0% found this document useful (0 votes)
50 views78 pages

Repair and Improvement of Perimeter Fence at Naga Airport Bid Documents

This document provides bidding documents for the repair and improvement of the perimeter fence at Naga Airport in the Philippines. It includes sections on invitation to bid, instructions to bidders, bid data sheet, general conditions of contract, special conditions of contract, specifications, drawings, bill of quantities, and checklist of technical and financial documents. The purpose is to solicit competitive bids and award a contract for repairing and improving the perimeter fence to ensure safety and security at the airport.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
50 views78 pages

Repair and Improvement of Perimeter Fence at Naga Airport Bid Documents

This document provides bidding documents for the repair and improvement of the perimeter fence at Naga Airport in the Philippines. It includes sections on invitation to bid, instructions to bidders, bid data sheet, general conditions of contract, special conditions of contract, specifications, drawings, bill of quantities, and checklist of technical and financial documents. The purpose is to solicit competitive bids and award a contract for repairing and improving the perimeter fence to ensure safety and security at the airport.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 78

PHILIPPINE BIDDING DOCUMENTS

(As Harmonized with Development Partners)

REPAIR AND IMPROVEMENT


OF PERIMETER FENCE
AT NAGA AIRPORT

Civil Aviation Authority of the Philippines

Sixth Edition
12 September 2022
TABLE OF CONTENTS

Glossary of Terms, Abbreviations, and Acronyms..........................................4


Section I. Invitation to Bid .................................................................................7
Section II. Instructions to Bidders.....................................................................8
1. Scope of Bid ............................................................................................................12
2. Funding Information ...............................................................................................12
3. Bidding Requirements .............................................................................................12
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ....................12
5. Eligible Bidders .......................................................................................................13
6. Origin of Associated Goods ....................................................................................13
7. Subcontracts ............................................................................................................13
8. Pre-Bid Conference .................................................................................................13
9. Clarification and Amendment of Bidding Documents............................................13
10. Documents Comprising the Bid: Eligibility and Technical Components ...............14
11. Documents Comprising the Bid: Financial Component .........................................14
12. Alternative Bids ......................................................................................................15
13. Bid Prices ................................................................................................................15
14. Bid and Payment Currencies ...................................................................................15
15. Bid Security.............................................................................................................15
16. Sealing and Marking of Bids...................................................................................15
17. Deadline for Submission of Bids ............................................................................16
18. Opening and Preliminary Examination of Bids ......................................................16
19. Detailed Evaluation and Comparison of Bids .........................................................16
20. Post Qualification ....................................................................................................16
21. Signing of the Contract ...........................................................................................17
Section III. Bid Data Sheet .............................................................................. 18
Section IV. General Conditions of Contract ................................................. 27
1. Scope of Contract ....................................................................................................28
2. Sectional Completion of Works ..............................................................................28
3. Possession of Site ....................................................................................................28
4. The Contractor’s Obligations ..................................................................................28
5. Performance Security ..............................................................................................29

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

ABC –Approved Budget for the Contract.

ARCC – Allowable Range of Contract Cost.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to


and in consonance with the requirements of the bidding documents. Also referred to as
Proposal and Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who


submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,
Section 5[d])

Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing 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])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

CDA – Cooperative Development Authority.

Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or 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.

CPI – Consumer Price Index.

4
DOLE – Department of Labor and Employment.

DTI – Department of Trade and Industry.

Foreign-funded Procurement or Foreign-Assisted Project –Refers to procurement whose


funding source is from a foreign government, foreign or international financing institution as
specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section
5[b]).

GFI – Government Financial Institution.

GOCC –Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except
Consulting Services 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])

GOP – Government of the Philippines.

Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition,


repair, restoration or maintenance of roads and bridges, railways, airports, seaports,
communication facilities, civil works components of information technology projects,
irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste
management systems, shore protection, energy/power and electrification facilities, national
buildings, school buildings, hospital buildings, and other related construction projects of the
government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PCAB – Philippine Contractors Accreditation Board.

PhilGEPS - Philippine Government Electronic Procurement System.

Procurement Project – refers to a specific or identified procurement covering goods,


infrastructure project or consulting services. A Procurement Project shall be described,
detailed, and scheduled in the Project Procurement Management Plan prepared by the agency
which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB
Circular No. 06-2019 dated 17 July 2019)

5
PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

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

REPAIR AND IMPROVEMENT OF PERIMETER FENCE


AT NAGA AIRPORT

1. The Civil Aviation Authority Of The Philippines, Area Center V, Bicol


International Airport through the CAAP Corporate Budget for CY 2022 intends
to apply the sum of Three Million Nine Hundred Ninety Nine Thousand Seven
Hundred Ninety Three Pesos & 09/100 (Php 3,999,793.09) being the ABC to
payments under the contract for REPAIR AND IMPROVEMENT OF
PERIMETER FENCE AT NAGA AIRPORT / CAAP BICOL
INTERNATIONAL AIRPORT BAC CONTRACT NO. 2022-015. Bids received
in excess of the ABC shall be automatically rejected at bid opening.

