Note: This is the Cover Sheet for the Contract-Specific Bidding Documents.
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
PROCURING ENTITY: Camarines Sur 3rd Distirct Engineering
                  Office,Caraycayon, Tigaon, Camarines
                  Sur
BIDDING DOCUMENTS
FOR
CONTRACT ID:_______________________________
CONTRACT NAME:____________________________
CONTRACT LOCATION:__________________________
Date of Opening of Bids:_________________________________
Start date for Issuance of Bidding Documents: _____________________
                       Republic of the Philippines
               Department of Public Works and Highways
                 OFFICE OF THE DISTRICT ENGINEER
                   Camarines Sur 3rd District Engineering Office
                      Caraycayon, Tigaon, Camarines Sur
CONTRACT ID#         : 17FF0072
PROJECT NAME         : Network Development – Off Carriageway Improvement Including
                       Drainage along Tigaon-Goa-San Jose-Lagonoy-Guijalo via San Vicente
                       Road,
                       K0486+760.00 – K0487+137.00
                       K0487+183.00 – K0488+770.00
                       K0488+833.00 – K0489+760.00
PROJECT LOCATION     : Matacla – Poblacion – Boclod, Goa and San Jose, Camarines Sur
                          SUMMARY OF BID PRICES
                           (All Parts of Bill Quantities)
   Part No.                     Part Description                    Total Amount
    PART-A     FACILITIES FOR THE ENGINEER
   A.1.1(8)    Provision of Field Office for the Engineer
                                                                      656,407.90
               (Rental Basis)
    A.1.2(2)   Provision of 4x4 Pick-Up Type Service Vehicle for
                                                                    458,722.42
               the Engineer on Bare Rental Basis
    PART-B     OTHER GENERAL REQUIREMENTS
      B.5      Project Billboard/Signboard                          10,090.88
      B.7      Occupational Safety & Health                        235,658.82
      B.8      Traffic Management                                  357,569.08
      B.9      Mobilization/Demobilization                         25,244.21
     B.12      Removal and Relocation of Utilities                 243,790.98
    PART-C     EARTHWORKS
   1003(3)a1   Individual Removal of Trees (150-300mm.Ø)           219,488.40
   1003(3)a2   Individual Removal of Trees (301-500mm.Ø)            65,846.55
   1003(3)a3   Individual Removal of Trees (501-750mm.Ø)             29,265.15
   1003(3)a4   Individual Removal of Trees (751-900mm.Ø)            10,974.45
    101(1)     Removal of Structures and Obstruction               243,790.98
   101(3)b2    Removal of Actual Structures/Obstruction
                                                                   62,684.32
               (PCCP Unreinforced/0.20m.thk.)
    101(3)d    Removal of Actual Structure/Obstruction             13,930.65
               (Sidewalk -0.10m.thk.)
    101(4)d    Removal of Actual Structures/Obstruction            4,819.81
               (RCPC-610mm.Ø)
    101(6)     Removal of Structures and Obstruction
                                                                    9,640.26
               (Concrete)
    102(2)     Surplus Common Excavation                           460,667.05
    103(1)a    Structure Excavation (Common Soil)                  547,515.64
    104(1)a    Embankment from Roadway Excavation                  805,928.85
    105(1)a    Subgrade Preparation (Common Materials)             464,723.08
    PART-D     SUBBASE AND BASE COURSE
    200(1)     Aggregate Sub Base Course                           2,885,400.59
    PART-E     SURFACE COURSES
   311(1)e1    PCCP (Unreinforced) 0.28m.thk.                      22,731,955.46
           311(2)f1         PCCP (Reinforced) 0.30m.thk.                           185,990.40
            PART-F          BRIDGE CONSTRUCTION
           404(1)a          Reinforcing Steel (Grade 40)                         3,028,332.17
           405(1)a3         Structural Concrete, Class “A” (fc’=20.68 Mpa)        3,038,963.49
            PART-G          DRAINAGE AND SLOPE PROTECTION
                            STRUCTURES
           500(1)a1         Pipe Culverts (RCPC-610mm.Ø- Class II)               31,288.44
           500(1)a5         Pipe Culverts (RCPC-1220mm.Ø – Class II)              30,279.10
           505(2)a          Grouted Riprap (Class A)                              2,461,173.40
            506(1)          Stone Masonry                                         25,749.69
            PART-H          MISCELLANEOUS STRUCTURES
            600(3)          Concrete Gutter (Cast in Place)                       696,416.16
            600(7)          Curb and Gutter (Precast)                              593,638.47
            612(1)          Reflectorized Thermoplastic Pavement Markings
                                                                                   1,658,917.26
                            (white)
            612(2)          Reflectorized Thermoplastic Pavement Markings
                                                                                 240,915.51
                            (Yellow)
       TOTAL AMOUNTS                                      PHP 42,535,779.62
       Total of All amount in Words ________________________________________________
       ___________________________________________________________________________
Forty Two Million Five Hundred Thirty Five Thousand Seven Hundred Seventy Nine Pesos and Sixty Two Centavos Only
