0% found this document useful (0 votes)
38 views64 pages

24m00057 Biddocs

Uploaded by

rheyjc09
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
38 views64 pages

24m00057 Biddocs

Uploaded by

rheyjc09
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 64

PHILIPPINE BIDDING DOCUMENTS

(As Harmonized with Development Partners)

Procurement of
INFRASTRUCTURE
PROJECTS
Government of the Republic of the Philippines

24M00057 - ROAD WIDENING - COTABATO-LANAO RD, K1858+100 -


K1858+558, K1858+263 - K1858+353, K1858+353 -
K1860+558, SULTAN KUDARAT, MAGUINDANAO DEL
NORTE

BID OPENING: NOVEMBER 29, 2023


DEADLINE OF DROPPING: 10:00 A.M.

Sixth Edition
July 2020
Preface

These Philippine Bidding Documents (PBDs) for the procurement of Infrastructure


Projects (hereinafter referred to also as the “Works”) through Competitive Bidding have been
prepared by the Government of the Philippines for use by all branches, agencies,
departments, bureaus, offices, or instrumentalities of the government, including government-
owned and/or -controlled corporations, government financial institutions, state universities
and colleges, local government units, and autonomous regional government. The procedures
and practices presented in this document have been developed through broad experience, and
are for mandatory use in projects that are financed in whole or in part by the Government of
the Philippines or any foreign government/foreign or international financing institution in
accordance with the provisions of the 2016 revised Implementing Rules and Regulations
(IRR) of Republic Act (RA) No. 9184.

The PBDs are intended as a model for admeasurements (unit prices or unit rates in a
bill of quantities) types of contract, which are the most common in Works contracting.

The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract; (ii) the
eligibility requirements of Bidders; (iii) the expected contract duration; and (iv) the
obligations, duties, and/or functions of the winning Bidder.

Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Works to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.

Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included in
the final documents. The following general directions should be observed when using the
documents:

a. All the documents listed in the Table of Contents are normally required for the
procurement of Infrastructure Projects. However, they should be adapted as
necessary to the circumstances of the particular Project.

b. Specific details, such as the “name of the Procuring Entity” and “address for
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. The final documents should
contain neither blank spaces nor options.

c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, BDS, General Conditions of Contract, Special Conditions of Contract,
Specifications, Drawings, and Bill of Quantities are not part of the text of the
final document, although they contain instructions that the Procuring Entity
should strictly follow.

d. The cover should be modified as required to identify the Bidding Documents


as to the names of the Project, Contract, and Procuring Entity, in addition to
date of issue.

1
e. Modifications for specific Procurement Project details should be provided in
the Special Conditions of Contract as amendments to the Conditions of
Contract. For easy completion, whenever reference has to be made to specific
clauses in the Bid Data Sheet or Special Conditions of Contract, these terms
shall be printed in bold typeface on Sections I (Instructions to Bidders) and III
(General Conditions of Contract), respectively.

f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.

2
TABLE OF CONTENTS

Glossary of Terms, Abbreviations, and Acronyms..........................................5


Section I. Invitation to Bid .................................................................................7
Section II. Instructions to Bidders.................................................................. 10
1. Scope of Bid ............................................................................................................11
2. Funding Information ...............................................................................................11
3. Bidding Requirements .............................................................................................11
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ....................11
5. Eligible Bidders .......................................................................................................11
6. Origin of Associated Goods ....................................................................................12
7. Subcontracts ............................................................................................................12
8. Pre-Bid Conference .................................................................................................13
9. Clarification and Amendment of Bidding Documents............................................13
10. Documents Comprising the Bid: Eligibility and Technical Components ...............13
11. Documents Comprising the Bid: Financial Component .........................................14
12. Alternative Bids ......................................................................................................14
13. Bid Prices ................................................................................................................14
14. Bid and Payment Currencies ...................................................................................14
15. Bid Security.............................................................................................................15
16. Sealing and Marking of Bids...................................................................................15
17. Deadline for Submission of Bids ............................................................................15
18. Opening and Preliminary Examination of Bids ......................................................15
19. Detailed Evaluation and Comparison of Bids .........................................................16
20. Post Qualification ....................................................................................................16
21. Signing of the Contract ...........................................................................................16
Section III. Bid Data Sheet .............................................................................. 17
Section IV. General Conditions of Contract ................................................. 20
1. Scope of Contract ....................................................................................................21
2. Sectional Completion of Works ..............................................................................21
3. Possession of Site ....................................................................................................21
4. The Contractor’s Obligations ..................................................................................21
5. Performance Security ..............................................................................................22
6. Site Investigation Reports .......................................................................................22

3
7. Warranty..................................................................................................................22
8. Liability of the Contractor .......................................................................................22
9. Termination for Other Causes .................................................................................22
10. Dayworks ................................................................................................................23
11. Program of Work.....................................................................................................23
12. Instructions, Inspections and Audits .......................................................................23
13. Advance Payment....................................................................................................23
14. Progress Payments ..................................................................................................23
15. Operating and Maintenance Manuals......................................................................23
Section V. Special Conditions of Contract..................................................... 25
Section VI. Specifications ................................................................................ 28
Section VII. Drawings ...................................................................................... 29
Section VIII. Bill of Quantities ....................................................................... 30
Section IX. Checklist of Technical and Financial Documents ..................... 42

4
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.

