Repair and Improvement of Perimeter Fence at Naga Airport Bid Documents
Repair and Improvement of Perimeter Fence at Naga Airport Bid Documents
Sixth Edition
12 September 2022
TABLE OF CONTENTS
2
6. Site Investigation Reports .......................................................................................29
7. Warranty..................................................................................................................29
8. Liability of the Contractor .......................................................................................29
9. Termination for Other Causes .................................................................................29
10. Dayworks ................................................................................................................30
11. Program of Work.....................................................................................................30
12. Instructions, Inspections and Audits .......................................................................30
13. Advance Payment....................................................................................................30
14. Progress Payments ..................................................................................................30
15. Operating and Maintenance Manuals......................................................................31
Section V. Special Conditions of Contract..................................................... 32
Section VI. Specifications ................................................................................ 34
Section VII. Drawings ...................................................................................... 40
Section VIII. Bill of Quantities ....................................................................... 41
Section IX. Checklist of Technical and Financial Documents ..................... 48
3
Glossary of
Terms, Abbreviations, and Acronyms
Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])
Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical
services or special studies. (2016 revised IRR, Section 5[i])
Contract – Refers to the agreement entered into between the Procuring Entity and the
Supplier or Manufacturer or Distributor or Service Provider for procurement of Goods and
Services; Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting
Firm for Procurement of Consulting Services; as the case may be, as recorded in the Contract
Form signed by the parties, including all attachments and appendices thereto and all
documents incorporated by reference therein.
Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring
Entity and to whom the Contract to execute the Work was awarded. Contractor as used in
these Bidding Documents may likewise refer to a supplier, distributor, manufacturer, or
consultant.
4
DOLE – Department of Labor and Employment.
Goods – Refer to all items, supplies, materials and general support services, except
Consulting Services and Infrastructure Projects, which may be needed in the transaction of
public businesses or in the pursuit of any government undertaking, project or activity,
whether in the nature of equipment, furniture, stationery, materials for construction, or
personal property of any kind, including non-personal or contractual services such as the
repair and maintenance of equipment and furniture, as well as trucking, hauling, janitorial,
security, and related or analogous services, as well as procurement of materials and supplies
provided by the Procuring Entity for such services. The term “related” or “analogous
services” shall include, but is not limited to, lease or purchase of office space, media
advertisements, health maintenance services, and other services essential to the operation of
the Procuring Entity. (2016 revised IRR, Section 5[r])
5
PSA – Philippine Statistics Authority.
UN – United Nations.
6
Section I. Invitation to Bid
7
Republic of the Philippines
CIVIL AVIATION AUTHORITY OF THE PHILIPPINES
INVITATION TO BID
FOR THE
3. Bidding will be conducted through open competitive bidding procedures using a non-
discretionary “pass/fail” criterion as specified in the 2016 revised Implementing
Rules and Regulations (IRR) of Republic Act (RA) No. 9184.
4.
Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or
organizations with at least sixty percent (60%) interest or outstanding capital stock
belonging to citizens of the Philippines, and to citizens or organizations of a country
the laws or regulations of which grant similar rights or privileges to Filipino citizens,
pursuant to RA No. 5183.
5. Prospective Bidders may obtain further information from Civil Aviation Authority
of the Philippines, Area Center V, at its physical address at the BAC Office, G/F
Admin Building, Bicol International Airport, Daraga, Albay, and inspect the
Bidding Documents from 8:00AM to 5:00PM, Monday to Friday.
8
It may also be downloaded free of charge from the website of the Philippine
Government Electronic Procurement System (PhilGEPS) provided that bidders shall
pay the applicable fee for the Bidding Documents not later than the submission of their
bids.
7. The Civil Aviation Authority Of The Philippines, Area Center V will hold a Pre-
Bid Conference on 31 August 2022 at 2:00 p.m. onwards at its physical address
at the BAC Office, G/F Admin Building, Bicol International Airport, Daraga,
Albay which shall be open to prospective bidders.
8. Bids must be duly received by the BAC Secretariat at the physical address indicated
below, not later than 2:00 p.m. of 12 September 2022. Online submission is not
allowed and late submission shall not be accepted.
9. All Bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 14.
9
The Civil Aviation Authority of the Philippines, Area Center V, Bicol International
Airport shall resolve cases involving a tie, after post-qualification, among bidders
determined and declared as the Lowest Calculated Responsive Bidder (LCRB), by
drawing lots.
11. Bid opening shall be on 12 September 2022 at 2:00 p.m. onwards at the physical
address of the Civil Aviation Authority of the Philippines, Area Center V at the
BAC Office, G/F Admin Building, Bicol International Airport, Daraga, Albay.
Bids will be opened in the presence of the bidders’ representatives who choose to
attend the activity.
12. The Civil Aviation Authority of the Philippines, Area Center V, Bicol
International Airport shall resolve cases involving a tie, after post-qualification,
among bidders determined and declared as the Lowest Calculated Responsive Bidder
(LCRB), by drawing lots.