2. The Civil Aviation Authority of the Philippines, Area Center V, Bicol


International Airport now invites bids for the REPAIR AND IMPROVEMENT
OF PERIMETER FENCE AT NAGA AIRPORT. Completion of the Works is
required within Seventy (70) Calendar Days. Bidders should have completed a contract
similar to the Project. For this purpose, similar contract refers to any aerodrome
airside works. The description of an eligible bidder is contained in the Bidding
Documents, particularly, in Section II. Instruction to Bidders.

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.

6. A complete set of Bidding Documents may be acquired by interested Bidders on


19 August 2022 to 12 September 2022 from the given physical address below, and
upon payment of the applicable fee for the Bidding Documents, pursuant to the latest
Guidelines issued by the GPPB, in the amount of Five Thousand Six Hundred
Pesos (Php 5,600.00), including 12% VAT. The Procuring Entity shall allow the
bidder to present its proof of payment for the fees in person or through his authorized
representative.

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.

10. Prospective Bidders should possess the following:

Technical Personnel 1- Civil Engineer


1- Project Manager
1- Safety Officer
1- Construction Foreman

Equipment One Bagger Cement Mixer


Backhoe Excavator
Welding Machine
Bar Cutter
Dump Truck

PCAB License Small B – License Category C & D

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.

14. For further information, please refer to:

THE BAC SECRETARIAT


BAC Office, G/F Admin Building
Civil Aviation Authority of the Philippines
Area Center V, Bicol International Airport
Daraga, Albay
Telephone Nos. 0906-410-2901
Email Ad.: [email protected]

_______________________
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.

The Procurement Project (referred to herein as REPAIR AND IMPROVEMENT OF


PERIMETER FENCE AT NAGA AIRPORT is for the repair and repainting, as
described in Section VI (Specifications).

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.

4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices

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.

A contract is considered to be “similar” to the contract to be bid if it has the


major categories of work stated in the BDS.

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.

6. Origin of Associated Goods


There is no restriction on the origin of Goods other than those prohibited by a
decision of the UN Security Council taken under Chapter VII of the Charter of the
UN.

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

The Procuring Entity has prescribed that: Subcontracting is not allowed.

8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address as indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents

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. Documents Comprising the Bid: Eligibility and Technical


Components
10.1. The first envelope shall contain the eligibility and technical documents of the
Bid as specified in Section IX. Checklist of Technical and Financial
Documents.

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.

10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project


Engineers, Materials Engineers, and Foremen) assigned to the contract to be
bid, with their complete qualification and experience data shall be provided.
These key personnel must meet the required minimum years of experience set
in the BDS.

10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or
under purchase 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. Documents Comprising the Bid: Financial Component


11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section IX. Checklist of Technical and Financial Documents.

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.

12. Alternative Bids


Bidders shall submit offers that comply with the requirements of the Bidding
Documents, including the basic technical design as indicated in the drawings and
specifications. Unless there is a value engineering clause in the BDS, alternative Bids
shall not be accepted.

13. Bid Prices


All bid prices for the given scope of work in the Project as awarded shall be
considered as fixed prices, and therefore not subject to price escalation during
contract implementation, except under extraordinary circumstances as determined by
the NEDA and approved by the GPPB pursuant to the revised Guidelines for Contract
Price Escalation guidelines.

14. Bid and Payment Currencies


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

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

15. Bid Security


15.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid
Security in the amount indicated in the BDS, which shall be not less than the
percentage of the ABC in accordance with the schedule in the BDS.

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.

16. Sealing and Marking of Bids


Each Bidder shall submit one copy of the first and second components of its Bid.

The Procuring Entity may request additional hard copies and/or electronic copies of
the Bid. 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.

17. Deadline for Submission of Bids


The Bidders shall submit on the specified date and time and either at its physical
address or through online submission as indicated in paragraph 7 of the IB.

18. Opening and Preliminary Examination of Bids


18.1. The BAC shall open the Bids in public at the time, on the date, and at the
place specified in paragraph 9 of the IB. The Bidders’ representatives who are
present shall sign a register evidencing their attendance. In case
videoconferencing, webcasting or other similar technologies will be used,
attendance of participants shall likewise be recorded by the BAC Secretariat.

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.

18.2. The preliminary examination of Bids shall be governed by Section 30 of the


2016 revised IRR of RA No. 9184.

19. Detailed Evaluation and Comparison of Bids


19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation
of all Bids rated “passed” using non-discretionary pass/fail criteria. The BAC
shall consider the conditions in the evaluation of Bids under Section 32.2 of
2016 revised IRR of RA No. 9184.

19.2. If the Project allows partial bids, all Bids and combinations of Bids as
indicated in the 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.

20. Post Qualification


Within a non-extendible period of five (5) calendar days from receipt by the Bidder of
the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall
submit its latest income and business tax returns filed and paid through the BIR

16
Electronic Filing and Payment System (EFPS), and other appropriate licenses and
permits required by law and stated in the BDS.