5
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)

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
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS XII
REGIONAL OFFICE XII
Koronadal City

Invitation to Bid for


24M00057 - ROAD WIDENING - COTABATO-LANAO RD, K1858+100 - K1858+558,
K1858+263 - K1858+353, K1858+353 - K1860+558, SULTAN KUDARAT, MAGUINDANAO DEL
NORTE

1. The Department of Public Works and Highways XII, through the Bids and Awards
Committee (BAC) intends to apply the sum One Hundred Forty Four Million Seven
Hundred Fifty Thousand Pesos Only (₱144,750,000.00) being the Approved Budget for the
Contract (ABC) to payments under the contract for 24M00057 - ROAD WIDENING -
COTABATO-LANAO RD, K1858+100 - K1858+558, K1858+263 - K1858+353, K1858+353 -
K1860+558, SULTAN KUDARAT, MAGUINDANAO DEL NORTE. The Contract duration
of 263 Calendar Days. Bids received in excess of the ABC shall be automatically rejected at bid
opening.

The Department of Public Works and Highways XII, through the Funding Source is the
Government of the Philippines (GOP)-(NEP) intends to apply the sum of the above-mentioned
Projects with corresponding Approved Budget for the Contract (ABC). Bids received in excess of
the ABC shall be automatically rejected at bid opening.

2. Bidders should have completed a contract similar to the Project. The description of an eligible
bidder is contained in the Bidding Documents, particularly, in Section II (Instructions to
Bidders).

3. Prospective Bidders should be (1) registered with and classified by the Philippine Contractors
Accreditation Board (PCAB) with PCAB LICENSE Category as indicated above. The
Contractors/applicants who wish to participate in this bidding are encouraged to enroll in the
DPWH Civil Works Application (CWA) at the DPWH Procurement Service (PrS), 5th 9 Floor,
DPWH Bldg., Bonifacio Drive, Port Area, Manila, while those already enrolled shall keep their
records current and updated. The Contractor’s eligibility to bid on the project will be determined
using the DPWH Contractor Profile Eligibility Process (CPEP) and subject to further post-
qualification. Information on registration can be obtained from the PrS during working weekdays
from 7:00 am to 4:00 pm or at the DPWH website www.dpwh.gov.ph.

4. Bidding will be conducted through open competitive bidding procedures using non-discretionary
“pass/fail” criterion as specified in the 2016 revised Implementing Rules and Regulations (IRR)
of Republic Act (RA) No. 9184.

5. Interested bidders may obtain further information from Department of Public Works and
Highways XII and inspect the Bidding Documents at the address given below from 8:00 A.M. to
5:00 P.M.

6. A complete set of Bidding Documents may be acquired by interested bidders on November 09,
2023 to NOVEMBER 29, 2023 from given address and website/s below and upon payment of
the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the
GPPB. The Procuring Entity shall allow the bidder to present its proof of payment for the fees
presented in person.

8
7. The Bidding Documents may also be downloaded free of charge from the website of the
Philippine Government Electronic Procurement System (PhilGEPS), and the website of the
Procuring Entity, provided that bidders shall pay the applicable fee for the Bidding Documents
not later than the submission of their bids.

8. The Department of Public Works and Highways XII will hold a Pre-Bid Conference1 on
November 16, 2023 at 9:00 A.M. at DPWH Regional Office XII Conference Room, Koronadal
City, South Cotabato and/or through videoconferencing/webcasting via Zoom, which shall be
open to prospective bidders.

9. Bids must be duly received by the BAC Secretariat through (i) manual submission at the office
address as indicated below, (ii) online or electronic submission as indicated below, or (iii) both
on or before NOVEMBER 29, 2023 at 10:00 A.M. Late bids shall not be accepted.

10. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount
stated in ITB Clause 16.

11. Bid opening shall be on NOVEMBER 29, 2023 at 2:00 p.m. at the given address below and/or
through videoconferencing via Zoom. Bids will be opened in the presence of the bidders’
representatives who choose to attend the activity.

12. The Department of Public Works and Highways XII 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 Implementing Rules and Regulations
(IRR) of RA No. 9184, without thereby incurring any liability to the affected bidder or bidders.