       ________________________________________________________________Pesos.
      Submitted by:
      Name: _______________________ in the capacity of ____________________________
                                                        AUTHORIZED MANAGING OFFICER
      Signed ____________________________ Date _________________________________
                                                 June 7, 2017
      Duly authorized to sign the Bid for and in behalf of _______________________________
                               Republic of the Philippines
                       Department of Public Works and Highways
                         OFFICE OF THE DISTRICT ENGINEER
                              Camarines Sur 3rd District Engineering Office
                              Caraycayon, Tigaon, Camarines Sur
 CONTRACT ID#               : 17FF0072
 PROJECT NAME               : Network Development – Off Carriageway Improvement Including
                              Drainage along Tigaon-Goa-San Jose-Lagonoy-Guijalo via San Vicente
                              Road,
                              K0486+760.00 – K0487+137.00
                              K0487+183.00 – K0488+770.00
                              K0488+833.00 – K0489+760.00
 PROJECT LOCATION           : Matacla – Poblacion – Boclod, Goa and San Jose, Camarines Sur
                                    BILL OF QUANTITIES
ITEM NO.   D E S C R I P T I O N                      QUANTITY         UNIT    Unit Price    AMOUNT
                                                                                (Pesos)       (Pesos)
PART-A     FACILITIES FOR THE ENGINEER
A.1.1(8)   Provision of Field Office for the                    6.47   Mos.   101,454.08     656,407.90
           Engineer (Rental Basis)
   One Hundred One Thousand Four Hundred Fifty Four Pesos and Eight Centavos Only
A.1.2(2)   Provision of 4x4 Pick-Up Type Service                6.47   Mos.
                                                                               70,899.91     458,722.42
           Vehicle for the Engineer on Bare
           Rental Basis
   Seventy Thousand Eight Hundred Ninety Nine Pesos and Ninety One Centavos Only
PART-B     OTHER GENERAL REQUIREMENTS
  B.5      Project Billboard/Signboard                          2.00 each     5,045.44       10,090.88
  Five Thousand Forty Five Pesos and Forty Four Centavos Only
  B.7      Occupational Safety & Health Program              6.47 Mos.       36,423.31       235,658.82
             (
   Thirty Six Thousand Four Hundred Twenty Three Pesos and Thirty One Centavos Only
  B.8      Traffic Management                                   6.47   Mos.    55,265.70
                                                                                            357,569.08
 Fifty Five Thousand Two Hundred Sixty Five Pesos and Seventy Centavos Only
  B.9      Mobilization/Demobilization                          1.00   L.S.                 25,244.21
                                                                          25,244.21
  Twenty Five Thousand Two Hundred Forty Four Pesos and Twenty One Centavos Only
  B.12     Removal and Relocation of Utilities                  1.00   L.S.   243,790.98    243,790.98
 Two Hundred Forty Three Thousand Seven Hundred Ninety Pesos and Ninety Eight Centavos Only
 PART-C    EARTHWORKS
100(3)a1   Individual Removal of Trees                     120.00      each   1,829.07      219,488.40
           (150-300mm.Ø)
   One Thousand Eight Hundred Twenty Nine Pesos and Seven Centavos Only
100(3)a2   Individual Removal of Trees                      35.00      each    1,881.33     65,846.55
           (301-500mm.Ø)
    One Thousand Eight Hundred Eighty One Pesos and Thirty Three Centavos Only
100(3)a3    Individual Removal of Trees                      15.00   each     1,951.01     29,265.15
            (501-750mm.Ø)
   One Thousand Nine Hundred Fifty One Pesos and One Centavo Only
100(3)a4    Individual Removal of Tress                       5.00 each                     10,974.45
                                                                               2,194.89
            (751-900mm.Ø)
   Two Thousand One Hundred Ninety Four Pesos and Eighty Nine Centavos Only
 101(1)     Removal of Structures & Obstruction           1.00     L.s.     243,790.98    243,790.98
          (
   Two Hundred Forty Three Thousand Seven Hundred Ninety Pesos and Ninety Eight Centavos Only
101(3)b2    Removal of Actual                           3,208.00     Sq.m.                 62,684.32
                                                                               19.54
            Structures/Obstruction (PCCP-
            Unreinforced/0.20m.thk.)
