder:

WHEREAS, the Conditions of this obligation are that:


1) if the Bidder withdraws the Bid during the period of bid validity specified in the Form of Bid; o

2) if the Bidder does not accept the correction of arithmetical errors of its bid price in accordance with the
Instructions to Bidder; or
3) if the Bidder, having been notified of the acceptance of the Bid and award of contract to it by th
Entity during the period of bid validity:
a) fails or refuses to submit the requirements for and to execute the Form of Contract in
accordance with the Instructions to Bidders; or
b) fails or refuses to furnish the Performance Security in accordance with the Instructions to
Bidders;
we undertake to pay to the Entity up to the above amount upon receipt of its first written demand, witho
the Entity having to substantiate its demand, provided that in its demand the Entity will note that the amount claim
by it is due to the occurrence of any one or combination of the three (3) conditions stated above.

WHEREAS, we have agreed to guarantee this obligation of the Bidder.


Department of Public Works and Highways
Contract ID: Contract Name:
Location of the Contract:
-----------------------------------------------------------------------------------
THEREFORE, we hereby affirm that we are guarantors and responsible to you, on behalf of the Bidder, up to the t
amount of amount of guarantee and we undertake to pay you, upon first written demand declaring the
Bidder to be in default under the Instructions to Bidders and without cavil or argument, any sum or sums within th
limits of _amount of guarantee as aforesaid, without you needing to prove or show grounds or reasons for your
demand for the sum specified therein.

This irrevocable guarantee is valid until one hundred twenty (120) calendar days after the date of opening of bids f
the said Contract on date .
This certification is being issued in favor of the said Bidder in connection with your requirement
the bidding for the said Contract. We are aware that any false statements issued by us make us liable to perjury.

Name and Signature of Authorized Financing Institution Official Designation

Concurred by:
Name and Signature of Bidder’s Authorized Representative Official Designation

Department of Public Works and Highways


Contract ID: Contract Name:

Location of the Contract:


-------------------------------------------------------------------------------------------------
CONTRACTOR’S ORGANIZATIONAL CHART FOR THE CONTRACT

Submit a copy of the Organizational Chart that the Contractor intends to use to execute the Contract if
awarded to it. Indicate in the chart the names of the Project Manager, Project Engineer, Structural Engine
Materials and Quality Control Engineer, Foremen, and other Key Personnel, as required in the Instructions to Bidd
(Bid Data Sheet). Include Sub-Contractors, if any.
Attach the required Proposed Organizational Chart for the Contract as stated above.

Name and Signature of Bidder’s Representative Date:


Position
Name of Bidder
KS AND HIGHWAYS Form No. 2

h are Similar to the contract to be bid

a. Date Awarded a. Amount at Award a. Date Awarded


b. Date Started b. Amount at Completion b. Contract Effectivity
c. Date of Completion c. Duration c. Date Completed

tor or a Final Rating of at least Satisfactory in the Constructors Performance Evaluation System (CPES).

bid security]

by a Bid Security, which may

any procurement contract with


er; and, (b) I/we will pay the
Declaration, within fifteen (15)
acts resulting to the
.1, except 69.1(f),of the IRR of

ollowing circumstances:
o your request;
e to such effect, and (i) I/we
of said right; and
and I/we have furnished the

onth] [year] at [place of

RIZED REPRESENTATIVE]

ctice] Form No. 3


f 39

Form No. 4
ways

---------------------------
RANTEE

submitted its bid dated


“the Bid.”
Name of Country ,
called “the Bank,” are
Entity,” in the sum of
l and truly to be made to the said Entity

20 .

id validity specified in the Form of Bid;

rrors of its bid price in accordance with

id and award of contract to it by the Entity

o execute the Form of Contract in

in accordance with the Instructions to

eceipt of its first written demand,


demand the Entity will note that the
of the three (3) conditions stated above.
days from the opening of bids as stated
ity, notice of which extension(s) to the
should reach the Bank within the said

e:

Page 1 of 1 Form No. 5


ways

-------------
TER OF CREDIT

undertaken to submit to you a bid for the


Bidders for the said Contract that the
sum specified therein as Bid Security

alidity specified in the Form of Bid; or

of its bid price in accordance with the

Bid and award of contract to it by the

xecute the Form of Contract in

ccordance with the Instructions to

ipt of its first written demand, without


Entity will note that the amount claimed
ditions stated above.

ways
-------------
ou, on behalf of the Bidder, up to the total
on first written demand declaring the
r argument, any sum or sums within the
e or show grounds or reasons for your

days after the date of opening of bids for

connection with your requirements of


ued by us make us liable to perjury.

ation
Form No. 6
ways

---------------------
ACT

to use to execute the Contract if


r, Project Engineer, Structural Engineer,
as required in the Instructions to Bidders
tated above.