13. For further information, please refer to:

SHIRLINE G. AVILA
Head, Procurement Unit
Cor. Alunan Ave., Mabini St. Koronadal City, 9506
[email protected]
Tel. No.: (083)228-3908 / 0950-153-7276
facsimile number: (083)228-9577
www.dpwh.gov.ph

14. You may visit the following websites:

For downloading of Bidding Documents: www.dpwh.gov.ph and Philgeps website

For online bid submission: refer to DPWH D.O. 087 S. 2020


(http://dpwhweb/pdf/issuances/DO/20/DO_087_s2020.pdf)
Electronic bid submission email: [email protected]

Date of Pre-Procurement: November 08, 2023

(sgd.)ATTY. JAHARA A. ALI-MACADATO


BAC Chairperson

9
Section II. Instructions to Bidders

10
1. Scope of Bid
The Procuring Entity, Department of Public Works and Highways XII invites Bids for
the ROAD WIDENING - COTABATO-LANAO RD, K1858+100 - K1858+558,
K1858+263 - K1858+353, K1858+353 - K1860+558, SULTAN KUDARAT,
MAGUINDANAO DEL NORTE with Project Identification Number 24M00057.

The Procurement Project (referred to herein as “Project”) is for the construction of


Works, as described in Section VI (Specifications).

2. Funding Information
2.1. The GOP-NEP through the source of funding as indicated below for CY 2024
in the amount of 150,000,000.00

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


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.

11
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:


[Select one, delete other/s]

a. Subcontracting is allowed. The portions of Project and the maximum


percentage allowed to be subcontracted are indicated in the BDS,
which shall not exceed fifty percent (50%) of the contracted Works.

b. Subcontracting is not allowed.

7.1. [If Procuring Entity has determined that subcontracting is allowed during the
bidding , state:] The Bidder must submit together with its Bid the
documentary requirements of the subcontractor(s) complying with the
eligibility criterial stated in ITB Clause 5 in accordance with Section 23.4 of
the 2016 revised IRR of RA No. 9184 pursuant to Section 23.1 thereof.

7.2. [If subcontracting is allowed during the contract implementation stage, state:]
The Supplier may identify its subcontractor during the contract
implementation stage. Subcontractors identified during the bidding may be
changed during the implementation of this Contract. Subcontractors must
submit the documentary requirements under Section 23.1 of the 2016 revised
12
IRR of RA No. 9184 and comply with the eligibility criteria specified in ITB
Clause 5 to the implementing or end-user unit.

7.3. Subcontracting of any portion of the Project does not relieve the Contractor of
any liability or obligation under the Contract. The Supplier will be responsible
for the acts, defaults, and negligence of any subcontractor, its agents, servants,
or workmen as fully as if these were the Contractor’s own acts, defaults, or
negligence, or those of its agents, servants, or workmen.

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 {[insert if applicable] and/or through
videoconferencing/webcasting} as indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents


Prospective bidders may request for clarification on and/or interpretation of any part
of the Bidding 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.

13
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.

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:

[Select one, delete other/s]

a. Philippine Pesos.

14
b. [indicate currency if procurement involves a foreign-denominated bid as
allowed by the Procuring Entity, which shall be tradeable or acceptable
by the BSP.]

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 [indicate date]. 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.

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.

15
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
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.

16
Section III. Bid Data Sheet

17
Bid Data Sheet
ITB Clause
5.2 For this purpose, contracts similar to the Project refer to contracts which have
the same major categories of work, which shall be: RCP

7.1 Not Applicable.


10.3 Contractor license or permit Medium A is required.

10.4 The key personnel must meet the required minimum years of experience set
below:
General Experience Relevant
Key Personnel
(Same Position) Experience
Project Manager
(with copy of TIN ID or TIN) 5 3
Project Engineer
(with copy of TIN ID or TIN) 5 5
Materials Engineer I
(must be a DPWH Accredited
Materials Engineer) 5 5
Const. Safety & Health
Officer (S. O. 3 – with
5 2
mandatory 40hrs basic
OSH Training course)
Foreman 5 3
Others [Specify]
As per DO No. 09 series 2012 “Technical Requirements for Civil Works Project for
Public Bidding”(attached)
10.5 The minimum major equipment requirements are the following:

Number of
No. Equipment Description Capacity
Equipment
1 Bulldozer, DX175 1.5 m3 / 1.95 yd3 1
2 Payloader, LX80-2C 1.5 m3 / 1.95 yd3 1
3 Motorized Road Grader, G710A 1.5 m3 / 1.95 yd3 1
4 Vibratory Roller, SD100DC 10 mt 1
5 Plate Compactor, 400 – 500 Gasoline Engine 1
6 Truck Mounted Crane, All Models 31-35 mt 1
7 Backhoe, Solar 220 LC-3 0.80 m3 / 1.04 yd3 1
8 Backhoe, with Hammer, Solar 220 LC-4 0.80 m3 / 1.04 yd3 1
9 Backhoe, Wheel Mounted, PW60N-1 0.28 m3 / 0.37 yd3 1
10 Concrete Screeder, Wacker Truss Screed 1
11 One Bagger Mixer 4-6 1
12 Transit Mixer, All Models 5 ft3/min 4
13 Dump Truck, All Models 12 yd3 2
14 Cargo/Service Truck, All Models 2-5 mt 1
15 Boom Truck, NXG1160D3ZAL1X 1
16 Cargo/Service Truck, All Models 9-10 mt 1
17 Water Truck/Pump, All Models 16000 L 1
18 Air Compressor, All Models 15-35 cfm 1

18
19 Jackhammer, 2
Chainsaw, HUSQVARNA 2100 CD with CR22, 7ft
20 1
Reach, 9” Std. Blade

21 Concrete Vibrator, Flexible Shaft Type, 2” Ø Head 2


with 5 Amp Gasoline Driven Unit
22 Concrete Saw, 14” Ø Blade w/ 4 ¾” Ø Cutting Depth 1
Bar Cutter, Ma x25mm Ø Grade 40 Rebar, Single
23 1
Phase
24 Bar Bender, 25 mm Max Rebar Ø, Three Phase 1
25 Concrete Batch Plant 1
26 Applicator Machine 1
27 Kneading Machine 1
28 Cutting Outfit 1
Telescopic Boom Lift (1000 lbs X 60’ Hts. X 66’
29 1
Range)
TOTAL 35

As per DO No. 11 series 2017 “Inclusion of the Minimum Testing Materials


Equipment in the Technical Component of the Bid”(attached)
12 [Insert Value Engineering clause if allowed.]

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 (5%) of ABC] if bid security is in Surety Bond.
19.2 Partial bids are allowed, as follows:
[Insert grouping of lots by specifying the items and the quantity for every
identified lot.]
20 [List licenses and permits relevant to the Project and the corresponding law
requiring it, e.g. Environmental Compliance Certificate, Certification that the
project site is not within a geohazard zone, etc.]
3.0 In addition to clause 3 of Bidding Requirements the bidders shall comply with
all the existing rules and regulation related to Infrastructure projects; such as,
but not limited to, DPWH Department Orders issuances, DOLE issuances, &
GPPB issuances.
21 Additional contract documents relevant to the Project that may be required by
existing laws and/or the Procuring Entity, such as construction schedule and S-
curve, manpower schedule, construction methods, equipment utilization
schedule, construction safety and health program approved by the DOLE, and
other acceptable tools of project scheduling.

19
Section IV. General Conditions of Contract

20
1. 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.

2. 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).

3. 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.

4. 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.

21
5. 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.

6. 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.

7. 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.

8. Liability of the Contractor


Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability
under this Contract shall be as 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.

9. 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.

22
10. Dayworks
Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of
RA No. 9184, and if applicable as indicated in the SCC, the Dayworks rates in the
Contractor’s Bid shall be used for small additional amounts of work only when the
Procuring Entity’s Representative has given written instructions in advance for
additional work to be paid for in that way.

11. 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.

12. Instructions, Inspections and Audits


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

13. 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.

14. 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.

15. Operating and Maintenance Manuals

23
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.

24
Section V. Special Conditions of Contract

25
Special Conditions of Contract
GCC Clause
2 The Intended Completion Date is November 15, 2024

4.1 [Specify the schedule of delivery of the possession of the site to the
Contractor, whether full or in part.]
6 The site investigation reports are:
7.2 [Select one, delete the other.]

[In case of permanent structures, such as buildings of types 4 and 5 as


classified under the National Building Code of the Philippines and other
structures made of steel, iron, or concrete which comply with relevant
structural codes (e.g., DPWH Standard Specifications), such as, but not
limited to, steel/concrete bridges, flyovers, aircraft movement areas,
ports, dams, tunnels, filtration and treatment plants, sewerage systems,
power plants, transmission and communication towers, railway system,
and other similar permanent structures:] Fifteen (15) years.

[In case of semi-permanent structures, such as buildings of types 1, 2,


and 3 as classified under the National Building Code of the Philippines,
concrete/asphalt roads, concrete river control, drainage, irrigation lined
canals, river landing, deep wells, rock causeway, pedestrian overpass,
and other similar semi-permanent structures:] Five (5) years.

[In case of other structures, such as bailey and wooden bridges, shallow
wells, spring developments, and other similar structures:] Two (2) years.
10 [Select one, delete the other:]

a. Dayworks are applicable at the rate shown in the Contractor’s


original Bid.

b. No dayworks are applicable to the contract.