21. Signing of the Contract


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

17
Section III. Bid Data Sheet

18
Bid Data Sheet
ITB
Clause
5.2 Submission of two (2) separate Statements:

1. Statement of all Ongoing Government and Private Contracts within three


(3) years from the submission of bids, including contracts awarded but not yet
started, if any, whether similar or not similar in nature and complexity to the
contract to be bid.

2. Statement of the bidder’s Single Largest Completed Contract(SLCC)


similar to the contract to be bid and shall be supported by the Notice of Award
and/or Notice To Proceed, Projects Owner’s Certificate of Final Acceptance
issued by the Owner other than the Contractor or the Constructor Performance
Evaluation System (CPES) Final Rating, which must be at least satisfactory.
In case of contracts with the private sector, an equivalent document shall be
submitted.

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.

7.1 Subcontracting is not allowed.

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.

9 The Procuring Entity’s address is:

CIVIL AVIATION AUTHORITY OF THE PHILIPPINES


AREA CENTER V
BICOL INTERNATIONAL AIRPORT
DARAGA, ALBAY

EPIFANIO O. PRINIA, JR.


BAC CHAIRPERSON
BAC OFFICE, G/F ADMIN BUILDING
Thru the BAC Secretariat
Tel: 0906-410-2901
[email protected]

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.

For purposes of clarifying or modifying any provision of the Bidding


Documents, Supplemental/Bid Bulletins may be issued upon the Procuring
Entity’s initiative at least seven (7) calendar days before the deadline for the
submission and receipt of bids. Any modification to the Bidding Documents
shall be identified as an amendment.

Non-inclusion of copy of Supplemental/Bid Bulletin in the Bid Submission


shall not be a ground for disqualification, however, it shall be the
responsibility of all those who have properly secured the Bidding Documents
to inquire and secure Supplemental/Bid Bulletin that may be issued by the
BAC.

10 Per CAAP Memorandum dated 17 September 2018, re: Disqualification Of


Prospective Bidders With Pending Cases Against the Government In The
Procurement Activities of the CAAP, all prospective bidders shall be required to
submit the following:

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.

A prospective bidder’s failure to comply with the submission of said requirements


together with their bid and/or submission of a false certification shall constitute a
ground for automatic disqualification.

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:

1. Notice of Award and Notice to Proceed; and

20
2. Contract Agreement

10.4 The key personnel must meet the required minimum years of experience set below:

Key Personnel General Experience Relevant Experience

1. Civil Engineer 1 year 1 year

2. Project Manager 1 year 1 year

3. Safety Officer 1 year 1 year

4. Construction Foreman 3 years 3 years

Required valid licenses and/or certificates of key personnel should be


submitted together with the List of Contractor’s Personnel/Qualification of
Key Personnel.

Bids not complying with the above instructions shall be automatically disqualified.

10.5 The minimum major equipment requirements are the following:

1. One Bagger Cement Mixer;


2. Backhoe Excavator;
3. Welding Machine;
4. Bar Cutter; and
5. Dump Truck.

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:

 Contain the name of the contract to be bid in capital letters,


and Lot Number and Description if applicable
 Bear the name and address of the bidder in capital letters
 Be addressed to the Procuring Entity’s BAC Chairperson
 Bear a warning “DO NOT OPEN BEFORE…” the date and time for the
opening of bids
 Must be sealed and signed by the bidder or authorized representative.
 Pls. refer to Section 25 of The 2016 Revised IRR of RA 9184- Submission
and Receipt Of Bids.

Name of Project

Name of Bidder & Address


Addressed to BAC-Chairperson
Lot No./Contract No. ______________
Lot Description:__________________________
Original, Copy 1, Copy 2 & Copy 3
“Eligibility-Technical & Financial”

“DO NOT OPEN BEFORE”


Date & time of opening of bids

22
MAIN ENVELOPE

ORIGINAL COPY COPY COPY


BID 1 2 3

Technica FINANCI Technica Technica FINANCI Technica


FINANCI FINANCI
l AL l l AL l
AL AL
Compon Compon Compon Compon Compon Compon
Compon Compon
ent ent ent ent ent ent
ent ent

Please refer to the above guide in the preparation/marking of Bid Envelopes.

1.1. OTHER INSTRUCTIONS

฀ Bidders shall enclose their original eligibility and technical


documents described in ITB Clause 12 in one sealed envelope
marked “ORIGINAL – TECHNICAL COMPONENT”, and the
original of their financial component in another sealed envelope
marked “ ORIGINAL – FINANCIAL COMPONENT”, sealing them
all in an outer envelope marked “ ORIGINAL BID”

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.

฀ Each document must be consecutively paged. (e.g. 2 of 100, 3 of


100). Pagination should be sequential based on the entire span of the
whole documents inside the envelope.

฀ The documents must be bounded.