13. The Civil Aviation Authority Of The Philippines, Area Center V, Bicol
International Airport reserves the right to reject any and all bids, declare a failure of
bidding, or not award the contract at any time prior to contract award in accordance
with Sections 35.6 and 41 of the 2016 revised IRR of RA No. 9184, without thereby
incurring any liability to the affected bidder or bidders.
_______________________
EPIFANIO O. PRINIA, JR.
Chairperson
10
Section II. Instructions to Bidders
11
1. Scope of Bid
The Procuring Entity, CIVIL AVIATION AUTHORITY OF THE PHILIPPINES
(CAAP), AREA CENTER V, BICOL INTERNATIONAL AIRPORT, invites Bids
for the REPAIR AND IMPROVEMENT OF PERIMETER FENCE AT NAGA
AIRPORT with Project Identification Number CAAP BICOL INTERNATIONAL
AIRPORT BAC CONTRACT NO. 2022-015.
2. Funding Information
2.1. The GOP through the source of funding as indicated below for CY 2022 in the
amount of Three Million Nine Hundred Ninety Nine Thousand Seven
Hundred Ninety Three Pesos & 09/100 (Php 3,999,793.09).
2.2. The source of funding is: GOCC and GFIs, the Corporate Operating Budget.
3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184
and its 2016 revised IRR, including its Generic Procurement Manual and associated
policies, rules and regulations as the primary source 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 ongoing posting, advertisement, or invitation to bid by the BAC through the
issuance of a supplemental or bid bulletin.
The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the
site, determined the general characteristics of the contracted Works and the conditions
for this Project, such as the location and the nature of the work; (b) climatic
conditions; (c) transportation facilities; (c) nature and condition of the terrain,
geological conditions at the site communication facilities, requirements, location and
availability of construction aggregates and other materials, labor, water, electric
power and access roads; and (d) other factors that may affect the cost, duration and
execution or implementation of the contract, project, or work and examine all
instructions, forms, terms, and project requirements in the Bidding Documents.
12
The Procuring Entity, as well as the Bidders and Contractors, shall observe the
highest standard of ethics during the procurement and execution of the contract. They
or through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No.
9184 or other 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 evaluated.
5.2. The Bidder must have an experience of having completed a Single Largest
Completed Contract (SLCC) that is similar to this Project, equivalent to at
least fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder 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.
5.3. For Foreign-funded Procurement, the Procuring Entity and the foreign
government/foreign or international financing institution may agree on another
track record requirement, as specified in the Bidding Document prepared for
this purpose.
5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of
the 2016 IRR of RA No. 9184.
7. Subcontracts
7.1. The Bidder may subcontract portions of the Project to the extent allowed by
the Procuring Entity as stated herein, but in no case more than fifty percent
(50%) of the Project.
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address as indicated in paragraph 6 of the IB.
13
Prospective bidders may request for clarification on and/or interpretation of any part
of the Bidding Documents. Such requests must be in writing and received by the
Procuring Entity, either at its given address or through electronic mail indicated in the
IB, at least ten (10) calendar days before the deadline set for the submission and
receipt of Bids.
10.2. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must
be accompanied by a translation in English, which shall be authenticated by
the appropriate Philippine foreign service establishment, post, or the
equivalent office having jurisdiction over the foreign bidder’s affairs in the
Philippines. For Contracting Parties to the Apostille Convention, only the
translated documents shall be authenticated through an apostille pursuant to
GPPB Resolution No. 13-2019 dated 23 May 2019. The English translation
shall govern, for purposes of interpretation of the bid.
10.3. A valid PCAB License is required, and in case of joint ventures, a valid
special PCAB License, and registration for the type and cost of the contract for
this Project. Any additional type of Contractor license or permit shall be
indicated in the BDS.
10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or
under purchase agreements, supported by proof of ownership, certification of
availability of equipment from the equipment lessor/vendor for the duration of
the project, as the case may be, must meet the minimum requirements for the
contract set in the BDS.
11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.
14
11.3. For Foreign-funded procurement, a ceiling may be applied to bid prices
provided the conditions are met under Section 31.2 of the 2016 revised IRR of
RA No. 9184.
14.2. Payment of the contract price shall be made in: Philippine Pesos.
15.2. The Bid and bid security shall be valid until 120 CALENDAR DAYS FROM
THE DATE OF OPENING OF BIDS. Any bid not accompanied by an
acceptable bid security shall be rejected by the Procuring Entity as non-
responsive.
The Procuring Entity may request additional hard copies and/or electronic copies of
the Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.
15
If the Procuring Entity allows the submission of bids through online submission to the
given website or any other electronic means, the Bidder shall submit an electronic
copy of its Bid, which must be digitally signed. An electronic copy that cannot be
opened or is corrupted shall be considered non-responsive and, thus, automatically
disqualified.
In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA
No. 9184 shall prevail.
19.2. If the Project allows partial bids, all Bids and combinations of Bids as
indicated in the BDS shall be received by the same deadline and opened and
evaluated simultaneously so as to determine the Bid or combination of Bids
offering the lowest calculated cost to the Procuring Entity. Bid Security as
required by ITB Clause 16 shall be submitted for 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 No. 9184 must be sufficient for the total of the ABCs for
all the lots participated in by the prospective Bidder.