11.1 The Contractor shall submit the Program of Work to the Procuring
Entity’s Representative within 10 days of delivery of the Notice of
Award.
11.2 The amount to be withheld for late submission of an updated Program of
Work is [insert amount].
13 The amount of the advance payment is 15% of the total contract price
and schedule of payment.
14 [If allowed by the Procuring Entity, state:] Materials and equipment
delivered on the site but not completely put in place shall be included
for payment.
15.1 The date by which operating and maintenance manuals are required is
[date].

The date by which “as built” drawings are required is [date].


15.2 The amount to be withheld for failing to produce “as built” drawings

26
and/or operating and maintenance manuals by the date required is
[amount in local currency].

27
Section VI. Specifications

28
Section VII. Drawings
[Insert here a list of Drawings. The actual Drawings, including site plans, should be
attached to this section, or annexed in a separate folder.]

29
Section VIII. Bill of Quantities

30
Department of Public Works and Highways XII (DPWH)
Contract ID : 24M00057
Contract Name/Location : ROAD WIDENING - COTABATO-LANAO RD, K1858+100 -
K1858+558, K1858+263 - K1858+353, K1858+353 - K1860+558,
SULTAN KUDARAT, MAGUINDANAO DEL NORTE

PAY UNIT PRICE(PESOS) TOTAL COST (PESOS)


DESCRIPTION UNIT QUANTITY
ITEM NO. (IN WORDS & IN FIGURES) (IN WORDS & IN FIGURES)

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


PART A: FACILITIES FOR THE ENGINEER
69,616.26
7,938.00
Sixty Nine Thousand
Seven Thousand Nine
Six Hundred Sixteen
Hundred Thirty Eight
Pesos and 26/100
Pesos Only
Only
Provision of Field Office
A.1.1(8) for the Engineer (Rental months 8.77
Basis)

496,052.69
56,562.45
Four Hundred Ninety
Fifty Six Thousand
Six Thousand Fifty
Five Hundred Sixty
Two Pesos and
Provision of 4x4 Pick Up Two Pesos and
69/100 Only
Type Service Vehicle for Vehicle 45/100 Only
A.1.2(2) the Engineer on Bare - 8.77
Rental Basis months

PART B: OTHER GENERAL REQUIREMENTS


6,535.47 13,070.95

Six Thousand Five Thirteen Thousand


Hundred Thirty Five Seventy Pesos and
Pesos and 47/100 95/100 Only
B.5 Project Billboard/Signboard each 2.00 Only

31
PAY UNIT PRICE(PESOS) TOTAL COST (PESOS)
DESCRIPTION UNIT QUANTITY
ITEM NO. (IN WORDS & IN FIGURES) (IN WORDS & IN FIGURES)

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


189,225.12 189,225.12

One Hundred Eighty One Hundred Eighty


Nine Thousand Two Nine Thousand Two
Hundred Twenty Five Hundred Twenty Five
Occupational Safety & lump
Pesos and 12/100 Pesos and 12/100
B.7(2) Health Program sum 1.00
Only Only

71,223.40
8,121.26
Seventy One
Eight Thousand One
Thousand Two
Hundred Twenty One
Hundred Twenty
Pesos and 26/100
B.8(1) Traffic Management month 8.77 Three Pesos and
Only
40/100 Only

572,762.40 572,762.40

Five Hundred Seventy Five Hundred Seventy


Two Thousand Seven Two Thousand Seven
Hundred Sixty Two Hundred Sixty Two
Mobilization/Demobilization lump Pesos and 40/100 Pesos and 40/100
B.9 1.00
sum Only Only

1,668,267.66 1,668,267.66

One Million Six One Million Six


Hundred Sixty Eight Hundred Sixty Eight
Thousand Two Thousand Two
Removal and Relocation of lump Hundred Sixty Seven Hundred Sixty Seven
B.12 Utilities 1.00 Pesos and 66/100 Pesos and 66/100
sum
Only Only

32
PAY UNIT PRICE(PESOS) TOTAL COST (PESOS)
DESCRIPTION UNIT QUANTITY
ITEM NO. (IN WORDS & IN FIGURES) (IN WORDS & IN FIGURES)

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


PART C: EARTHWORKS

100(1) Clearing and Grubbing hectare 3.00

Individual Removal of
100(3) Trees, 301-500 mm dia., each 109.00
a2 Small

Individual Removal of
100(3) Trees, Small, 751 - 900 each 6.00
a4 mm.dia

Removal of Actual
101 Structures/Obstruction, square
PCCP (Unreinforced), 0.20 1,200.00
(3)b2 meter
m thick