:
Department of Public Works and Highways
Contract ID: Contract Name:
Location of the Contract:

----------------------------------------------------------------------------------------------------
LIST OF CONTRACTOR’S KEY PERSONNEL TO BE ASSIGNED TO THE CONTRACT, WITH
THEIR QUALIFICATION DATA
Date of Issuance
Name of Head of Procuring Entity Position
Name of Procuring Entity Address

Dear Sir/Madame:
Supplementing our Organizational Chart for the abovestated Contract, we submit, and certify as true and correct, t
following information:
1. We have engaged the services of the following key personnel to perform the duties of the positions indicated in
abovestated Contract if it is awarded to us:
Proposed Position (as Name Years of Experience
applicable) Total (Similar
and Related)
Project Manager
Project Engineer
Materials Engineer
Construction Safety Officer
Foreman
Others (specify)
2. We submit the enclosed Curriculum Vitae and Affidavits of Commitment to Work on the Contract of
these key personnel.
3. We ensure that the abovementioned personnel shall employ their best care, skill, and ability in performing the
duties of their respective positions in accordance with the provisions of the Contract, including the Conditions of
Contract, Specifications, and Drawings, and that they shall be personally present in the jobsite during the per
of their assignment in the Contract.

4. In the event that we choose to replace any of the abovementioned key personnel, we shall submit to you in wri
at least fourteen (14) days before making the replacement, for your approval, the name and biodata of the proposed
replacement whose qualifications shall be equal to or better than that of the person to be replaced.

Department of Public Works and Highways


Contract ID: Contract Name:
Location of the Contract:

----------------------------------------------------------------------------------------------------
5. We understand that any violation of the abovestated conditions shall be a sufficient ground for us to be
disqualified from this Contract and future biddings of the DPWH.
Very truly yours,
Name and Signature of Bidder’s Authorized Representative
LETTER OF NOMINEE FOR PROJECT MANAGER
(Date)
The Regional Director
Department of Public Works and Highways
(Address)

Sir:
Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of
(name of project and location), I/we have the honor to submit and certify herewith to be true and correct, the
following pertinent information:
1. That I/we have engaged and contracted the services of Mr. , hereinafter called the Project
Manager, a registered Civil Engineer with Professional License Certificate No. issued on and
who has paid his Professional Tax for the current year, dated and who was performed the same duties
in the construction of the projects enumerated in his/her Certificate of Employment and Bio-Data:

2. That said Engineer shall be appointed and designated by us as Project Manager to personally perform the same
duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Engineer shall employ the best care, skills and ability in performing his duties in accordance with the
Contract Agreement, Conditions of Contract, Plans, Specifications, Special Provisions and other provisions
embodied in the proposed Contract;
4. That said Engineer shall be personally present at the jobsite to supervise the phase of construction
work pertaining to his assignment as Project Manager all the time;
5. That, in order to guarantee that said Engineer shall manage and supervise properly and be personally present in
the Project, he is hereby required to secure a certification of appearance from the DPWH Engineer at the end
of every month. That I/we shall not start the work without the Project Manager at the jobsite;

6. That in the event that I/we elect or choose to replace the said Project Manager with another Engineer, the
Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty one (21) days
before making replacement;
7. That the name of the proposed new Project Manager, his qualifications, his experience, list of projects
undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our standing as a
reliable contractor in future bidding of the DPWH.
Very truly yours,
(Contractor)
CONCURRED IN:
(Project Manager)
(Address)
s Form No. 7

----------
TO THE CONTRACT, WITH

t, and certify as true and correct, the

duties of the positions indicated in the

rs of Experience
Similar
Position

nt to Work on the Contract of

kill, and ability in performing the


ract, including the Conditions of
nt in the jobsite during the period

nel, we shall submit to you in writing


name and biodata of the proposed
on to be replaced.

----------
ficient ground for us to be
struction of
e true and correct, the

hereinafter called the Project


issued on and
was performed the same duties
nd Bio-Data:

personally perform the same

duties in accordance with the


ons and other provisions

the phase of construction

y and be personally present in


PWH Engineer at the end
at the jobsite;

th another Engineer, the


at least twenty one (21) days

ence, list of projects


approval; and

judice my/our standing as a


PROJECT MANAGER’S CERTIFICATE OF EMPLOYMENT
(Date)
The Regional Director
Department of Public Works and Highways
(Address) Sir:
I am a licensed Civil Engineer with Professional License No. issued on at
.
I hereby certify that contracted my services as Project Manager on the
, if awarded to him.

The following projects had been supervised by me as Project Manager (mention only projects of
same nature as aforesaid Contract);
NAME OF PROJECT

At present, I am supervising the following on-going projects:


NAME OF PROJECT

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the
Department of Public Works and Highways at least twenty-one (21) days before the effective date of my
separation.
I have read carefully and will abide by the conditions required of me in the Contractor’s
Confidential Application Statement for Pre-qualification of the above Contractor.
As Project Manager, I know I will have to stay in the Project all the time to supervise and manage the Project
to the best of my ability, and am aware that I am authorized to handle
only one (1) project at a time.
PROJECT MANAGER’S CERTIFICATE OF EMPLOYMENT
(Date)
ector
ublic Works and Highways
(Address) Sir:
Civil Engineer with Professional License No. issued on at
.
that contracted my services as Project Manager on the
, if awarded to him.