16
Electronic Filing and Payment System (EFPS), and other appropriate licenses and
permits required by law and stated in the BDS.
17
Section III. Bid Data Sheet
18
Bid Data Sheet
ITB
Clause
5.2 Submission of two (2) separate Statements:
The Bidder must have completed, within the last five (5) years, a single contract
that is similar to this Project, equivalent to at least fifty percent (50%) of the ABC
adjusted to current prices using the National Statistics Office consumer price
index.
For this purpose, contracts similar to the Project refer to contracts which have the
same major categories of work, which shall be: any aerodrome airside works.
8 The Civil Aviation Authority of the Philippines Area Center V will hold a Pre-bid
conference for this Project on 31 August 2022 at 2:00PM onwards at its physical
address at the BAC Office, G/F Admin Building, Bicol International Airport,
Daraga, Albay.
19
Prospective bidders may request for clarification on and/or interpretation of any
part of the Bidding Documents. Such requests must be in writing and received by
the Procuring Entity, either at its given address or through electronic mail indicated
in the IB, at least ten (10) calendar days before the deadline set for the submission
and receipt of Bids.
1. A certification, under oath attesting that they have no pending case(s) against
the Government, in addition to the eligibility requirements for bidders as
prescribed under the 2016 Revised Implementing Rules and Regulations (R-IRR)
of RA No. 9184.; and
2. Valid Legal Clearance issued by the CAAP Enforcement and Legal Service
with respect to the non-pendency of any cases of prospective bidders against this
Authority.
10.1 The following proofs for the on-going government contracts and private contracts,
including contracts that have been awarded but not yet started, must be submitted:
20
2. Contract Agreement
10.4 The key personnel must meet the required minimum years of experience set below:
Bids not complying with the above instructions shall be automatically disqualified.
A List of Contractor’s major equipment units, which are owned, leased, and/or
under purchase agreements, supported by proof of ownership, certification of
availability of equipment from the equipment lessor/vendor for the duration of the
project.
15.1 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 [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 [5% of ABC] if bid security is in Surety Bond.
16
Each bidder shall submit one (1) original and three (3) copies of the first and
second components of their bids.
21
All envelopes shall:
Name of Project
22
MAIN ENVELOPE
23
Each copy of the first and second envelopes shall be similarly sealed
duly marking the inner envelopes as “COPY NO.____ -
TECHNICAL COMPONENT” and “COPY NO._____ -
FINANCIAL COMPONENT” and the outer envelope as “COPY NO.
_____”, respectively. These envelopes containing the original and the
copies shall then be enclosed in one single envelope.
The original and the number of copies of the Bid (3 copies: Copy 1,
Copy 2, and Copy 3) shall be typed or written in indelible ink and
shall be signed by the bidder or its duly authorized representative/s.
BAC OFFICE
G/F ADMIN BUILDING
CIVIL AVIATION AUTHORITY OF THE PHILIPPINES
AREA CENTER V
BICOL INTERNATIONAL AIRPORT
DARAGA, ALBAY
24
20 As part of post-qualification, the Bidder considered to have the Lowest
Calculated Bid (LCB) shall submit the latest income and business tax returns
(Tax return filed and paid through the Electronic Filing and Payment
System (EFPS).
NOTE:
In accordance with Executive Order (E.O.) No. 398, Revenue Regulation (R.R.)
No. 03-2005 and Revenue Memorandum Circular (RMC) 16 – 2005, the above-
mentioned tax returns shall refer to the following:
1. Latest Income Tax Return (ITR) shall be the ITR for the preceding year,
whether calendar or fiscal; and
2. Latest Business Tax Returns shall refer to the Value Added Tax (VAT) or
Percentage Tax filed and paid covering the previous six (6) months before
the date of Submission, Receipt, Opening & Preliminary Examination of
Bids.
- Construction/Work schedule
- S-curve
- PERT/CPM
- Manpower schedule
- Equipment Utilization Schedule
- Construction/Work methods
- Contractor’s All Risk Insurance 1
- Construction Safety & Health Programs (CSHP) approved by the
Department of Labor & Employment (DOLE)– REPAIR AND
IMPROVEMENT OF PERIMETER FENCE AT NAGA AIRPORT 2
- Performance Security
Notes:
1. Upon receipt of the Notice of Award (NOA), the winning bidder should immediately apply
for the Contractor’s All Risk Insurance coverage since it must be submitted within the
prescribed period indicated in the NOA or prior to issuance of Notice To Proceed (NTP).
2. Copy of the CSHP received by the DOLE may be initially submitted together with the
NOA, however, the DOLE approved CSHP must be immediately submitted upon approval.
25
The PERFORMANCE SECURITY shall be in the form of a Performance
Securing Declaration or any of the following forms and amounts:
26
Section IV. General Conditions of Contract
27
2. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that
can be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable
in contract implementation. Herein clauses shall 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 amend the IRR, which shall be applied to all
procurement activities, the advertisement, posting, or invitation of which were issued
after the effectivity of the said amendment.