17 The address for submission of bids is:


EPIFANIO O. PRINIA, JR.
BAC CHAIRPERSON
BAC OFFICE, G/F ADMIN BUILDING
CIVIL AVIATION AUTHORITY OF THE PHILIPPINES
AREA CENTER V
BICOL INTERNATIONAL AIRPORT
DARAGA, ALBAY

The deadline for submission of bids is NOT LATER THAN 2:00PM ON


12 SEPTEMBER 2022.

NOTE: ONLINE SUBMISSION IS NOT ALLOWED.

18 The place of bid opening is at the physical address:

BAC OFFICE
G/F ADMIN BUILDING
CIVIL AVIATION AUTHORITY OF THE PHILIPPINES
AREA CENTER V
BICOL INTERNATIONAL AIRPORT
DARAGA, ALBAY

The date and time of bid opening is on 12 SEPTEMBER 2022 AT 2:00PM


ONWARDS.

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.

21 Contract documents relevant to the Project required during the signing of


the contract of the LCRB bidder as follows:

- 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:

1. The amount of Php[10% of total contract price], if in the form of cash,


cashier’s/manager’s check issued by Universal or Commercial bank; or

2. The amount of Php[10% of total contract price], if in the form of bank


draft/guarantee or irrevocable letter of credit issued by Universal or
Commercial Bank Provided, however, that it shall be confirmed or
authenticated by a Universal or Commercial Bank, if issued by a foreign
bank; or

3. Surety Bond callable upon demand issued by a surety or insurance


company duly certified by the Insurance Commission as authorized to
issue such security in the amount of Php(30% of total contract price).

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.

3. Sectional Completion of Works


If sectional completion is specified in the Special Conditions of Contract (SCC),
references in the Conditions of Contract to the Works, the Completion Date, and the
Intended Completion Date shall apply to any Section of the Works (other than
references to the Completion Date and Intended Completion Date for the whole of the
Works).

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.

5. The Contractor’s Obligations


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

The Procuring Entity will approve any proposed replacement of key personnel only if
their relevant 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.

7. Site Investigation Reports


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

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.

7.2. The warranty against Structural Defects/Failures, except that occasioned-on


force majeure, shall cover the period from the date of issuance of the
Certificate of Final Acceptance by the Procuring Entity. Specific duration of
the warranty is found in the SCC.

9. Liability of the Contractor


Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability
under this Contract shall be as provided by the laws of the Republic of the
Philippines.
If the Contractor is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.

10. Termination for Other Causes


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

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.

12. Program of Work


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

11.2. The Contractor shall submit to the Procuring Entity’s Representative for
approval an updated Program of 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.

13. Instructions, Inspections and Audits


The Contractor shall permit the GOP or the Procuring Entity to inspect the
Contractor’s accounts and records relating to the performance of the Contractor and to
have them audited by auditors of the GOP or the Procuring Entity, as may be
required.

14. Advance Payment


The Procuring Entity shall, upon a written request of the Contractor which shall be
submitted as a Contract document, make an advance payment to the Contractor in an
amount not exceeding fifteen percent (15%) of the total contract price, to be made in
lump sum, or at the most two installments according to a schedule specified in the
SCC, subject to the requirements in Annex “E” of the 2016 revised IRR of RA No.
9184.

15. Progress Payments


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

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.

10 No dayworks are applicable to the contract.

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.

13 In compliance to the instructions from the Transportation Secretary and


per memorandum dated July 23, 2018 from the CAAP Director General,
no advance payments or mobilization fees, shall, as a rule, be extended
or paid with respect to any projects of the Department in order to ensure
that projects are awarded to qualified bidders, to eliminate corruption,
and to guarantee timely completion.

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

The works to be accomplished by the successful bidder shall consist of


furnishing, supervision, labor, materials, supply, tools and equipment to
complete the scope of work for the “Repair and Improvement of Perimeter
Fence at Naga Airport” project.

2.0 LOCATION OF PROJECT

The “Repair and Improvement of Perimeter Fence at Naga


Airport” to be bid is located at CAAP Naga Airport, Pili Camarines Sur.

3.0 GENERAL CONDITIONS OF PLANS AND SPECIFICATIONS

The execution of this Specification, Plans and other related Contract


Documents shall be subject to the rules and regulations as provided in the General
Conditions of the Contract. The Plans and specifications shall be interpreted by the
Head of Procuring Entity and or his/her representative. No excuses shall be
entertained for misinterpretation of the Plans and specifications after the award of
contract. All works as deemed required by the Procuring Entity shall be carried out
properly by the Contractor.

1. The Contractor shall consult the Head of Procuring Entity or his/her


representative on portion of the work not mentioned in the Specification and not
illustrated on the Plans. Contractor shall base all their works on detailed plans
approved by the Head of Procuring Entity, otherwise Contractor shall be responsible
for the in-acceptance of the work done, which did not commensurate to the approved
plans. In such case, the Contractor shall make good the work at his own expense.
2. No alteration or addition shall be allowed without the consent and proper
documentation approved by the Head of Procuring Entity, even such change is
ordered by the designated project in charge, the Contractor shall bring the case to the
Procuring Entity. Request for changes, alteration and deviation of work on the
approved program of work, lay-outs plan, design and scope of work shall not be done
without the approval of the Head of Procuring Entity.