projects had been supervised by me as Project Manager (mention only projects of


aforesaid Contract);
OWNER COST DATE COMPLETED

supervising the following on-going projects:


OWNER COST % ACCOMPLISHED

paration for any reason whatsoever from the above-mentioned Contractor, I shall notify the
Public Works and Highways at least twenty-one (21) days before the effective date of my

refully and will abide by the conditions required of me in the Contractor’s


lication Statement for Pre-qualification of the above Contractor.
ger, I know I will have to stay in the Project all the time to supervise and manage the Project
y ability, and am aware that I am authorized to handle
ject at a time.
I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to
qualify for the Project without any firm intention on my part to assume the post as Project Manager if the
Project is awarded to him since I understand that to do so will be a sufficient ground for my disqualification
as Project Manager in any future bidding or employment for any Contractor doing business with the
Department of Public Works and
Highways.
(Signature of Project Manager)
REPUBLIC OF THE PHILIPPINES)
CITY OF ) S.S.
SUBSCRIBED AND SWORN TO BEFORE ME this

exhibiting to me his Residence Tax Certificate No. issued on at


.
Notary Public
PTR No.
Until

Doc. No.
Page No.
Book No.
Series of

LETTER OF NOMINEE FOR PROJECT ENGINEER/RESIDENT ENGINEER


(Date)
The Regional Director
Department of Public Works and Highways
(Address)

Sir:
Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of
(name of project and location), I/we have the honor to submit and certify herewith, to be true and correct, the
following pertinent information:
1. That I/we have engaged and contracted the services of Mr./Ms. ,
hereinafter called the Project Engineer/Resident Engineer, a registered Civil Engineer with Professional
License Certificate No. issued on and who has paid his Professional Tax for the
current year, dated and who was performed the same duties in the construction of the projects
enumerated in his/her Certificate of Employment and Bio-Data:

2. That said Engineer shall be appointed and designated by us as Project Engineer/Resident Engineer to
personally perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Engineer shall employ the best care, skills and ability in performing his duties in accordance with the
Contract Agreement, Conditions of Contract, Plans, Specifications, and other provisions embodied in the proposed
Contract;
4. That said Engineer shall be personally present at the jobsite to supervise the phase of construction
work pertaining to his assignment as Project Engineer all the time;
5. That, in order to guarantee that said Engineer shall manage and supervise properly and be personally present in
the Project, he is hereby required to secure a certification of appearance from the DPWH Engineer at the end of
every month. That I/we shall not start the work without the Project Engineer at the jobsite;
6. That in the event that I/we elect or choose to replace the said Project Engineer/Resident Engineer with
another Engineer, the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least
twenty one (21) days before making replacement;
7. That the name of the proposed new Project Engineer/Resident Engineer, his qualifications, his experience, list of
projects undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our standing as a
reliable contractor in future bidding of the DPWH.
Very truly yours,
(Contractor)
CONCURRED IN:
(Project Engineer/Resident Engineer)
(Address)
e-mentioned Contractor to
ost as Project Manager if the
ground for my disqualification
doing business with the

day of, affiant

at

GINEER

Construction of
to be true and correct, the

,
ivil Engineer with Professional
d his Professional Tax for the
he construction of the projects

Engineer/Resident Engineer to
he same is awarded in our favor;

his duties in accordance with the


isions embodied in the proposed

ise the phase of construction

operly and be personally present in


e DPWH Engineer at the end of
er at the jobsite;
t Engineer/Resident Engineer with
us accordingly in writing at least

qualifications, his experience, list of


WH for prior approval; and

prejudice my/our standing as a


PROJECT ENGINEER’S/RESIDENT ENGINEER’S CERTIFICATE OF EMPLOYMENT
(Date)
The Regional Director
Department of Public Works and Highways
(Address) Sir:
I am a licensed Civil Engineer with Professional License No. issued on at
.
I hereby certify that contracted my services as Project Engineer/ Resident
Engineer on the , if awarded to him.

The following projects had been supervised by me as Project Engineer/Resident Engineer (mention only
projects of same nature as aforesaid Contract);
NAME OF PROJECT

At present, I am supervising the following on-going projects:


NAME OF PROJECT

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the
Department of Public Works and Highways at least twenty-one (21) days before the effective date of my
separation.
I have read carefully and will abide by the conditions required of me in the Contractor’s
Confidential Application Statement for Pre-qualification of the above Contractor.
As Project Engineer/Resident Engineer, I know I will have to stay in the Project all the time to supervise and
manage the Project to the best of my ability, and am aware that I am
authorized to handle only one (1) project at a time.
ENGINEER’S/RESIDENT ENGINEER’S CERTIFICATE OF EMPLOYMENT
(Date)
ector
ublic Works and Highways
(Address) Sir:
Civil Engineer with Professional License No. issued on at
.
that contracted my services as Project Engineer/ Resident
, if awarded to him.