33
PAY UNIT PRICE(PESOS) TOTAL COST (PESOS)
DESCRIPTION UNIT QUANTITY
ITEM NO. (IN WORDS & IN FIGURES) (IN WORDS & IN FIGURES)

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

Removal of Structures and cubic


101(6) Obstruction, Concrete 1,044.00
meter

Removal of Existing linear


101(8) Guardrails 765.00
meter

Removal of Existing
101(9) Guardrail Posts each 188.00

Structure Excavation, cubic


103(1)a Common Soil 2,377.00
meter

34
PAY UNIT PRICE(PESOS) TOTAL COST (PESOS)
DESCRIPTION UNIT QUANTITY
ITEM NO. (IN WORDS & IN FIGURES) (IN WORDS & IN FIGURES)

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

Foundation Fill cubic


103(3) 215.00
meter

Pipe culverts and drain cubic


103(6)a excavation, Common soil 99.00
meter

Embankment from
Roadway Excavation, cubic
104(1)a 11,796.00
Common Soil meter

Embankment from borrow, cubic


104 (2)a Common Soil 25,963.00
meter

35
PAY UNIT PRICE(PESOS) TOTAL COST (PESOS)
DESCRIPTION UNIT QUANTITY
ITEM NO. (IN WORDS & IN FIGURES) (IN WORDS & IN FIGURES)

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

Subgrade Preparation, square


105(1)a Common Material 28,759.00
meter

PART D: SUBBASE AND BASE COURSE

Aggregate Subbase cubic


200(1) Course 6,365.00
meter

PART E: SURFACE COURSE

Gravel Surface Course cubic


300(1) 629.00
meter

Portland Cement Concrete


Pavement (Unreinforced), square
311(1)a 3,183.00
0.15 m thick, 14 days meter

36
PAY UNIT PRICE(PESOS) TOTAL COST (PESOS)
DESCRIPTION UNIT QUANTITY
ITEM NO. (IN WORDS & IN FIGURES) (IN WORDS & IN FIGURES)

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

Portland Cement Concrete


311(1)e Pavement, Unreinforced, square
18,983.00
1 0.28 m thk., 14 days meter

PART F: BRIDGE CONSTRUCTION

Reinforcing Steel, Grade


404(1)a 40 kg 32,054.00

Structural Concrete, Class cubic


405(2)a B, 20.68 MPa 946.00
meter

PART G: DRAINAGE AND SLOPE PROTECTION STRUCTURES

500(1) Pipe Culverts, 910 mm linear


dia., Class IV, RCPC 78.00
b3 meter

37
PAY UNIT PRICE(PESOS) TOTAL COST (PESOS)
DESCRIPTION UNIT QUANTITY
ITEM NO. (IN WORDS & IN FIGURES) (IN WORDS & IN FIGURES)

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

Stone Masonry cubic


506(1) 10,737.00
meter

PART H: MISCELLANEOUS STRUCTURES

Metal Guardrail (Metal


603 Beam) Including Post, W- linear
1,651.00
(3)a1 Beam, Single meter

Metal Beam End Piece,


603 (4)a Fish Tail each 69.00

Warning Signs, 600 mm,


605(1) W1-3A, Horizontal each 2.00
c1 Alignment Curve L or R

38
PAY UNIT PRICE(PESOS) TOTAL COST (PESOS)
DESCRIPTION UNIT QUANTITY
ITEM NO. (IN WORDS & IN FIGURES) (IN WORDS & IN FIGURES)

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

Warning Signs, 600 mm,


605(1) W1-4A, Horizontal
Alignment Reverse Curve each 4.00
d1
L or R

Warning Signs, Horizontal


605(1) Alignment, Winding Road L each 1.00
e1 or R, W1-5A, 600 mm

Warning Signs, Horizontal


605(1) Alignment, Hairpin Bend L each 1.00
f1 or R, W1-6A, 600 mm

Regulatory Signs, 600 mm,


605(2) R3-16A, Prohibitive or
Restrictive Signs each 2.00
q1
Prohibition of Overtaking

39
PAY UNIT PRICE(PESOS) TOTAL COST (PESOS)
DESCRIPTION UNIT QUANTITY
ITEM NO. (IN WORDS & IN FIGURES) (IN WORDS & IN FIGURES)

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

605(6) Hazard Markers, 450x600


mm, Chevron Signs each 154.00
e1

Seedlings/Saplings for
611(3) Other Programs/Initiatives each 11,500.00

Reflectorized
Thermoplastic Pavement square
612(1) 2,458.00
Markings White meter

Reflectorized
Thermoplastic Pavement square
612(2) 737.00
Markings Yellow meter

40
TOTAL BID AMOUNT IN WORDS AND IN FIGURES

_____________________________________________________________________________________
SUBMITTED BY: _________________________________ DATE: ___________
Name of Bidder: _________________________________________
Position:__________________________________________

41
Section IX. Checklist of Technical and Financial
Documents

42
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; and
(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

43
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.