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.

4.0 GENERAL REQUIREMENTS

1.0 Processing and Securing of Permits and Insurance

The contractor shall be responsible for securing all necessary permits related
to the project, including payment of assessed fees as may be required.

5.0 SCOPE OF WORK

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;

Execution of this Section shall be coordinated and harmonized to each


corresponding elaborated section of these same specifications.
In case discrepancies exist between this Section and its corresponding
elaborated sections, notify the Head of Procuring Entity immediately for clarification;
their decision shall be final.
The Contractor shall bear the responsibility of checking all the numbers and
units as indicated in the Bill of Quantities. It is understood that the Contractor shall
supply and install the required units in accordance with the Plans and the
Specifications. Any excess in the bill of quantities shall be the property of the
Procuring Entity.
During project implementation, the winning bidder/contractor may propose
substitution of materials or equipment or makes other than those specified in the
Contract documents shall be subject to the approval of the Head of Procuring Entity
for the following reasons only:

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.

To receive consideration, request(s) for substitution shall be accompanied by


documentary proof of equality or difference in price and delivery, if any, in the form
of certified quotations and guaranteed date of delivery from suppliers of either the
proposed substituted materials or equipment.
The Contractor shall conduct thorough inspection of the existing job site
conditions.

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 have licensed professionals required in the execution of


the project which they have submitted in their bid. Shop drawings of actual reference
marks shall be verified and approved by the Head of Procuring Entity prior to any
permanent construction. Contactor shall refer to the General Nature and Scope of
Work and other Bid Documents for more extensive description of the work.

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.

Construction, furnishing, labor, materials, tools and equipment not in


accordance with the specification approve by the Head of Procuring Entity, may be
undone or replaced as the case may be and expenses relative to these shall be
done/shouldered by the contractor.

6.0 MOBILIZATION/DEMOBILIZATION

This work includes mobilization and demobilization of the contractor’s


personnel and equipment necessary for performing the work required under the
contract.
Mobilization shall include all activities and associated costs for transportation
of contractor’s personnel, equipment, and operating supplies to the site; establishment
of offices, temporary facilities, buildings, and other necessary general facilities for the
contractor’s operations at the site.
Demobilization shall include the disassembly, hauling, removal of
debris/rubbish, and site cleanup of offices, buildings, and other facilities assembled on
the site.
Mobilization shall consist of obtaining all required insurance, bonds and
permits; preparatory work and operations necessary for the movement of personnel,
equipment, supplies, and incidentals to the project site; preparation of
construction schedule; furnishing and erecting field offices, laboratory, batch plants
and progressive Program of Work.
Dis-assembled materials useful to the agency shall be entrusted to the Supply
Unit of CAAP. Materials considered as waste material shall be supported by a waste
disposal report.

38
7.0 CIVIL/STRUCTURAL WORKS

7.01 Site Works

Site Clearing:

Protection and/or removal of existing structures shall have the approval of


the Procuring Entity. The assigned Project In-Charge for Naga Airport project
must be consulted prior to any demolition. Rubbish shall be legally and properly
disposed of.

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.

7.02 Temporary Facilities

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 the necessary number of warehousemen


to ensure security of construction site.

The General Contractor shall provide at necessary number of units of Fire


extinguishers.

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.

All others required as discussed in the Pre-Bid Conference or as issued


Supplemental Bid Bulletins.

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.

General Contractor shall designate and/or allot a space to sub-contractors for


storage of their materials and for erection of their sheds and tool houses (if necessary).
Materials shall be arranged properly and accordingly in terms of sizes, quality,
quantity, category and time of use.

Warehouse shall be maintained properly by a designated person of the General


Contractor.

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.

Should it be necessary at any time to move materials, sheds or storage


platforms, the Contractor shall do so at own expense. Stored materials shall be the
responsibility of the Contractor and due actions shall be done during inclement
weather conditions. Clearing of the construction site of any debris which may cause
hazards shall be done and safety of employees both of the contractor & CAAP shall
be of utmost importance.

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

After concrete for foundations is hard enough to withstand pressure resulting


from fills, the materials removed from excavations shall be used for backfill around
them.
Backfill and fills shall be placed in layers not exceeding 150mm thickness,
and each layer shall be thoroughly compacted by wetting, tamping and rolling.