ojects had been supervised by me as Project Engineer/Resident Engineer (mention only


nature as aforesaid Contract);
OWNER COST DATE COMPLETED

supervising the following on-going projects:


OWNER COST % ACCOMPLISHED

paration for any reason whatsoever from the above-mentioned Contractor, I shall notify the
Public Works and Highways at least twenty-one (21) days before the effective date of my

refully and will abide by the conditions required of me in the Contractor’s


lication Statement for Pre-qualification of the above Contractor.
eer/Resident Engineer, I know I will have to stay in the Project all the time to supervise and
ect to the best of my ability, and am aware that I am
ndle only one (1) project at a time.
I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to
qualify for the Project without any firm intention on my part to assume the post as Project
Engineer/Resident Engineer if the Project is awarded to him since I understand that to do so will
be a sufficient ground for my disqualification as Project Engineer/Resident Engineer in any future
bidding or employment for any Contractor doing
business with the Department of Public Works and Highways.
(Signature of Project Engineer)
REPUBLIC OF THE PHILIPPINES)
CITY OF ) S.S.
SUBSCRIBED AND SWORN TO BEFORE ME this

exhibiting to me his Residence Tax Certificate No. issued on at


.
Notary Public
PTR No.
Until

Doc. No.
Page No.
Book No.
Series of

LETTER OF NOMINEE FOR MATERIALS ENGINEER


(Date)
The Regional Director
Department of Public Works and Highways
(Address)

Sir:
Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of
(project name and location), I/we have the honor to submit and certify herewith to be true and correct, the
following pertinent information:
1. That I/we have engaged and contracted the services of Mr./Ms. ,
hereinafter called the Materials Engineer, a registered Civil Engineer with Professional License Certificate No.
issued on and who has paid his Professional Tax for the current year, dated
and who was performed the same duties in the construction of the projects enumerated in his/her
Certificate of Employment and Bio-Data:
2. That said Engineer shall be appointed and designated by us as Materials Engineer to personally perform
the same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Engineer shall employ the best care, skills and ability in performing his duties in accordance with the
Contract Agreement, Conditions of Contract, Plans, Specifications, and other provisions embodied in the proposed
Contract;
4. That said Engineer shall be personally present at the jobsite to supervise the phase of construction
work pertaining to his assignment as Materials Engineer all the time;
5. That, in order to guarantee that said Engineer shall manage and supervise properly and be personally present in
the Project, he is hereby required to secure a certification of appearance from the DPWH Engineer at the end of
every month. That I/we shall not start the work without the Materials Engineer at the jobsite;
6. That in the event that I/we elect or choose to replace the said Materials Engineer with another
Engineer, the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least
twenty one (21) days before making replacement;
7. That the name of the proposed new Materials Engineer, his qualifications, his experience, list of projects
undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our standing as a
reliable contractor in future bidding of the DPWH.
Very truly yours,
(Contractor)
CONCURRED IN:
(Materials Engineer)
(Address)
e-mentioned Contractor to
ost as Project
derstand that to do so will
nt Engineer in any future

day of, affiant

at

NEER

Construction of
ewith to be true and correct, the

,
essional License Certificate No.
current year, dated
e projects enumerated in his/her

als Engineer to personally perform


d in our favor;

his duties in accordance with the


sions embodied in the proposed

ise the phase of construction

operly and be personally present in


e DPWH Engineer at the end of
eer at the jobsite;
ials Engineer with another
us accordingly in writing at least

experience, list of projects


rior approval; and

prejudice my/our standing as a


MATERIALS ENGINEER’S CERTIFICATE OF EMPLOYMENT
(Date)
The Regional Director
Department of Public Works and Highways
(Address) Sir:
I am a licensed Civil Engineer with Professional License No. issued on at
.
I hereby certify that contracted my services as Materials Engineer on the
, if awarded to him.

The following projects had been supervised by me as Project Materials Engineer (mention only projects of
same nature as aforesaid Contract);
NAME OF PROJECT

At present, I am supervising the following on-going projects:


NAME OF PROJECT

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the
Department of Public Works and Highways at least TWENTY-ONE (21) days before the effective date of my
separation.
I have read carefully and will abide by the conditions required of me in the Contractor’s
Confidential Application Statement for Pre-qualification of the above Contractor.
As Materials Engineer, I know I will have to stay in the Project all the time to supervise and manage the
Project to the best of my ability, and am aware that I am authorized to handle
only ONE (1) project at a time.
MATERIALS ENGINEER’S CERTIFICATE OF EMPLOYMENT
(Date)
ector
ublic Works and Highways
(Address) Sir:
Civil Engineer with Professional License No. issued on at
.
that contracted my services as Materials Engineer on the
, if awarded to him.

ojects had been supervised by me as Project Materials Engineer (mention only projects of
aforesaid Contract);
OWNER COST DATE COMPLETED

supervising the following on-going projects:


OWNER COST % ACCOMPLISHED

paration for any reason whatsoever from the above-mentioned Contractor, I shall notify the
ublic Works and Highways at least TWENTY-ONE (21) days before the effective date of my

refully and will abide by the conditions required of me in the Contractor’s


lication Statement for Pre-qualification of the above Contractor.
ineer, I know I will have to stay in the Project all the time to supervise and manage the
st of my ability, and am aware that I am authorized to handle
oject at a time.
I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to
qualify for the Project without any firm intention on my part to assume the post as Materials Engineer if the
Project is awarded to him since I understand that to do so will be a sufficient ground for my disqualification
as Materials Engineer in any future bidding or employment for any Contractor doing business with the
Department of Public Works and
Highways.
(Signature of Materials Engineer)
REPUBLIC OF THE PHILIPPINES)
CITY OF ) S.S.
SUBSCRIBED AND SWORN TO BEFORE ME this

exhibiting to me his Residence Tax Certificate No. issued on at


.
Notary Public
PTR No.
Until

Doc. No.
Page No.
Book No.
Series of

LETTER OF NOMINEE FOR SAFETY OFFICER


(Date)
The Regional Director
Department of Public Works and Highways
(Address)

Sir:
Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of
(name of project and location), I/we have the honor to submit and certify herewith to be true and correct, the
following pertinent information:
1. That I/we have engaged and contracted the services of Mr. ,
hereinafter called the Safety Officer, who has performed the same duties in the construction of the projects
enumerated in his/her Certificate of Employment and Bio-Data;
2. That said person shall be appointed and designated by us as our Safety Officer to personally perform the same
duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Safety Officer shall employ the best care, skills and ability in performing his duties in accordance with
the Contract Agreement, Conditions of Contract, Plans, Specifications, and other provisions embodied in the
proposed Contract;
4. That said Safety Officer shall be personally present at the jobsite to supervise the phase of construction work
pertaining to his assignment as Foreman all the time;
5. That, in order to guarantee that said Safety Officer shall manage and supervise properly and be personally
present in the Project, he is hereby required to secure a certification of appearance from the DPWH
Engineer at the end of every month. That I/we shall not start the work without the Safety Officer at the jobsite;

6. That in the event that I/we elect or choose to replace the said Safety Officer, the Head,
Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty one (21) days before
making replacement;
7. That the name of the proposed new Safety Officer, his qualifications, his experience, list of projects undertaken
and other relevant information, shall be submitted to the DPWH for prior approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our standing as a
reliable contractor in future bidding of the DPWH.
Very truly yours,
(Contractor)
CONCURRED IN:
(Safety Officer)
(Address)
e-mentioned Contractor to
ost as Materials Engineer if the
ground for my disqualification
doing business with the

day of, affiant

at

Construction of
to be true and correct, the

,
e construction of the projects

er to personally perform the same


vor;

ming his duties in accordance with


provisions embodied in the

the phase of construction work

se properly and be personally


ppearance from the DPWH
e Safety Officer at the jobsite;

y Officer, the Head,


east twenty one (21) days before
rience, list of projects undertaken
; and

prejudice my/our standing as a


SAFETY OFFICER CERTIFICATE OF EMPLOYMENT
(Date)
The Regional Director
Department of Public Works and Highways
(Address) Sir:
I hereby certify that Contractor has engaged my services as Safety Officer on
the , if awarded to him.
The following projects had been supervised by me as Safety Officer (mention only projects of same nature as
aforesaid Contract);

NAME OF PROJECT

At present, I am supervising the following on-going projects:


NAME OF PROJECT

I have read carefully and will abide by the conditions required of me in the Contractor’s
Confidential Application Statement for Pre-qualification of the above Contractor.
As Safety Officer, I know I will have to stay in the Project all the time to supervise and manage the
Project to the best of my ability, and am aware that I am authorized to handle only one (1) project at a time.
In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the
Department of Public Works and Highways at least twenty-one (21) days before the effective date of my
separation.
SAFETY OFFICER CERTIFICATE OF EMPLOYMENT
(Date)
ector
ublic Works and Highways
(Address) Sir:
that Contractor has engaged my services as Safety Officer on
, if awarded to him.
ojects had been supervised by me as Safety Officer (mention only projects of same nature as
ct);

OWNER COST DATE COMPLETED

supervising the following on-going projects:


OWNER COST % ACCOMPLISHED

refully and will abide by the conditions required of me in the Contractor’s


lication Statement for Pre-qualification of the above Contractor.
r, I know I will have to stay in the Project all the time to supervise and manage the
st of my ability, and am aware that I am authorized to handle only one (1) project at a time.
paration for any reason whatsoever from the above-mentioned Contractor, I shall notify the
Public Works and Highways at least twenty-one (21) days before the effective date of my
I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to
qualify for the Project without any firm intention on my part to assume the post as Safety Officer if the
Project is awarded to him since I understand that to do so will be a sufficient ground for my
disqualification as Safety Officer in any future bidding or
employment for any Contractor doing business with the Department of Public Works and Highways.