4. Possession of Site
4.1. The Procuring Entity shall give possession of all or parts of the Site to the
Contractor based on the schedule of delivery indicated in the SCC, which
corresponds to the execution of the Works. If the Contractor suffers delay or
incurs cost from failure on the part of the Procuring Entity to give possession
in accordance with the terms of this clause, the Procuring Entity’s
Representative shall give the Contractor a Contract Time Extension and certify
such sum as fair to cover the cost incurred, which sum shall be paid by
Procuring Entity.
4.2. If possession of a portion is not given by the above date, the Procuring Entity
will be deemed to have delayed the start of the relevant activities. The
resulting adjustments in contract time to address such delay may be addressed
through contract extension provided under Annex “E” of the 2016 revised IRR
of RA No. 9184.
The Procuring Entity will approve any proposed replacement of key personnel only if
their relevant qualifications and abilities are equal to or better than those of the
personnel listed in the Schedule.
28
6. Performance Security
5.1. Within ten (10) calendar days from receipt of the Notice of Award from the
Procuring Entity but in no case later than the signing of the contract by both
parties, the successful Bidder shall furnish the performance security in any of
the 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 Procuring Entity to institute action pursuant to
RA No. 3688 against any subcontractor be they an individual, firm,
partnership, corporation, or association supplying the Contractor with labor,
materials and/or equipment for the performance of this Contract.
8. Warranty
7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2
of the 2016 revised IRR, the 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 his favor shall be offset to recover the costs.
29
11. 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 only when the
Procuring Entity’s Representative has given written instructions in advance for
additional work to be paid for in that way.
11.2. The Contractor shall submit to the Procuring Entity’s Representative for
approval an updated Program of Work at intervals no longer than the period
stated in the SCC. If the Contractor does not submit an updated Program of
Work within this period, the Procuring Entity’s Representative may withhold
the amount stated in the SCC from the next payment certificate and continue
to withhold this amount until the next payment after the date on which the
overdue Program of Work has been submitted.
30
16. 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 not receive the Procuring Entity’s Representative’s
approval, the Procuring Entity’s Representative may withhold the amount
stated in the SCC from payments due to the Contractor.
31
Section V. Special Conditions of Contract
32
Special Conditions of Contract
GCC Clause
2 The Intended Completion Date is Seventy (70) calendar days.
NOTE: The contract duration shall be reckoned from the start date
and not from contract effectivity date.
NOTE: The start date shall be the date of receipt of the Notice to
Proceed.
4.1 The Site is located at Naga Airport and is defined in the Naga Airport
Lay-out Plan.
7.2 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.
11.1 The Contractor shall submit the Program of Work to the Procuring
Entity’s Representative within seven (7) days of delivery of the Notice
of Award.
15.1 The date by which “as built” drawings are required is upon completion
of the project.
15.2 The amount to be withheld for failing to produce “as built” drawings
and/or operating and maintenance manuals by the date required is 2% of
the Contract Price.
33
Section VI. Specifications
34
SCOPE OF WORK AND TECHNICAL SPECIFICATION
1.0 GENERAL
35
TWO (2) SET of clean plans and specification shall always be kept at the
jobsite to be available to the Head of Procuring Entity or his/her representative upon
his request during the construction.
The contractor shall be responsible for securing all necessary permits related
to the project, including payment of assessed fees as may be required.
The details of work are at best enumerated below, but be noted that the
Contract includes all works and services although not specifically mentioned herein,
but are needed to fully complete the Project.
The project covers the supply of labor, materials,
mobilization/demobilization, tools/equipment’s, and construction and related
permits necessary for the project “Repair and Improvement of Perimeter
Fence at Naga Airport” with the following scope of works which shall be
done in accordance with the approved plans, specifications and provision of
contract to wit;
36
1. That the materials or equipment proposed for substitution is equal or superior
to the materials or equipment specified in construction efficiency and utility
provided that any and all costs relative thereof shall be shouldered by the
Contractor.
2. Or that the materials or equipment specified cannot be delivered to the job site
on time to complete the work of the other Contractors due to conditions
beyond the control of the Contractor.
3. In case of a price difference, the Procuring Entity (CAAP) shall receive all
benefits of the difference in cost involved in any substitution and the Contract
shall be altered by Change Order to credit the Procuring Entity (CAAP) with
any savings so obtained.
The scope of work shall include all additions necessary in order to implement
the whole set of approved Plans, Working Drawings and Specifications.
The Contractor shall secure and do all the legwork necessary for all pertinent
permits needed for the Procuring Entity.
The Contractor shall construct all works in accordance with the Plans and
Specifications. All items shown on the Plans but not mentioned in the Specifications
shall be included. Discrepancies shall be verified with the Head of Procuring Entity.
The Contractor shall submit details and shop drawings, templates, and
schedules required for the coordination of the work of the various trades. Drawings
should include information on all working dimensions, arrangement and sectional
views, connections and materials.