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:

Columns and Footings -Class A (1:2:4) 3,000 psi

Concrete Hollow Blocks Footing -Class A (1:2:4) 3,000 psi

Reinforced Concrete Beams & -Class A (1:2:4) 3,000 psi


Slabs

Concrete Slab Floor on Fill -Class A (1:2:4) 3,000 psi

Class A concrete shall be a mixture of 1 part cement, 2 parts fine aggregate


and 4 parts coarse aggregate by volume, plus enough clean water to make the mixture into a
pliable paste.
The fine aggregate for concrete shall consist of natural sand, or inert materials similar
characteristics, having clean, hard and durable grains, free from organic matter or loam.
The coarse aggregate for concrete shall consist of crushed rock of durable and strong
qualities, clean and hard gravel. Size of the coarse aggregate to be used shall vary from
20mm to 25mm (3/4”-1”).

All concrete work shall observe the necessary curing period.

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.

7.07 Forms for Concrete Works

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.

7.08 Steel Works

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.

7.09 Concrete Hollow Blocks

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.

8.0 CONSTRUCTION SAFETY AND HEALTH

The contractor shall include a Construction Safety and Health Program


for the project by providing bill boards, necessary gear and protective
accessories for workers such as safety helmet, shoes, vest, gloves, boots and
raincoats if necessary are to be provided. A Safety Practitioner and Health
Personnel are required a list of safety protocols shall be provided. The
contractor shall be solely liable for any accidents injury caused to any person
by reason of negligence at the work area.

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.

Tarpaulin : White 8 feet by 8 feet

Resolution : 70 dots per inch (dpi)

Font : Helvetica

Font Size : Main Information - 3 inches

Sub Information - 1 inch

Font Color : Black

43
Section VII. Drawings

44
Section VIII. Bill of Quantities

45
Bill of Quantities

Annex “B” Form 1 …………………………………………………………...Bill of Quantities


Annex “B” Form 2 ………………………………………………………………..Bid Proposal
Annex “B” Form 3 ……………………………………………………...…...Detailed Estimate

46
Annex "B" Form 1
(Contractor's Logo On Main Page)
BILL OF QUANTITIES

Project: Repair And Improvement Of Perimeter Fence At Naga Airport


Location : Naga Airport, Pili, Camarines Sur

Item No Description Qty Unit Unit Price Amount

Mobilization/Demobilization

Pesos Amount in
Words
1.00 lot

and centavos

SPL Site Works

Pesos Amount in
Words
1.00 lot

and centavos

1.00 Earthworks

Pesos Amount in
Words
1.00 lot

and centavos

Vegetation Removal along the Fence


2.00
with 2.5m Width

Pesos Amount in
Words
1.00 lot

and centavos

3.00 Provision of CHB Perimeter Fence

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

Provision of 4 Additional Layers


5.00
including demolition of 1 Layer
1.00 lot
Pesos Amount in
Words

and centavos

6.00 Provison of Retaining Wall with Fence


1.00 lot
Pesos Amount in
Words

and centavos

7.00 Provision of Frangible Fence

1.00 lot
Pesos Amount in
Words

and centavos

Total Bid Amount (Php) :

Total Bid Amount in Words:

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

ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT


SPL SITE WORKS
A Material Cost
Temporary Facility 1.00 lot
Material Cost Sub-total . . . . . . . . . . .
1.00 EARTHWORKS
A Material Cost
Backfill 220.00 cu.m
Material Cost Sub-total . . . . . . . . . . .
B Labor Cost
Demolition of chb fence (104sq.m) 1.00 lot
Chipping of chb top layer and dismantling of barb wire (374sq.m) 1.00 lot
Labor Cost Sub-total ……
C Equipment Rental Cost QTY DUR. (DAYS) RATE/DAY
Dump Truck 1.00 4.00
(additional 20% including oil, operator and maintenance)
Equipment Sub-total …
2.00 Vegetation Removal along the fence with 2.5m width QTY UNIT UNIT PRICE
B Labor Cost
Manual clearing of vegetation (3,350sq.m)
( clearing of vegetation, removal of trees and disposal) 3,350.00 sq.m
Labor Cost Sub-total……
C Equipment Rental Cost QTY DUR. (DAYS) RATE/DAY
Backhoe Excavator
13.5t 0.5m3 bucket volume crawler excavator, 74 kW (99 hp /
101 ps) @ 2,200 rpm 1.00 3.00
(additional 20% including oil, operator and maintenance)
Equipment Sub-total …

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

Labor Cost Sub-total …


6.00 Provision of Retaining wall with fence
A Material Cost
Cement 249.50 bags
Sand 10.00 cu.m
Gravel 2.00 cu.m
Stone 51.00 cu.m
CHB 150mm 422.00 pcs
RSB 12mmØ 48.00 pcs
RSB 10mm Ø 31.00 pcs
Tie Wire 2.00 kgs
Coco Lumber 2''x3'' 128.00 bd.ft
Coco Lumber 2''x2'' 551.00 bd.ft
Ordinary Plywood 1/4'' Thk. 17.00 pcs
Red Oxide 1.00 gal
Common Nails Assorted 15.00 kgs
PVC Pipe 50mm Ø 3.00 pcs
G.I Pipe 50mm Schedule 40 1.00 pcs
Round Bar 8mm Ø 1.00 pcs
Barbed Wire Galvanized 105.00 ln.m
Welding Rod Special 7.00 kgs
Material Cost Sub-total . . . . . . . . . . .
B Labor Cost QTY DUR. (DAYS) RATE/DAY
Civil Engineer 1.00 8.00
Foreman 1.00 8.00
Skilled Labor 5.00 20.00
Common Labor 3.00 20.00
Labor Cost Sub-total …
C Equipment Rental Cost QTY DUR. (DAYS) RATE/DAY
Welding Machine 1.00 4.00
One Bagger Mixer 1.00 9.00
Bar Cutter 1.00 9.00
Equipment Sub-total …