  Nineteen Pesos and Fifty Four Centavos Only
 101(3)d    Removal of Actual                             607.00     Sq.m.                   13,930.65
                                                                               22.95
            Structures/Obstruction (Sidewalk
            00.10m.thk.)
    Twenty Two Pesos and Ninety Five Centavos Only
101(4)a1    Removal of Actual                                83.00   L.M.                  4,819.81
                                                                               58.07
            Structures/Obstruction
            (RCPC-610mm.Ø)
   Fifty Eight Pesos and Seven Centavos Only
 101(6)     Removal of Structures & Obstructions             31.50   Cu.m.     306.04       9,640.26
            (Concrete)
            (
    Three Hundred Six Pesos and Four Centavos Only
 102(2)     Surplus Common Excavation                   3,815.68     Cu.m. 120.73          460,667.05
    One Hundred Twenty Pesos and Seventy Three Centavos Only
 103(1)a    Structure Excavation (Common Soil)          1,036.00     Cu.m.     528.49      547,515.64
     Five Hundred Twenty Eight Pesos and Forty Nine Centavos Only
 104(1)a    Embankment from Roadway                     1,166.12     Cu.m.      691.12     805,928.85
            Excavation
     Six Hundred Ninety One Pesos and Twelve Centavos Only
 105(1)a    Subgrade Preparation                        11,81900 Sq.m.                     464,723.08
                                                                               39.32
            (Common Materials)
   Thirty Nine Pesos and Thirty Two Centavos Only
 PART-D     SUBBASE AND BASE COURSE
 200(1)     Aggregate Sub-Base Course                   1,290.47     Cu.m.                2,885,400.59
                                                                               2,235.93
    Two Thousand Two Hundred Thirty Five Pesos and Ninety Three Centavos Only
 PART-E     SURFACE COURSES
311(1)e1    PCCP (Unreinforced) -0.28m.thk.)           11,819.00     Sq.m.     1,923.34   22,731,955.46
    One Thousand Nine Hundred Twenty Three Pesos and Thirty Four Centavos Only
311(2)f1    PCCP (Reinforced) -0.30m.thk.                    48.00   Sq.m.     3,874.80    185,990.40
            (
    Three Thousand Eight Hundred Seventy Four Pesos and Eighty Centavos Only
   PART-F       BRIDGE CONSTRUCTION
  404(1)e1      Reinforcing Steel (Grade 40)               37,317.71     Kgs.      81.15          3,028,332.17
              Eighty One Pesos and Fifteen Centavos Only
  405(1)a3      Structural Concrete Class A                    455.33   Cu.m.      6,674.20       3,038,963.49
                (fc’=20.68Mpa)
            Six Thousand Six Hundred Seventy Four Pesos and Twenty Centavos Only
   PART-G       DRAINAGE AND SLOPE PROTECTION
                STRUCTURES
  500(1)a1      Pipe Culverts (RCPC -610mm.Ø-                    4.00    L.M.                    31,288.44
                                                                                 7,822.11
                Class II)
               (
            Seven Thousand Eight Hundred Twenty Two Pesos and Eleven Centavos Only
  500(1)a5      Pipe Culverts (RCPC-1220mm.Ø –                   1.00    L.M.    30,279.10         30,279.10
                Class II)
          Thirty Thousand Two Hundred Seventy Nine Pesos and Ten Centavos Only
   505(2)a      Grouted Riprap (Class A)                       674.71   Cu.m.                   2,461,173.40
                                                                                 3,647.75
            Three Thousand Six Hundred Forty Seven Pesos and Seventy Five Centavos Only
   506(1)       Stone Masonry                                    4.33   Cu.m.    5,946.81           25,749.69
          Five Thousand Nine Hundred Forty Six Pesos and Eighty One Centavos Only
   PART-H       MISCELLANEOUS STRUCTURES
   600(3)       Concrete Gutter (Cast in Place)              1,804.00    L.M.      386.04         696,416.16
             Three Hundred Eighty Six Pesos and Four Centavos Only
   600(7)       Curb & Gutter (Precast)                      1,539.00     Pc.                    593,638.47
                                                                                   385.73
             Three Hundred Eighty Five Pesos and Seventy Three Centavos Only
   612(1)       Reflectorized Thermoplastic Pavement           837.00 Sq.m.      1,981.98        1,658,917.26
                Markings (white)