37
Final Cleaning as Pre-requisite to Final Acceptance: Final cleaning of the
work shall be employed by the General Contractor prior to the Head of Procuring
Entity or his/her representative final inspection for certification of final acceptance.
The Contractor shall be responsible for the safety and safe working practices
of its respective employees and agents.
The Head of Procuring Entity may at any time without invalidating the
Contract make changes by altering, adding to or deducting from the work as covered
by the drawings, specifications, and general scope in written instructions.
6.0 MOBILIZATION/DEMOBILIZATION
38
7.0 CIVIL/STRUCTURAL WORKS
Site Clearing:
The site with dense vegetation shall be cleared from trees, bushes and
others. The total area three thousand three hundred fifty (3,350) square meter of
vegetation shall be removed (cut or uproot) is the first requirement of this project
details as shown on the approved plan.
All such unsuitable materials shall be removed from the existing CHB
perimeter fence and spread uniformly near the areas but limited to not less than
fifty (50) meters from the edge of the edge of any part of Aircraft Movement Area
or otherwise disposed of as may be directed by the Officer In Charge of Naga
Airport or assigned Project in Charge of the construction.
The General Contractor shall provide all temporary lighting, power, water
supply and all necessary facilities sufficient enough for the simultaneous use of all
possible fields of work to complete the project.
The General Contractor shall provide Billboards required by COA and for
precautions for Public Safety and other provisions as required by the National
Building Code and Building Official.
39
7.03 Storage and Filing of Materials
General Contractor shall ensure that materials are properly turned over and
delivered on site in good quality and condition. A time and delivery record shall be
available.
All cement, lime and other materials affected by moisture shall be stored on
platforms and protected from weather. Materials shall be stored as to ensure the
preservation of their quality and fitness for their work. Stored materials shall be
located so as to facilitate prompt inspection.
7.04 Excavation
All excavations shall be made to grade indicated in the drawings. Where the
building site is covered with any kind of fill, the excavation for footings should be
made deeper until the stratum for safe bearing capacity of the soil is reached.
7.05 Backfills
40
7.06 Concrete Works
The work includes all materials, labor and equipment for the construction of
footings, columns, beams, slabs, & canopy of covered area including cut, bend &
place of reinforced steel bars and formworks & scaffolding as per specified on plans.
(Materials used and Workmanship must be approved by the Project In-Charge
assigned by CAAP).
The following proportions of concrete mixtures shall be used for the various
parts of the building:
The contractor shall submit a concrete pouring permit which shall be approved
by the procuring entity before pouring. Material testing (Concrete) shall be submitted
and conducted (for every batch of concrete pouring) by appropriate agencies like
DPWH, and shall reach the required psi.
All forms for concrete works shall be properly braced or connected together so
as to maintain the correct position and shapes of the concrete members. Forms shall
be constructed sufficiently tight to prevent bulging and seepage of water.
41
Forms shall not be removed until the concrete has attained sufficient strength
to support its own weight and any loads that may be placed on it. Side forms of beams
and girders may be removed earlier than the bottom forms but additional post or
shoring must be placed under the beams or girders until they have attained their
strength.
All reinforcing bars indicated for footings, combined footings, columns, slab,
cantilevered beams, beams and other concrete members shall all conform to the
number, size and spacing as indicated in the drawings or schedule of steel
reinforcements.
No metal reinforcement shall be installed in place unless it is free from rust,
scale or other coatings, which will destroys or reduce the bond with concrete.
All exterior concrete hollow blocks to be used for first floor walls shall be at
least 150mm thick. For interior CHB walls where plumbing pipes and fittings shall be
located, the thickness shall be at least 150mm.
The concrete hollow block walls shall be laid, and the cells filled with cement
mortar consisting of 1 part Portland cement and 3 parts sand by volume. They shall be
reinforced with round deformed bars 10mm and 12mm diameter, spaced not more
than .60 m and every 3rd layer of CHB.
The mixture of cement plaster for concrete hollow block wall finishes
indicated in the drawing shall be 1 part cement, 1 part lime and 3 parts sand.
42
9.0 BILLBOARD
A tarpaulin billboard shall be put in place near the vicinity of the location of the
project after the receipt of Notice of Award.