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

Class “A” Documents

Legal Documents
฀ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);
or

฀ (b) Registration certificate from Securities and Exchange Commission (SEC),


Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative
Development Authority (CDA) for cooperatives or its equivalent document;
and

฀ (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

฀ (h) Philippine Contractors Accreditation Board (PCAB) License;


or

Special PCAB License in case of Joint Ventures;

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;

฀ b. List of contractor’s key personnel (e.g., Project Manager, Project Engineers,


Materials Engineers, and Foremen), to be assigned to the contract to be bid,
with their complete qualification and experience data;

฀ 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

฀ (k) Original duly signed Omnibus Sworn Statement (OSS);


and if applicable, Original Notarized Secretary’s Certificate in case of a corporation,
partnership, or cooperative; or Original Special Power of Attorney of all members of
the joint venture giving full power and authority to its officer to sign the OSS and do
acts to represent the Bidder.

(Please use Revised Form per GPPB Resolution No. 16-2020.)

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

฀ (m) The prospective bidder’s computation of Net Financial Contracting Capacity


(NFCC).

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.

II. FINANCIAL COMPONENT ENVELOPE


฀ (o) Original of duly signed and accomplished Financial Bid Form; and

(Please use Bid Form per GPPB Resolution No. 16-2020.)

Other documentary requirements under RA No. 9184

฀ (p) Original of duly signed Bid Prices in the Bill of Quantities; and

฀ (q) Duly accomplished Detailed Estimates Form, including a summary sheet


indicating the unit prices of construction materials, labor rates, and equipment
rentals used in coming up with the Bid; and

฀ (r) Cash Flow by Quarter.

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. : _________________

To: [name and address of Procuring Entity]

Having examined the Philippine Bidding Documents (PBDs) including the Supplemental or
Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly acknowledged,
we, the undersigned, declare that:

a. We have no reservation to the PBDs, including the Supplemental or Bid Bulletins, for the
Procurement Project: [insert name of contract];

b. We offer to execute the Works for this Contract in accordance with the PBDs;

c. The total price of our Bid in words and figures, excluding any discounts offered below is:
[insert information];

d. The discounts offered and the methodology for their application are: [insert information];

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

f. Our Bid shall be valid within the a period stated in the PBDs, and it shall remain binding
upon us at any time before the expiration of that period;

g. If our Bid is accepted, we commit to obtain a Performance Security in the amount of


[insert percentage amount] percent of the Contract Price for the due performance of the
Contract, or a Performance Securing Declaration in lieu of the the allowable forms of
Performance Security, subject to the terms and conditions of issued GPPB guidelines12 for
this purpose;

12 currently based on GPPB Resolution No. 09-2020


h. We are not participating, as Bidders, in more than one Bid in this bidding process, other
than alternative offers in accordance with the Bidding Documents;

i. We understand that this Bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal Contract
is prepared and executed; and

j. We understand that you are not bound to accept the Lowest Calculated Bid or any other Bid
that you may receive.

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: ___________________________________________________________________

Legal Capacity: ____________________________________________________________

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.:

a. Philippine Bidding Documents (PBDs);


i. Drawings/Plans;
ii. Specifications;
iii. Bill of Quantities;
iv. General and Special Conditions of Contract;
v. Supplemental or Bid Bulletins, if any;
b. Winning bidder’s bid, including the Eligibility requirements, Technical and Financial
Proposals, and all other documents or statements submitted;

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;

d. Notice of Award of Contract and the Bidder’s conforme thereto; and

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.

[Insert Name and Signature] [Insert Name and Signature]

[Insert Signatory’s Legal Capacity] [Insert Signatory’s Legal Capacity]

for: for:

[Insert Procuring Entity] [Insert Name of Supplier]

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:

1. [Select one, delete the other:]

[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of


Bidder] with office address at [address of Bidder];
[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and
designated representative of [Name of Bidder] with office address at [address of Bidder];

2. [Select one, delete the other:]

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

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

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic


copy of the original, complete, and all statements and information provided therein are true
and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;

6. [Select one, delete the rest:]

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

8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in


compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;


b. Acknowledging all conditions, local or otherwise, affecting the implementation of the
Contract;
c. Making an estimate of the facilities available and needed for the contract to be bid, if any;
and
d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee,
or any form of consideration, pecuniary or otherwise, to any person or official, personnel or
representative of the government in relation to any procurement project or activity.