             One Thousand Nine Hundred Eighty One Pesos and Ninety Eight Centavos Only
   612(2)       Reflectorized Thermoplastic Pavement            99.00   Sq.m.    2,433.49        240,915.51
                Markings (yellow)
               (
            Two Thousand Four Hundred Thirty Three Pesos and Forty Nine Centavos Only
 GRAND TOTAL IN FIGURE:                                                                     PHP 42,535,779.62
 GRAND TOTAL IN WORDS:
Forty Two Million Five Hundred Thirty Five Thousand Seven Hundred Seventy Nine Pesos and Sixty Two Centavos Only
    Submitted by:
    Name: _______________________ in the capacity of ___________________________
                                                      AUTHORIZED MANAGING OFFICER
    Signed ____________________________ Date _________________________________
                                               June 7, 2017
    Duly authorized to sign the Bid for and in behalf of _______________________________
                                    BID DATA SHEET
ITB Clause
1.1           The PROCURING ENTITY is Department of Public Works and Highways,
              Camarines Sur 3rd Engineering District Office, Caraycayon, Tigaon,
              Caraycayon, Tigaon, Camarines Sur.
              The scope of the Works under this Contract :
              Network Development-Off Carriageway Improvement Including Drainage
              along Tigaon-Goa-San Jose-Lagonoy-Guijalo via San Vicente Road,
              Matacla-Poblacion-Boclod Section, Goa and San Jose, Camarines Sur
              K0486+760.00 – K0487+137.00
              K0487+183.00 – K0488+770.00
              K0488+833.00 – K0489+760.00
              CONTRACT ID#17FF0072
2.            The Approved Budget for the contract (ABC)     Php. 43,404,627.84
              The Funding Source is the Government of the Philippines, through GAA
              Year, 2017 covered by ABM/_______________________
9.1           The date and time of the Pre-Bid Conference is:
              May 26, 2017_ at 10:00 A.M.
              The Venue of the Pre-Bid Conference at BAC Room, DPWH, Camarines Sur
              3rd Engineering District Office, Caracyayon, Tigaon, Camarines Sur.
11.1          The PROCURING ENTITY’s address is
              GLENN L. SAÑOSA
              BAC Chairman
              DPWH, Camarines Sur 3rd District Engineering Office
              Caraycayon, Tigaon, Camarines Sur
              Tel. Number( 054) -881-01-07
14.2a(3)(b)   The minimum work experience requirements for the key personnel are the
              following:
              Key Personnel                    Cost of Largest      Year of Experience
                                                 Project Handle        in Proposed
              Position
              1. PROJECT MANAGER      :                            50% of the ABC
              2. PROJECT ENGINEER      :                           50% of the ABC
              3. MATERIALS ENGINEER :                              50% of the ABC
              4. FOREMAN                                           50% of the ABC
101.1a(8)     The minimum work equipment requirements:
              Const. Equipment             Required Number        Minimum Capacity/Unit
              4-Dump Trucks (10.00 cu.m.)
              1-Payloader (1.50 cu.m.)
              1-Backhoe (0.80 cu.m.)
              1-Backhoe with Breaker
              1-Motorized Road Grader, G710A
              1-Vibratory Roller (10 mt)SP56
              1-Water Truck (1,000 gal.)
              4-Transit Mixer (5.00 cu.m.)
              2-Concrete Vibrator
              1-Concrete Batch Plant (30.cu.m.)
                   1-Batching Plant
                   1-Concrete Screeder (5.5 hp)
                   1-Cargo Truck (10T. 270 hp)
                   2-Unit 1-Bagger Concrete Mixer
                   1-Concrete Saw (7.5 hp)
                   1-Bar Cutter, Single Phase
                   1-Bar Bender
                   1-Cutting Outfit
                   1-Welding Machine
                   1-Applicator Machine
                   1-Kneading Machine
14.3a              For locally funded projects, No further instruction
12.1 (a)           AS AMENDED
                   “Unless otherwise indicated in the BDS, the first envelope shall contain the
                   following eligibility and technical documents
                   (a) Eligibility Documents-
                     CLASS “A” Documents
                   ….