(Signature of Safety Officer)


REPUBLIC OF THE PHILIPPINES)
CITY OF ) S.S.
SUBSCRIBED AND SWORN TO BEFORE ME this

exhibiting to me his Residence Tax Certificate No. issued on at


.
Notary Public
PTR No.
Until

Doc. No.
Page No.
Book No.
Series of

LETTER OF NOMINEE FOR FOREMAN


(Date)
The Regional Director
Department of Public Works and Highways
(Address)

Sir:
Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of
(name of project and location), I/we have the honor to submit and certify herewith to be true and correct, the
following pertinent information:
1. That I/we have engaged and contracted the services of Mr. ,
hereinafter called the Foreman, who has performed the same duties in the construction of the projects
enumerated in his/her Certificate of Employment and Bio-Data;
2. That said person shall be appointed and designated by us as our Foreman to personally perform the
same duties in the above-mentioned Project, if and when the same is awarded in our favor;

3. That said Foreman shall employ the best care, skills and ability in performing his duties in accordance with the
Contract Agreement, Conditions of Contract, Plans, Specifications, and other provisions embodied in the proposed
Contract;
4. That said Foreman shall be personally present at the jobsite to supervise the phase of construction
work pertaining to his assignment as Foreman all the time;
5. That, in order to guarantee that said Foreman shall manage and supervise properly and be personally present in
the Project, he is hereby required to secure a certification of appearance from the DPWH Engineer at the end of
every month. That I/we shall not start the work without the Foreman at the jobsite;

6. That in the event that I/we elect or choose to replace the said Foreman, the Head, Implementing
Office of the DPWH will be notified by us accordingly in writing at least twenty one (21) days before making
replacement;
7. That the name of the proposed new Foreman, his qualifications, his experience, list of projects
undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and

8. That any willful violation on my/our part of the herein conditions may prejudice my/our standing as a
reliable contractor in future bidding of the DPWH.
Very truly yours,
(Contractor)
CONCURRED IN:
(Foreman)
(Address)
e-mentioned Contractor to
ost as Safety Officer if the
t ground for my

lic Works and Highways.

day of, affiant

at

Construction of
to be true and correct, the

,
nstruction of the projects

eman to personally perform the


our favor;

his duties in accordance with the


isions embodied in the proposed

ise the phase of construction

operly and be personally present in


e DPWH Engineer at the end of
e jobsite;

man, the Head, Implementing


e (21) days before making
xperience, list of projects
rior approval; and

prejudice my/our standing as a


FOREMAN’S CERTIFICATE OF EMPLOYMENT
(Date)
The Regional Director
Department of Public Works and Highways
(Address) Sir:
I hereby certify that Contractor has engaged my services as Foreman on the
, if awarded to him.
The following projects had been supervised by me as Foreman (mention only projects of same nature as
aforesaid Contract);

NAME OF PROJECT

At present, I am supervising the following on-going projects:


NAME OF PROJECT

I have read carefully and will abide by the conditions required of me in the Contractor’s
Confidential Application Statement for Pre-qualification of the above Contractor.
As Foreman, I know I will have to stay in the Project all the time to supervise and manage the Project to the
best of my ability, and am aware that I am authorized to handle only one
(1) project at a time.
In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the
Department of Public Works and Highways at least twenty-one (21) days
before the effective date of my separation.
FOREMAN’S CERTIFICATE OF EMPLOYMENT
(Date)
ector
ublic Works and Highways
(Address) Sir:
that Contractor has engaged my services as Foreman on the
, if awarded to him.
ojects had been supervised by me as Foreman (mention only projects of same nature as
ct);

OWNER COST DATE COMPLETED

supervising the following on-going projects:


OWNER COST % ACCOMPLISHED

refully and will abide by the conditions required of me in the Contractor’s


lication Statement for Pre-qualification of the above Contractor.
now I will have to stay in the Project all the time to supervise and manage the Project to the
y, and am aware that I am authorized to handle only one
ime.
paration for any reason whatsoever from the above-mentioned Contractor, I shall notify the
Public Works and Highways at least twenty-one (21) days
ive date of my separation.
I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to
qualify for the Project without any firm intention on my part to assume the post as Foreman if the Project is
awarded to him since I understand that to do so will be a sufficient ground for my disqualification as
Foreman in any future bidding or employment for
any Contractor doing business with the Department of Public Works and Highways.
(Signature of Foreman)
REPUBLIC OF THE PHILIPPINES)
CITY OF ) S.S.
SUBSCRIBED AND SWORN TO BEFORE ME this

exhibiting to me his Residence Tax Certificate No. issued on at


.
Notary Public
PTR No.
Until

Doc. No.
Page No.
Book No.
Series of

BIO-DATA
Proposed Position:
Name of Firm:
Name of Staff:
Profession:
Date of Birth:
Years with Firm/Entity: Nationality:
Membership in Professional Societies:
Detailed Tasks Assigned:
Key Qualifications:
[Give an outline of staff member’s experience and training most pertinent to tasks on
project. Describe degree of responsibility held by staff member on relevant previous projects and
give dates and locations. Use about half a page.]

Education:
[Summarize college/university and other specialized education of staff members, giving names of
schools, dates attended, and degrees obtained. Use about one quarter of a
page.]

Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions
held by staff member since graduation, giving dates, names of employing organizations, titles of
positions held, and locations of projects. For experience in last ten years, also give types of activities
performed and client references, where appropriate. Use
about two pages.]
Languages:
[For each language, indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.]

Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly
describe me, my qualifications, and my experience.

Date:
[Signature of staff member and authorized representative of the firm] Day/Month/Year
Full name of staff member: Full name of authorized
representative:
e-mentioned Contractor to
ost as Foreman if the Project is
r my disqualification as

ways.

day of, affiant

at

rtinent to tasks on
relevant previous projects and

f members, giving names of


rter of a

ent held. List all positions


ploying organizations, titles of
also give types of activities
peaking, reading, and writing.]

ef, these data correctly

ay/Month/Year
Full name of authorized
Department of Public Works and Highways
Contract ID: Contract Name:
Location of the Contract:

-------------------------------------------------------------------------------------------------------
LIST OF CONTRACTOR’S MAJOR CONSTRUCTION AND LABORATORY EQUIPMENT UNITS TO BE ASSIGNED TO THE CON
AVAILABILITY
Business Name : Business Address :

Description Model/Year Capacity / Performance / Plate No. Motor No. /


Size Body No.
A. Owned1
i.
ii.
iii.
iv.
v.

B. Leased2
i.
ii.
iii.
iv.
v.

C. Under Purchase Agreements3


i.
ii.
iii.
iv.
v.
1
Attached are copies of sales invoices / Registration Certificates from LTO.
2
Attached are the certifications from the lessors that the equipment units under B (Leased) shall be available for this contract.
3
Attached are the certifications from the vendors that the equipment units under C (Purchase Agreements) shall be available for this contract.

Minimum major construction equipment requirement as prescribed in the Bid Data Sheet: Minimum major laboratory equipment requirements as p
Name and Signature of Bidder’s Representative Date:
Position
Name of Bidder

Omnibus Sworn Statement (Revised)


[shall be submitted with the Bid]
REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ) S.S.
AFFIDAVIT
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant],
after having been duly sworn in accordance with law, do hereby depose and state that:
1. [Select one, delete the other:]
[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of Bidder] with
office address at [address of Bidder];
[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and designated
representative of [Name of Bidder] with office address at [address of Bidder];

2. [Select one, delete the other:]


[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of [Name of
Bidder], I have full power and authority to do, execute and perform any and all acts necessary to
participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of
the [Name of the Procuring Entity], as shown in the attached duly notarized Special Power of Attorney;
[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and authority to do,
execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute
the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the
attached [state title of attached document showing proof of authorization (e.g., duly
notarized Secretary’s Certificate, Board/Partnership Resolution, or Special Power of Attorney,
whichever is applicable;)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or
any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or
international financing institution whose blacklisting rules have been recognized by the Government
Procurement Policy Board, by itself or by relation, membership, association, affiliation, or
controlling interest with another blacklisted person or entity as defined and provided for in the
Uniform Guidelines on Blacklisting;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy
of the original, complete, and all statements and information provided therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s)
to verify all the documents submitted;
6. [Select one, delete the rest:]
[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the Procuring Entity,
PROCUREMENT AGENT IF ENGAGED, members of the Bids and Awards Committee (BAC), the
Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-
user unit, and the project consultants by consanguinity or affinity up to the third civil degree;
ks and Highways Form No. 8

--------------------------------------------------------------
S TO BE ASSIGNED TO THE CONTRACT, SUPPORTED BY CERTIFICATIONS OF
Y
:

Location Condition Proof of Ownership /


Lease/Purchase

s contract.
available for this contract.

aboratory equipment requirements as prescribed in Bid Data Sheet:

ddress of Affiant],
ame of Bidder] with

d and designated

ative of [Name of
s necessary to
Name of the Project] of
l Power of Attorney;
and authority to do,
to sign and execute
ty], as shown in the
(e.g., duly
wer of Attorney,

of the Philippines or
ernment/foreign or
he Government
liation, or
vided for in the

is an authentic copy
true and correct;

zed representative(s)

Procuring Entity,
mittee (BAC), the
nt Office or the end-
gree;

Form No. 9
[If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is related to the
Head of the Procuring Entity, PROCUREMENT AGENT IF ENGAGED, members of the Bids and
Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the
Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity
up to the third civil degree;
[If a corporation or joint venture:] None of the officers, directors, and controlling stockholders of
[Name of Bidder] is related to the Head of the Procuring Entity, PROCUREMENT AGENT IF
ENGAGED, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the
BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project
consultants by consanguinity or affinity up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and
8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in compliance
with the Philippine Bidding Documents, which includes:
a. Carefully examining all of the Bidding Documents;
b. Acknowledging all conditions, local or otherwise, affecting the implementation of the Contract;
c. Making an estimate of the facilities available and needed for the contract to be bid, if any; and
d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any form of
consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government
in relation to any procurement project or activity.
10. In case advance payment was made or given, failure to perform or deliver any of the obligations
and undertakings in the contract shall be sufficient grounds to constitute criminal liability for Swindling
(Estafa) or the commission of fraud with unfaithfulness or abuse of confidence through misappropriating or
converting any payment received by a person or entity under an obligation involving the duty to deliver
certain goods or services, to the prejudice of the public and the government of the Philippines pursuant to
Article 315 of Act No. 3815 s. 1930, as amended, or the Revised Penal Code.