Font : Helvetica
43
Section VII. Drawings
44
Section VIII. Bill of Quantities
45
Bill of Quantities
46
Annex "B" Form 1
(Contractor's Logo On Main Page)
BILL OF QUANTITIES
Mobilization/Demobilization
Pesos Amount in
Words
1.00 lot
and centavos
Pesos Amount in
Words
1.00 lot
and centavos
1.00 Earthworks
Pesos Amount in
Words
1.00 lot
and centavos
Pesos Amount in
Words
1.00 lot
and centavos
1.00 lot
Pesos Amount in
Words
and centavos
Page 47 of 78
Additional CHB and Lintel Beam
4.00 Including Demolition of 1 Layer CHB,
and Plastering of Fence
1.00 lot
Pesos Amount in
Words
and centavos
and centavos
and centavos
1.00 lot
Pesos Amount in
Words
and centavos
Submitted by:
Printed Name:
Position:
Name Company:
Date:
Page 48 of 78
Annex "B" Form 3
(Contractor's Logo On Main Page)
DETAILED ESTIMATE FORM
NAME OF PROJECT : Repair And Improvement Of Perimeter Fence At Naga Airport
LOCATION : Naga Airport, Pili, Camarines Sur
SUBJECT : Bill of Quantities
Page 49 of 78
3.00 Provision of CHB Perimeter Fence
A Material Cost
Cement 234.00 bags
Sand 14.00 cu.m
Gravel 16.00 cu.m
CHB 150mm 2,324.00 pcs
RSB 12mmØ 202.00 pcs
RSB 10mm Ø 172.00 pcs
Tie Wire 7.00 kgs
Coco Lumber 2''x3'' 492.00 bd.ft
Coco Lumber 2''x2'' 2,667.50 bd.ft
Ordinary Plywood 1/4'' Thk. 25.00 pcs
Red Oxide 1.00 gal
Common Nails Assorted 10.00 kgs
G.I Pipe 50mm Schedule 40 9.00 pcs
Round Bar 8mm Ø 3.00 pcs
Barbed Wire Galvanized 390.00 ln.m
Welding Rod Special 30.00 kgs
Material Cost Sub-total . . . . . . . . . . .
B Labor Cost QTY UNIT UNIT PRICE
Foreman 1.00 10.00
Skilled Labor 6.00 20.00
Common Labor 4.00 20.00
Labor Cost Sub-total …
Page 50 of 78
4.00 Additional chb and lintel beam including demolition of 1
layer chb & Plastering of fence
Cement 416.00 bags
Sand 24.00 cu.m
Gravel 31.00 cu.m
CHB 150mm 9,150.00 pcs
RSB 12mmØ 287.00 pcs
RSB 10mm Ø 1,258.00 pcs
Tie Wire 23.00 kgs
Coco Lumber 2''x2'' 2,626.00 bd.ft
Ordinary Plywood 1/4'' Thk. 177.00 pcs
Red Oxide 4.00 gal
Common Nails Assorted 18.00 kgs
G.I Pipe 50mm Schedule 40 102.00 pcs
Round Bar 8mm Ø 66.00 pcs
Barbed Wire Galvanized 12,225.00 ln.m
Welding Rod Special 30.00 kgs
Material Cost Sub-total . . . . . . . . . . .
B Labor Cost QTY DUR. (DAYS) RATE/DAY
Foreman 1.00 38
Skilled Labor 8.00 70
Common Labor 4.00 70
Labor Cost Sub-total …
C Equipment Rental Cost QTY DUR. (DAYS) RATE/DAY
Welding Machine 1.00 25.00
Bar Cutter 1.00 20.00
Equipment Sub-total …
5.00 Provision of 4 additional layer including 1 layer demolition
A Material Cost
Cement 33.00 bags
Sand 3.00 cu.m
Gravel 4.00 cu.m
CHB 150mm 535.00 pcs
RSB 12mmØ 37.00 pcs
RSB 10mm Ø 58.00 pcs
Tie Wire 2.00 kgs
Coco Lumber 2''x2'' 67.00 bd.ft
Ordinary Plywood 1/4'' Thk. 5.00 pcs
Red Oxide 1.00 gal
Common Nails Assorted 10.00 kgs
G.I Pipe 50mm Schedule 40 8.00 pcs
Round Bar 8mm Ø 6.00 pcs
Barbed Wire Galvanized 930.00 ln.m
Welding Rod Special 15.00 kgs
Material Cost Sub-total . . . . . . . . . . .
Page 51 of 78
B Labor Cost QTY DUR. (DAYS) RATE/DAY
Foreman 1.00 5.00
Skilled Labor 4.00 10.00
Common Labor 2.00 10.00
Page 52 of 78
7.00 Provision of Frangible Fence
A Material Cost
lumber wood treated post 4''x4''x8' 79.00 pcs
Ordinary Plywood 1/4'' Thk. 2.00 pcs
3''CWN 12.00 kgs
Barbed Wire Galvanized 932.00 ln.m
Material Cost Sub-total . . . . . . . . . . .
B Labor Cost QTY DUR. (DAYS) RATE/DAY
Foreman 1.00 9.00
Skilled Labor 4.00 15.00
Common Labor 3.00 15.00
Labor Cost Sub-total …
A TOTAL MATERIAL COST
B TOTAL LABOR COST
C TOTAL EQUIPMENT COST
D TOTAL DIRECT COST
INDIRECT COSTS
1. OCM 15.0% of Estimated Direct Cost
2. CONTRACTOR's PROFIT 10.0% of Estimated Direct Cost
E. TOTAL OCM & PROFIT 25.0% of D
F. VALUE ADDED TAX, (VAT) 5.0% of (D + E)
G. TOTAL ESTIMATED INDIRECT COST ( F + E ), P
H. TOTAL ESTIMATED UNIT INDIRECT COST ( G / Quantity), P/Unit
TOTAL ESTIMATED COST ( D + G ), P
TOTAL ESTIMATED UNIT COST (Total Estimated Cost / Quantity), P/Unit
Submitted by:
Printed Name:
Position:
Name Company:
Date:
Page 53 of 78
Section IX. Checklist of Technical and Financial
Documents
Page 54 of 78
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
Legal Documents
(a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);
or
(c) Mayor’s or Business permit issued by the city or municipality where the principal
place of business of the prospective bidder is located, or the equivalent document for
Exclusive Economic Zones or Areas;
and
(e) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by the
Bureau of Internal Revenue (BIR).