                   (v) NFCC computation in accordance with ITB Clause 5.5; and’
                   (vi) Tax Clearance per Executive Order 398, series of 2005, as
                   finally reviewed and approved by BIR
171.1              Bids shall be valid until one hundred twenty (120) days from the date set
                   for bids opening.
20.4               The bidder shall submit one (1) copy original first envelope (Technical) and
                   One (1) copy of original of second envelope (Financial) components of the
                   bids.
21.4d              The specific identification of this bidding process
22                 The date and Time of the Opening of Bids: June 08, 2017
                                   Dropping of Bids: Until 10:00 A.M.
                                   Opening of Bids : 2:00 P.M.
26.1               Place of the Opening of Bids:
                   BAC Room, DPWH, Camarines Sur 3rd District Engineering Office,
                   Caraycayon, Tigaon, Camarines Sur
15.                There is no provision for a value engineering change proposal.
18.1            As amended: The procuring entity shall prescribed at least two (2) forms
                of performance security taken from two (2) categories below that bidders
                may opt to use, denominated in Philippine Pesos and posted in favor of the
                Procuring Entity.
                                                   Amount of Performance Security
FORM OF PERFORMANCE SECURITY                  (Equal to Percentage of the Total Contract
                                                                Price)
  b.) Bank Draft/guarantee or
      irrevocable letter of credit issued  Ten Percent (10%)
      by a Universal or Commercial
      Bank; Provided, however, that it
      shall be comfirmed or
      authenticated by a Universal or
      Commercial Bank, if issued by a
      foreign bank
      c.) Surety Bond Callable on demand       Thirty Percent (30%)
          issued by a Surety or Insurance
          Company duly certified by the
          Insurance Commission as
          authorized to issue such security
                             Department of Public Works and Highways
Contract ID#                 :
Contract Name                :
Location of the Contract     :
----------------------------------------------------------------------------------------------------------------
         BIDDER’S CHECKLIST OF REQUIREMENTS FOR ITS BID, INCLUDING
                            TECHNICAL AND FINANCIAL PROPOSALS
The TECHNICAL Proposals shall contain the following;
    1. If Joint Venture, PCAB Special JV License
    2. Bid Security (Form DPWH-INFR-09, 10 or 11, as applicable)
    3. Duly initialed Organizational Chart for the Contract (Form DPWH-INFR-13)
    4. Duly initialed Contractor’s List of Key Personnel for the Contract (Form DPWH-
       INRA.13)
    5. Duly initialed List of Contractor’s Major Equipment (Form DPWH-INFR-14)
    6. Sworn statement under RA 9184-IRR Sec.25.2b)iv) (Form DPWH-INFRA-15)
         a.   Signatory is proprietor/duly authorized representative of bidder.
         b.   Full power and authority to perform acts or represent bidder.
         c.   Not “Blacklisted” or barred from bidding.
         d.   Each document is authentic copy of original, complete and correct.
         e.   Authorizing Head of Procuring Entity to verify all documents submitted.
         f.   Not related to HOPE, BAC, TWG, Secretariat, PMO/IU, within 3rd civil degree.
         g.   Complies with existing labor laws and standards.
         h.   Aware of and undertaken responsibilities as a bidder.
         i.   Did not give any commission, amount, fee or consideration.