10. In case advance payment was made or given, failure to perform or deliver any of the
obligations and undertakings in the contract shall be sufficient grounds to constitute
criminal liability for Swindling (Estafa) or the commission of fraud with unfaithfulness
or abuse of confidence through misappropriating or converting any payment received
by a person or entity under an obligation involving the duty to deliver certain goods or
services, to the prejudice of the public and the government of the Philippines pursuant
to Article 315 of Act No. 3815 s. 1930, as amended, or the Revised Penal Code.

Page 64 of 78
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

[Jurat]

[Format shall be based on the latest Rules on Notarial Practice]

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.

BID SECURING DECLARATION


Project Identification No.: [Insert number]

To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any
procurement contract with any procuring entity for a period of two (2) years upon receipt of
your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6
of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from
receipt of the written demand by the procuring entity for the commission of acts resulting to
the enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1,
except 69.1(f),of the IRR of RA No. 9184; without prejudice to other legal action the
government may undertake.

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

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]

[Insert signatory’s legal capacity]


Affiant

[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]

Page 66 of 78
AUTHORITY OF SIGNATORY
(SPECIAL POWER OF ATTORNEY)

I, ____________________________, President of ____(Name of the Bidder)___, a


corporation incorporated under the laws of the Republic of the Philippines with its
registered office at ______________________________, by virtue of Board Resolution
No. ___________ dated __________________________, has made, constituted and
appointed ________________________ true and lawful attorney, for it and its name, place
and stead, to do, execute and perform any and all acts necessary and/or represent
______________________ in the bidding of ____(Name of the Project)____ as fully and
effectively as corporation might do if personally present with full power of substitution and
revocation and hereby confirming all that said representative shall lawfully do or cause to
be done by virtue hereof.

IN WITNESS WHEREOF, I have hereunto set may hand this _____ date of
________________, 20____ at ______________________________.

Signed in the Presence of:


________________________________ _______________________________

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:

I am(Name of Nominee)a License Engineer with Professional License No.


issued on (Date of Issuance)at (Place of Issuance).

I hereby certify that (Name of Bidder)has engaged my services as(Designation)for


(Name of the Project), if awarded to it.

As(Designation), I supervised the following completed projects similar to the


contract under bidding:

NAME OF PROJECT OWNER COST DATE


COMPLETED

At present, I am supervising the following project:

NAME OF PROJECT OWNER COST DATE


COMPLETED

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)

SUBSCRIBED AND SWORN to before me this day of , 20


affiant exhibiting to me his/her Residence Certificate No. issued on
at , Philippines.

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.

1. Authorized Managing Officer / Representative

2. Sustained Technical Employee

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:

Name and Address of Employer Length of Service


year(s) from to
year(s) from to
year(s) from to

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)

Name and Signature of Personnel

It is hereby certified that the above personnel can be assigned to this project, if the
contract is awarded to our company.

(Place and Date) (The Authorized Representative

Page 72 of 78
(Contractor's Logo on Main Page)
Qualification of Key Personnel Proposed to be Assigned to the Project

Business Name : ____________________________________________________


Business Address : ____________________________________________________

Construction Other position deemed


Project
Civil Engineer Foreman Safety and Health required by the Applicant
Manager/Engineer
Personnel for this project
1 Name
2 Address
3 Date of Birth
4 Employed Since
5 Experience
6 Previous Employment
7 Education
8 PRC License

Minimum Requirements : Civil Engineer


: Safety Officer
: Foreman

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

C. Under Purchase Agreement


I.
II.
III
IV.
V

Page 74 of 78
List of Minimum equipment required for the project:

Note: Attach Proof of Ownership, Leased Agreement or Purchased Agreement

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]

_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES)

CITY OF _____________________ ) S.S.

PERFORMANCE SECURING DECLARATION

Invitation to Bid: [Insert Reference Number indicated in the Bidding Documents]

To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, to guarantee the faithful


performance by the supplier/distributor/manufacturer/contractor/consultant of its
obligations under the Contract, I/we shall submit a Performance Securing Declaration
within a maximum period of ten (10) calendar days from the receipt of the Notice of
Award prior to the signing of the Contract.

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:

a. issuance by the Procuring Entity of the Certificate of Final Acceptance, subject to


the following conditions:
i. Procuring Entity has no claims filed against the contract awardee;
ii. It has no claims for labor and materials filed against the contractor; and
iii. Other terms of the contract; or

b. replacement by the winning bidder of the submitted PSD with a performance


security in any of the prescribed forms under Section 39.2 of the 2016 revised IRR
of RA No. 9184 as required by the end-user.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].

[Insert NAME OF BIDDER OR ITS


AUTHORIZED REPRESENTATIVE]

[Insert signatory’s legal capacity]

Affiant

[Jurat]

[Format shall be based on the latest Rules on Notarial Practice]

Page 77 of 78
Page 78 of 78

You might also like