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).

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

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.

44
PRELIMINARY EXAMINATION OF TECHNICAL PROPOSAL
Date of Submission/Opening of Bids:

Contract ID No. :

Name of Project :

Approved Budget for the Contract (ABC):

Name of Contractor :

BAC Vice Chairman

BAC Provisional as
BAC Provisional

End User
BAC Chairman

BAC Regular

BAC Regular

BAC Regular
Tab No.
(1) PhilGEPS Certificate of Registration and Membership in accordance with Section 8.5.2 of the IRR
(2) a. If the Bidder is not previously enrolled in the CWR: the bidder's Class "A" and Class "B" Documents
not covered by the PhilGEPS Certificate, in accordance with Section 4.8.2 of this DPM Volume II.
These Documents should include, among others, the following information required in IRR Section
25.2b:
i. Valid PCAB License or special PCAB License in case of join ventures, and registration for the type and
cost of the contract to be bid.
ii. Statement of all On-going Government and Private, including contracts awarded but ot yet started, if any,
whether similar or not similar in nature and complexity to the contract to be bid.
ii. Statement identifiying the Bidder's SLCC similar to the contract to be bid
iii. NFCC Computation and Statement of Total Assets and Total Liabilities
iv. JVA, if applicable

b. If the bidder is previously enrolled in the CWR but would like to update any of its Class "A" and
Class "B" Documents in the CWR: the pertinent Documents to be updated.

(3) Bid Security in the prescribe form, amount and validity period (Form DPWH INFR-13).
a. Acceptable Forms Cash, Cashier's Check, Bank Draft/Guarantee, or Surety Bond callable upon Bid Securing
Manager's Check, Irrevocable Letter of Credit demand issued by a surety or Declaration
Issued by a Universal or Issued by a Universal or Insurance Commision as
Commercial Bank (2% Commercial Bank (If issued by authorized to issue such
of ABC) a Foreign Bank it shall be security (5% of ABC)
confirmed or authenticated by a
Universal or Commercial Bank
(2% of ABC)

Form Submitted by Contractor


Amount (Required): - ₱0.00 ₱0.00
b. Submitted by Contractor ( ) Sufficient ( ) Insufficient
c. Validity Period :
d. Issuing Company/Bank :
e. Official Receipt No. :
f. Callable on Demand :
Certificate from Insurance
g. :
Commision
(4) Eligibilty Requirements under Section 23.1 of the IRR.
ELECTRONIC EVALUATION using CWR:
ELIGIBLE INELIGIBLE
(5) Project Requirements, which shall include the following;
a. Contractor;s organizational chart for the contract to be bid (Form DPWH-INFR-13)

List of contractor's key personnel-e.g., Project Manager, Project Engineers, Materials Engineers, Construction Safety and
b. Foremen-to be assigned to the contract, with their complete qualification and experience data (Form DPWH-INFR-14).
These personnel must meet the required minimum years of experience set in the BDS.

List of contractor's major construction and laboratory equipment units to be used for the contract-which are owned, leased
and /or under purchase agreements, supported by certification of availability of the equipment from the equipment
c. lessor/vendor for the duration of the project (Form DPWH-INFR-15). These equipment units must meet the minimum
major equipment requirements for the contract set in the BDS and it should be included with a Minimum Testing Materials
Equipment as required in D.O 11, series of 2017 (copy attached in BDS)

Omnibus Sworn Statement by the prospective bidder or its authorized representative in the form
(6)
prescribed by the GPPB
Any missing, incomplete or patently insufficient document in the above-mentioned checklist is a ground for
Note:
outright rejection of the bid.
Overall Rating: ( ) Passed ( ) Failed BAC INITIAL

45
Bidder Form No. 1

PRELIMINARY EXAMINATION OF FINANCIAL PROPOSAL

Date of Submission/Opening of Bids :

Project ID No. :

Name of Project and Location :

Name of Contractor :

Approved Budget for the Contract (ABC) : -

TOTAL AMOUNT OF BID AS READ


(to be filled
(to be filled up by the DPWH
up by the
Contractor) Personnel)

BAC Provisional
BAC Provisional

as End User
BAC Chairman

BAC Regular

BAC Regular
BAC Regular
Financial Component TAB No.

BAC Vice
Chairman
1. Bid Form indicating the Total Bid Price, using Form DPWH INFR-09.