The FINANCIAL Proposals shall contain the following:
    1. Duly signed Bid Form
    2. Duly signed Bid Prices in the Bill of Quantities (Forms DPWH-INFR-16 and 17)
    3. Duly initialed Detailed Estimates
    4. Duly initialed Cash Flow by Quarter (Form DPWH-INFR-18)
                  Department of Public Works and Highways
 Contract ID# 17FF0108
Contract Name Construction of Two Units, One (1) Storey Two (2) Classroom with Toilet Attached School Building
Location of the Contract   Calawit Community School, San Jose, Camarines Sur
                                             BID FORM
 Date: ______________________
         October 9, 2017
 The BAC Chairman
 DPWH, Camarines Sur 3rd Engineering District Office
 Caraycayon, Tigaon, Camarines Sur
 We, the undersigned declare that:
      a.) We have examined and have no reservation to the Bidding Documents (BDs), including
          Supplemental/Bid Bulletins, for the above stated contract;
      b.) We offer to execute the works for this Contract in accordance with the said BDs, including
          the Bid Data Sheet, General and Special Conditions of Contract, Specifications and Drawings
          therein;
      c.) We present our Bid to execute the Works, consisting of our Technical Proposals (Annex “A”)
          and our Financial Proposals (Annex “B”);
      d.) Our Technical Proposal includes the following required documents;
         (1) Bid Security in the required form, amount and validity period, using Form DPWH-INFR-
             09, 10 or 11, as applicable (Annex “A-1”)
         (2) Organizational Chart for the Contract, using Form DPWH-INFR-13 (Annex “A-3”)
         (3) Contractor’s Certification on Key Personnel for the Contract, with the Key Personnel’s
             Affidavits of Commitment to Work on the Contract, using Form DPWH-INFR-14 (Annex
             “A-4”)
         (4) List of Contractor’s Major Equipment Pledged for the Contract, using Form DPWH-INFR-
             15 (Annex “A-5”)
         (5) Omnibus Sworn Statement required under the RA 9184-IRR Sec. 25.2b)iv), USING Form
             DPWH-INFR-15 (Annex “A-6”);
      e.) Our Financial Proposals includes the following required documents;
         (1) Tis Bid Form (Annex “B-1”)
         (2) Bid Prices in the Bill of Quantities Form, using Forms (DPWH-INFR-17 and 17 (Annex “B-
             2”)
         (3) Detailed Estimates (Annex “B-3”)
         (4) Cash Flow by quarter, using Form DPWH-INFR-18 (Annex “B-4”);
      f.) The total price of our Bid for this Contract based on the unit prices in the said Bill of
            Quantities, excluding any discounts offered in item (g) below, is: PHP 5,756,802.24
  Five Million Seven Hundred Fifty Six Thousand Eight Hundred Two Pesos and Twenty Four Centavos Only
      g.) The discount we offered and the methodology for their application for this Contract
          are:_________________________________________________________;
 DPWH-INFRA-09-2016
                                                                                   Page 1 of 2
                       Department of Public Works and Highways
   Contract ID# 17FF0108
  Contract Name Construction of Two Units, One (1) Storey Two (2) Classroom with Toilet Attached School Building
  Location of the Contract   Calawit Community School, San Jose, Camarines Sur
    h.) Our Bid shall be valid for a period of _______________________
                                                     120                days after the date fixed
        for the opening of bids in accordance with the Bidding Documents, and it shall remain
        binding upon us and may be accepted by you at any time before the expiration of that
        period;
    i.) If our Bid is accepted and we receive from you a notice of award, we commit, within ten
        (10) calendar days after our receipt of the said notice, (1) to submit to you the required
        Performance Security and other documents prescribed in the Bidding Documents, and (2) to
        sign the Contract Agreement;
    j.) We understand that, if the contract is awarded to us, this Bid, together with your written
        acceptance thereof through your Notice of Award, shall continue a binding contract between
        us, until a formal Contract Agreement is prepared and executed;
    k.) We understand that you are not bound to accept the Lowest Calculated Bid or any other Bid
        that you may receive; and
    l.) We acknowledge that failure to sign each page of this Form of Bid and the accomplished Bill
        of Quantities shall be a ground for the rejection of our Bid.
Name: __________________________________________________________________
                      MARILYN P. NOVILLA
In the Capacity of _________________________________________________________
                      MANAGER
Signed:             _________________________________________________________
Duly authorized to sign the Bid for and on behalf of _____________________________
                                                         FIRMABUILT CONSTRUCTION
Date: _____________________
         October 9, 2017
                                           Page 2 of 2
                                Republic of the Philippines
                        Department of Public Works and Highways
                          OFFICE OF THE DISTRICT ENGINEER
                            Camarines Sur 3rd District Engineering Office
                            Caraycayon, Tigaon, Camarines Sur
Contract ID#
Contract Name:
Location
  Standard Form Number: SF-INFR-51
  Revised on August 11, 2004
                            AFFIDAVIT OF SITE INSPECTION
       I, ___________________________________________, Filipino of legal age,
  married/single and resident of ____________________________________________ after
  having been sworn in accordance with law depose and say;
     1. That I am the ___________________________ of the _____________________
        with Office address at ________________________________________________
     2. That        I       have        inspected        the        site       for    the
         _______________________________________;
     3. That I am making this statement as part of the requirement for the Technical
        Proposal of the Department of Public Works and Highways, Camarines Sur
         3rd Engineering District, Tigaon., Camarines Sur;
     IN WITNESS WHEREOF, I have hereunto set my hands this _____________ day of
  _________________, 2017 at ____________________________________.
                                                               ________________________
                                                                             Affiant
       SUBSCRIBED AND SWORN BEFORE ME this ___________ day of __________, 2017.