Technical Documents
(f) Statement of the prospective bidder of all its ongoing government and private
contracts, including contracts awarded but not yet started, if any, whether similar or
not similar in nature and complexity to the contract to be bid; and
(g) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the
contract to be bid, except under conditions provided under the rules; and
and registration for the type and cost of the contract to be bid; and
(i) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission;
Or
Original copy of Notarized Bid Securing Declaration (Please use Form per GPPB
Resolution No. 16-2020); and
Page 55 of 78
(j) Project Requirements, which shall include the following:
a. Organizational chart for the contract to be bid;
c. List of contractor’s major equipment units, which are owned, leased, and/or
under purchase agreements, supported by proof of ownership or certification
of availability of equipment from the equipment lessor/vendor for the
duration of the project, as the case may be; and
Financial Documents
(l) The prospective bidder’s audited financial statements, showing, among others, the
prospective bidder’s total and current assets and liabilities, stamped “received” by
the BIR or its duly accredited and authorized institutions, for the preceding calendar
year which should not be earlier than two (2) years from the date of bid submission;
and
The computation of a prospective bidder; NFCC must be at least equal to the ABC to
be bid, calculated as follows:
NFCC + [(Current Assets minus Current liabilities) (15)] minus the value
of all outstanding or uncompleted portions of the projects under ongoing
contracts, including awarded contracts yet to be started, coinciding with
the contract to be bid.
The values of the domestic bidder’s current assets and current liabilities shall be based on
the latest Audited Financial Statements submitted to the BIR.
Page 56 of 78
Class “B” Documents
(n) If applicable, duly signed joint venture agreement (JVA) in accordance with RA No.
4566 and its IRR in case the joint venture is already in existence;
or
duly notarized statements from all the potential joint venture partners stating that
they will enter into and abide by the provisions of the JVA in the instance that the
bid is successful.
(p) Original of duly signed Bid Prices in the Bill of Quantities; and
Page 57 of 78
Bidding Forms Sample
Page 58 of 78
Bid Form for the Procurement of Infrastructure Projects
[shall be submitted with the Bid]
_________________________________________________________________________
BID FORM
Date : _________________
Project Identification No. : _________________
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;
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.
Page 59 of 78
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
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: ___________________________________________________________________
Signature: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: __________________________________
Date: ___________________
Page 60 of 78
Contract Agreement Form for the
Procurement of Infrastructure Projects (Revised)
_________________________________________________________________________
CONTRACT AGREEMENT
THIS AGREEMENT, made this [insert date] day of [insert month], [insert year] between
[name and address of PROCURING ENTITY] (hereinafter called the “Entity”) and [name
and address of Contractor] (hereinafter called the “Contractor”).
WHEREAS, the Entity is desirous that the Contractor execute [name and identification
number of contract] (hereinafter called “the Works”) and the Entity has accepted the Bid for
[contract price in words and figures in specified currency] by the Contractor for the
execution and completion of such Works and the remedying of any defects therein.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement, words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents as required by the 2016 revised Implementing Rules and
Regulations of Republic Act No. 9184 shall be deemed to form and be read and construed as
part of this Agreement, viz.:
Bid form, including all the documents/statements contained in the Bidder’s bidding
envelopes, as annexes, and all other documents submitted (e.g., Bidder’s response to request
for clarifications on the bid), including corrections to the bid, if any, resulting from the
Procuring Entity’s bid evaluation;
c. Performance Security;
e. Other contract documents that may be required by existing laws and/or the Procuring
Entity concerned in the PBDs. Winning bidder agrees that additional contract documents
or information prescribed by the GPPB that are subsequently required for submission
after the contract execution, such as the Notice to Proceed, Variation Orders, and
Warranty Security, shall likewise form part of the Contract.
Page 61 of 78
3. In consideration for the sum of [total contract price in words and figures] or such other
sums as may be ascertained, [Named of the bidder] agrees to [state the object of the contract]
in accordance with his/her/its Bid. GPPB Resolution No. 16-2020, dated 16 September 2020
4. The [Name of the procuring entity] agrees to pay the above-mentioned sum in accordance
with the terms of the Bidding.
IN WITNESS WHEREOF, the parties thereto have caused this Agreement to be executed
the day and year first before written.
for: for:
Acknowledgment
[Format shall be based on the latest Rules on Notarial Practice]
Page 62 of 78
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:
[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;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
Page 63 of 78
[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the
Procuring Entity, 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 partnership or cooperative:] None of the officers and members of [Name of Bidder] is
related to the Head of the Procuring Entity, 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, 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
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.