Bid Prices in the Bill of Quantities (BOQ) (Form s DPWH-INFR-16 and DPWH -INFR-
2.
18)

Detailed Estimates including a Summary sheet indicating the unit prices of construction
3. materials, labor rates and equipment rentals used in coming up w ith the bid;

4. Quarterly/Monthly Cash Flow and Payment Schedule

Note: Any missing, incomplete or patently insufficient document in the above-mentioned


checklist is a ground for outright rejection of the bid.

Overall Rating: ( ) Passed ( ) Failed

BAC INITIAL

Financial Proposal

46
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

47
the allowable forms of Performance Security, subject to the terms and conditions
of issued GPPB guidelines2 for this purpose;

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

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

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

k. We likewise certify/confirm that the undersigned, is the duly authorized


representative of the bidder, and granted full power and authority to do, execute
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: ___________________

2
currently based on GPPB Resolution No. 09-2020
48
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

49
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
Omnibus Sworn Statement (Revised)
[shall be submitted with the Bid]
_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES )


CITY/MUNICIPALITY OF ______ ) S.S.

AFFIDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after
having been duly sworn in accordance with law, do hereby depose and state that:

1. [Select one, delete the other:]

[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of Bidder]
with office address at [address of Bidder];

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

2. [Select one, delete the other:]

[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of [Name
of Bidder], I have full power and authority to do, execute and perform any and all acts necessary
to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the
Project] of the [Name of the Procuring Entity], as shown in the attached duly notarized Special
Power of Attorney;

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

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

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


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

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

6. [Select one, delete the rest:]

[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the

50
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.

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]

51
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;

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

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]

52
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
REGIONAL OFFICE XII
Koronadal City

Contract ID No. :
Contract Title :
Contract Location :
___________________________________________________________________________
CERTIFICATE AS TO TECHNICAL KEY PERSONNEL
(Department Order No.9 and 58, Series of 2012)
Date
BAC CHAIRMAN
Chairperson – Bids and Awards Committee
DPWH – Regional Office 12
Cor. Alunan Avenue, Mabini Street, Koronadal City

I, (Name of the Proprietor/Authorized Managing Officer), of legal age, the (Designation) of


(Construction Firm) with office address at (Office Address).

1. That the equipment we have pledged in the project to be bid will be available for
inspection during the post-qualification period in compliance with the D.O. 9, & 58
series of 2012.

2. That the Technical Personnel I have submitted in the bidding documents is an employee
of my firm and working on another project at the time of bidding and I certify that (1)
personnel will be pulled out from on-going project once the contract is awarded to us,
and (2) he/she will be replaced with another person with equal or better qualifications,
as certified by the Head of the Implementing Office Agency upon award of this project,
if won.

3. That I am making this certification in compliance with D.O. No. 9, series of 2012 of the
Implementing Rules and Regulations of the Republic Act. No. 9184 and in accordance
with the requirements of the Department of Public Works and Highways, Regional
Office XII, Koronadal City.

NAME OF THE PROPRIETOR/AUTHORIZED MANAGING OFFICER


BIDDERS REPRESENTATIVE AUTHORIZED SIGNATORY
CONSTRUCTION FIRM

53
1. ORGANIZATIONAL CHART

54
2. LIST OF EQUIPMENT PLEDGED

55
Contract ID No. :
Contract Title :

SWORN STATEMENT
(Conflict of Interest)

I, NAME OF THE PROPRIETOR/AUTHORIZED MANAGING OFFICER,


of legal age, married, Filipino and residing at ADDRESS, after having been duly
sworn to in accordance with law, hereby depose and say:

That I am the Authorized Managing Officer of CONSTRUCTION FIRM/NAME,


with the address OFFICE ADDRESS.

1. That the firm has no controlling shareholders in common with another bidder;

2. That the firm never receives or has received any direct or indirect subsidy
from any bidder;

3. That the firm has no the same legal representative as that of another bidder
for a purpose of this bid;

4. That the firm does not submit more than one bid in this bidding, however does
not limit the participation of subcontractors on more than on bid;

5. That the firm does not lends or temporary seconds, its personal to firms or
organization which is engaged in consulting services for the preparation
related to procurement for implementation of the project. If the personnel
would be involved in any capacity in the same project.

6. That we are making this statement in compliance with Section 11A-4 PBD’s
(Conflict of Interest) of the Implementing Rules and Regulations of Republic
Act No. 9184 and accordance with the requirements of the Procuring Entity.

56
In witness whereof, we hereunto set my hand this _____________________,
___________________.

NAME
Proprietor/Manager
CONSTRUCTION FIRM

SUBSCRIBED AND SWORN to before me this _____________________at


_____________________________, ____________ Philippines. Affiants
exhibiting his/her __________________ at ________________________.

Doc No. _______


Page No. _______
Book No. _______
Series of 2024

57
58
59
60
61
62
63

You might also like