  Affiant exhibited to me his/her Resident Certification Number_________________ Issued
  on _______ _________at __________________________, Philippines.
                                                           NOTARY PUBLIC
                                                           Doc. No.________
                                                           Page No. ________
                                                           Book No. _______
                                                           Series of 2017
                                  INTEGRITY PLEDGE
                               FOR DPWH CONSTRUCTOR
We believe that corruption detracts from the contribution of infrastructure projects to
national development.
We recognize that the national executive government, in particular the DPWH leadership, is
taking initiatives to reduce corruption and promote integrity.
We realize that such initiative cannot be successful without our full cooperation.
As professionals, business owners and development partners, we are fully aware of our
responsibility to our stakeholders and society to conduct our business with the highest
degree of professionalism and ethical standards.
In view of the following, we pledge the following:
   1. We will promote healthy, competition and will not engage in collusion and rigging
      that make a mockery of the bidding process.
   2. We will provide value-for-money services by including in our bid offers only the cost
      that go directly to the project and reasonable profit, and by executing projects in
      accordance with engineering standards.
   3. We will not engage in bribery in cash or in any other form and we will not offer or
      yield demand or request for payoff money.
   4. We will maintain only one book of accounts and we will ensure that our financial
      reports are accurate and transparent.
   5. We will install internal controls and systems for good governance and accountability.
   6. We will ensure that our employees embrace our commitment to integrity by
      developing or enchancing our internal Code of Conduct.
   7. We will continue to participate in dialogues with DPWH and fellow contractors to
      address any concerns in a fair and transparent manner.
   ______________________________________
   Owner/Proprietor
   ______________________________
   Date Signed
Contract ID#
Contract
Name:
Location
                             OMNIBUS SWORN STATEMENT
                                       AFFIDAVIT
   I, _________________________. Of legal age, married, Filipino, and resident
_________________________, after having been duly sworn with law, do hereby depose
and state that;
   1. That I am the sole proprietor of _________________________, with Office address
      at ___________________________________________;
   2. As the owner and sole proprietor of ____________________________, I have full
      power and authority to do, execute and perform any and all acts necessary to
      represent it in the bidding for the ______________________________________;
   3. _________________________________________ is not blacklisted or
      barred from bidding by the Government of the Philippines of any of its agencies,
      offices, corporations, or Local Government/foreign or international financing
      institution whose blacklisting rules have been recognized by the Government
      Procurement Policy Board;
   4. Each of the documents submitted is 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. ______________________________________ Construction is authorizing
      the Head of the Procuring Entity or its duly authorized representatives to verify all
      the documents submitted;
   6. I am not related to the Head of the Procuring Entity, member of the Bids and Award
      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 the consanguinity or affinity up to the third civil degree;
   7. That, our firm, ____________________ complies with the existing labor laws and
      standards;
   8. That, our firm ______________________ complies              with   responsibilities   of
      prospective eligible bidders provided in the PBD’s.
   9. That, I/or my representative had conducted site inspection of the projects.
   10. That, I am making this statement in compliance with Section 25 of the Revised
       Implementing Rules and Regulations of RA 9184, and in accordance with the
       requirements of the DPWH, Camarines Sur 3rd Engineering District Office, Tigaon,
       Camarines Sur;
   11. That, I understand and accept that any false statements in this respect will render
       ___________________________________________________ and its authorized
       officers liable for prosecution to the full extend of the law.
    IN WITNESS WHEREOF, I have hereunto set my hands this _____ of _________, 2017at
Tigaon, Camarines Sur.
                                                       _________________________
                                                               Affiant
        SUBSCRIBED AND SWORN TO BEFORE me this ______ day of _________, 2017.
Affiant exhibited to me his/her Community Tax Certificate No.__________________, Issued
at _______________________________________________.
Doc. No. _________
Page No. _________                                           NOTARY PUBLIC
Book No. ________
Series of 2017