Page 64 of 78
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.
[Jurat]
Page 65 of 78
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.
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].
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
Page 66 of 78
AUTHORITY OF SIGNATORY
(SPECIAL POWER OF ATTORNEY)
IN WITNESS WHEREOF, I have hereunto set may hand this _____ date of
________________, 20____ at ______________________________.
ACKNOWLEDGEMENT
[Format shall be based on the latest Rules on Notarial Practice]
Page 67 of 78
Contractor’s Organizational Chart for the Project
Submit Copy of the Organizational Chart that the Contractor intends to use to execute the
contract if awarded to him. Indicate in the chart the names of the Civil Engineer, Project
Manager, Safety Officer,and Construction Foreman.
Attach the required Proposed Organizational Chart for the Contract as stated above.
Note:
Organizational Chart must tally with List of contractor’s personnel to be assigned to the
contract to be bid, with their complete qualification and experience data (Qualification of
Key Personnel Proposed to be assigned to the Project).
Page 68 of 78
Key Personnel’s Certificate of Employment
Date of Issuance
Head of the Procuring Entity
Designation
Address
Dear Sir:
Page 69 of 78
In case of my separation for any reason whatsoever from the above-mentioned
Contractor, I shall notify the (Name of the Procuring Entity)at least twenty one (21) days
before the effective date of my separation.
As(Designation), I know I will have to stay in the job site all the time to supervise
and managed the Contract works to the best of my ability, and aware that I am authorized
to handle only one (1) contract at a time.
I do not allow the use of my name for the purpose of enabling the above-mentioned
Contractor to qualify for the Contract without any firm commitment on my part to assume
the post of(Designation)thereof, if the contract is awarded to him since I understand that to
do so will be a sufficient ground for any disqualification as(Designation)in my
future(Name of the Procuring Entity)bidding or employment with any Contractor doing
business with the (Name of the Procuring Entity) .
(Signature of Personnel)
Notary Public
Until 31 December 20
PRT No.:
Issued at:
Issued on:
TIN No.:
Doc. No.
Page No.
Book No.
Series of
Page 70 of 78
KEY PERSONNEL
(FORMAT OF BIO-DATA)
Give the detailed information of the following personnel who are scheduled to be assigned
as full-time field staff for the project. Fill up a form for each person.
3. Name:
4. Date of Birth:
5. Nationality:
6. Education and Degrees:
7. Specialty:
8. Registration:
9. Length of Service with the Year from (months) (year)
Firm:
To (months) (year)
10. Years of Experience:
11. If Item 7 is less than ten (10) years, give name and length of service with previous
employers for a ten (10) year period (attached additional sheet/s, if necessary:
12. Experience:
This should cover the required no. of years of experience. (Attached as many pages as
necessary to show involvement of personnel in projects using the format below).
13. Name:
14. Name and Address of Owner:
______
15. Name and Address of the Owner’s Engineer (Consultant):
____________________________________________________
16. Indicate the Features of Project(particulars of the project components andany other
particular interest connected with the project):
______
17. Contract Amount Expressed in Philippine Currency:
Page 71 of 78
18. Position:
_________________________________
19. Structures for which the employee was responsible:
20. Assignment Period: from (months) (years)
to (months) (years)
It is hereby certified that the above personnel can be assigned to this project, if the
contract is awarded to our company.
Page 72 of 78
(Contractor's Logo on Main Page)
Qualification of Key Personnel Proposed to be Assigned to the Project
Note : Attached individual resume and PRC License of the (professional) personnel.
Submitted by : __________________________________
(Signature Over Printed Name)
Designation : __________________________________
__________________________________
Date : __________________________________
Page 73 of 78
Annex "C" Form 6
List of Equipment, Owned or Leased and/or under Purchased Agreements, Pledge to the Proposed Project
Business Name: :
Business Address :
Capacity/
Motor No./ Proof of Ownership/
Description Model/Year Performance/ Plate No. Location Condition
Body No. Lessor or Vendor
Size
A. Owned
I.
II.
III
IV.
V
B. Leased
I.
II.
III
IV.
V
Page 74 of 78
List of Minimum equipment required for the project:
Submitted by :
(Signature Over Printed Name)
Designation :
Date :
Page 75 of 78
Performance Securing Declaration (Revised)
[if used as an alternative performance security but it is not required to be submitted with the Bid, as it shall
be submitted within ten (10) days after receiving the Notice of Award]
_________________________________________________________________________
2. I/We accept that: I/we will be automatically disqualified from bidding for any
procurement contract with any procuring entity for a period of one (1) year for the
first offense, or two (2) years for the second offense, upon receipt of your
Blacklisting Order if I/We have violated my/our obligations under the Contract;
Page 76 of 78
3. I/We understand that this Performance Securing Declaration shall cease to be valid
upon:
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].
Affiant
[Jurat]
Page 77 of 78
Page 78 of 78