IN WITNESS WHEREOF, I have hereunto set my hand this day of


, Philippines.
[Insert NAME OF BIDDER OR ITS AUTHORIZED
REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
Bid Form for the Procurement of Infrastructure Projects
[shall be submitted with the Bid]
BID FORM
Date : Project Identification No. :

To: [name and address of Procuring Entity]


Having examined the Philippine Bidding Documents (PBDs) including the Supplemental or Bid Bulletin
Numbers [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, declare that:
a. We have no reservation to the PBDs, including the Supplemental or Bid Bulletins, for the Procurement
Project: [insert name of contract];
b. We offer to execute the Works for this Contract in accordance with the PBDs;
c. The total price of our Bid in words and figures, excluding any discounts offered below is: [insert
information];
d. The discounts offered and the methodology for their application are: [insert information];

e. The total bid price includes the cost of all taxes, such as, but not limited to: [specify the applicable taxes,
e.g. (i) value added tax (VAT), (ii) income tax, (iii) local taxes, and (iv) other fiscal levies and duties], which
are itemized herein and reflected in the detailed estimates,

f. Our Bid shall be valid within the a period stated in the PBDs, and it shall remain binding upon us at any
time before the expiration of that period;
g. If our Bid is accepted, we commit to obtain a Performance Security in the amount of [insert percentage
amount] percent of the Contract Price for the due performance of the Contract, or a Performance
Securing Declaration in lieu of the the allowable forms of Performance Security, subject to the terms and
conditions of issued GPPB guidelines12 for this purpose;

h. We are not participating, as Bidders, in more than one Bid in this bidding process, other than alternative
offers in accordance with the Bidding Documents;
i. We understand that this Bid, together with your written acceptance thereof included in your notification of
award, shall constitute a binding contract between us, until a formal Contract is prepared and executed; and

j. We understand that you are not bound to accept the Lowest Calculated Bid or any other Bid that you may
receive.
k. We likewise certify/confirm that the undersigned, is the duly authorized representative of the
bidder, and granted full power and authority to do, execute
12
currently based on GPPB Resolution No. 09-2020

and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing
contract for the [Name of Project] of the [Name of the Procuring Entity].

l. We acknowledge that failure to sign each and every page of this Bid Form, including the Bill of
Quantities, shall be a ground for the rejection of our bid.
Name: Legal Capacity:
Signature:
Duly authorized to sign the Bid for
and behalf of:
Date:
of Bidder] is related to the
members of the Bids and
tariat, the head of the
by consanguinity or affinity

controlling stockholders of
UREMENT AGENT IF
cal Working Group, and the
unit, and the project

s a Bidder in compliance

ation of the Contract;


t to be bid, if any; and
ame of the Project].

ount, fee, or any form of


esentative of the government

ver any of the obligations


minal liability for Swindling
ough misappropriating or
olving the duty to deliver
e Philippines pursuant to

, 20 at

THORIZED

ctice]
ojects

n No. :

emental or Bid Bulletin


ersigned, declare that:
tins, for the Procurement

d below is: [insert

sert information];

pecify the applicable taxes,


levies and duties], which

ain binding upon us at any

ount of [insert percentage


act, or a Performance
ubject to the terms and

cess, other than alternative

cluded in your notification of


repared and executed; and

r any other Bid that you may

rized representative of the


Form No. 10

ign and execute the ensuing

Form, including the Bill of

Legal Capacity:

thorized to sign the Bid for


Department of Public Works and Highways
Contract ID: Contract Name:
Location of the Contract:

---------------------------------------------------------------------------------------------------------------------
CASH FLOW BY QUARTER
PARTICULAR TOTAL. YEAR
1st Q 2nd Q 3rd Q
ACCOMPLISHMENT, IN % 100.0%
CASH FLOW, IN PhP
CUMULATIVE ACCOMPLISHMENT, IN % 100.0%
CUMULATIVE CASH FLOW, IN PhP
PARTICULAR TOTAL. YEAR
1st Q 2nd Q 3rd Q
ACCOMPLISHMENT, IN %
CASH FLOW, IN PhP
CUMULATIVE ACCOMPLISHMENT, IN %
CUMULATIVE CASH FLOW, IN PhP
Submitted by:
Name and Signature of Bidder’s Representative Date:
Position
Name of Bidder
DPWH-INFR-19-2016
and Highways Form No. 11

---------------------------------------------
ARTER
AR YEAR
4th Q 1ST Q 2ND Q 3RD Q 4TH Q

AR YEAR
4th Q 1ST Q 2ND Q 3RD Q 4TH Q

Date:

Page 1 of 1

You might also like