0% found this document useful (0 votes)
115 views171 pages

Bidding Documents

Uploaded by

rheyjc09
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as XLSX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
115 views171 pages

Bidding Documents

Uploaded by

rheyjc09
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as XLSX, PDF, TXT or read online on Scribd
You are on page 1/ 171

Republic of the Philippines

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


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

BIDDING DOCUMENTS
FOR

CONTRACT ID: 24LD0110


CONTRACT NAME: Construction of Road leading to Aguila
Village, Sitio Teril, Kaqpatagan, Digos City, Davao Del Sur

CONTRACT LOCATION: Digos City, Davao del Sur


Issuance of Bidding Documents:
May 09, 2024 until before 9:00 A.M. of May 30, 2024
Date of Submission and Opening of Bids: May 30, 2024
TABLE OF CONTENTS
Glossary of 4
Terms, Abbreviations, and Acronyms 4
Section I. Invitation to Bid 7
Section II. Instructions to Bidders 8
1. Scope of Bid 9
2. Funding Information 9
3. Bidding Requirements 9
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices 9
5. Eligible Bidders 9
6. Origin of Associated Goods 10
7. Subcontracts 10
8. Pre-Bid Conference 10
9. Clarification and Amendment of Bidding Documents 10
10. Documents Comprising the Bid: Eligibility and Technical Components 10
11. Documents Comprising the Bid: Financial Component 11
12. Alternative Bids 11
13. Bid Prices 11
14. Bid and Payment Currencies 12
15. Bid Security 12
16. Sealing and Marking of Bids 12
17. Deadline for Submission of Bids 12
18. Opening and Preliminary Examination of Bids 12
19. Detailed Evaluation and Comparison of Bids 13
20. Post Qualification 13
21. Signing of the Contract 13
Section III. Bid Data Sheet 14
Section IV. General Conditions of Contract 23
1. Scope of Contract 24
2. Sectional Completion of Works 24
3. Possession of Site 24
4. The Contractor’s Obligations 24
5. Performance Security 25
6. Site Investigation Reports 25
7. Warranty 25
8. Liability of the Contractor 25
9. Termination for Other Causes 25
10. Dayworks 26
11. Program of Work 26
12. Instructions, Inspections and Audits 26
13. Advance Payment 26
14. Progress Payments 26
15. Operating and Maintenance Manuals 26
Section V. Special Conditions of Contract 28
Section VI. Specifications 31
Section VII. Drawings 32
Section VIII. Bill of Quantities 33
Section IX. Checklist of Technical and Financial Documents 34
Glossary of
Terms, Abbreviations, and Acronyms
ABC – Approved Budget for the Contract. ARCC – Allowable Range of Contract Cost. BAC – Bids and Awards
Committee.
Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to and in consonance wit
the requirements of the bidding documents. Also referred to as Proposal and Tender. (2016 revised IRR, Sectio
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 Service
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 G
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 IR
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 i
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.
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
foreign government, foreign or international financing institution as specified in the Treaty or International or Executi
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 analog
services, as well as procurement of materials and supplies provided by the Procuring Entity for such services. The ter
“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. (2
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, sanitati
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. Als
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 o
consulting services. A Procurement Project shall be described, detailed, and scheduled in the Project Procuremen
Management Plan prepared by the agency which shall be consolidated in the procuring entity's Annual Procurement P
(GPPB Circular No. 06-2019 dated 17 July 2019)
PSA – Philippine Statistics Authority.
SEC – Securities and Exchange Commission.
PhilGEPS - Philippine Government Electronic Procurement System.
Procurement Project – refers to a specific or identified procurement covering goods, infrastructure project o
consulting services. A Procurement Project shall be described, detailed, and scheduled in the Project Procuremen
Management Plan prepared by the agency which shall be consolidated in the procuring entity's Annual Procurement P
(GPPB Circular No. 06-2019 dated 17 July 2019)
PSA – Philippine Statistics Authority.
SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.


UN – United Nations.
Section I. Invitation to Bid
(Please see attached Invitation to Bid)

Section II. Instructions to Bidders


1. Scope of Bid
The Procuring Entity, Department of Public Works and Highways, Davao del Sur District Engineering Office
invites Bids for the Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Dav
Del Sur, with Contract Identification Number 24LD0110.
The Procurement Project (referred to herein as “Project”) is for the construction of Works, as described in Sec
VI. Specifications.
2. Funding Information
2.1. The GOP through the source of funding as indicated below for FY 2024 in the amount of Php 99,000,000.00.
2.2. The source of funding is NGA, the General Appropriations Act (RA 11975).
3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and its 2016 revised IRR, inclu
its Generic Procurement Manual and associated policies, rules and regulations as the primary source thereof, whil
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
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 o
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 Bidde
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 BD
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 Docume
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 tak
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 her
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 8 of the IB.
9. Clarification and Amendment of Bidding Documents
Prospective bidders may request for clarification on and/or interpretation of any part of the Bidding 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 i
foreign language other than English, it must be accompanied by a translation in English, which shall be authenticated
the appropriate Philippine foreign service establishment, post, or the equivalent office having jurisdiction over th
foreign bidder’s affairs in the Philippines. For Contracting Parties to the Apostille Convention, only the translate
documents shall be authenticated through an apostille pursuant to GPPB Resolution No. 13-2019 dated 23 M
2019. The English translation shall govern, for purposes of interpretation of the bid.
10.3. In case of joint ventures, a special PCAB License, and registration for the type and cost of the contract for this
Project, shall be required. 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 provid
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. Checkl
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 there
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
the Bidder. However, for purposes of bid evaluation, Bids denominated in foreign currencies shall be conve
to Philippine currency based on the exchange rate as published in the BSP reference rate bulletin on the day of
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 One Hundred Twenty (120) Calendar Days from the d
of the Opening of Bids. Any bid not accompanied by an acceptable bid security shall be rejected by the Procuring Ent
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
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 submissio
indicated in paragraph 10 of the IB.
18. Opening and Preliminary Examination of Bids
18.1. The BAC shall open the Bids in public at the time, on the date, and at the place specified in paragraph 12 of
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 Secretari
In case the Bids cannot be opened as scheduled due to justifiable reasons, the rescheduling requirements under Sectio
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. 918
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
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 b
the same deadline and opened and evaluated simultaneously so as to determine the Bid or combination of Bids offerin
the lowest calculated cost to the Procuring Entity. Bid Security as required by ITB Clause 16 shall be submitted for e
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 mus
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 i
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 permi
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.
Section III. Bid Data Sheet

Bid Data Sheet


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

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

Key Personnel No. of Key General Relevant


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

Key Letter of Certificate of Bio- PRC PTR TIN Cert. of Training/


Personnel Nominee Employment Data ID Accreditation

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

ME       
SO    N/A N/A N/A 
CF    N/A N/A N/A N/A

10.5 1. The minimum major equipment requirements are the following:


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

Laboratory Equipment Capacity No. of Units Ownership


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

Note: The pledge equipment shall be listed in complete to include the brand, plate number,
engine, chassis and serial numbers, capacity, specific location and must be ready for
inspection during the post-qualification stage.

12 No further instructions.
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 two percent (2%) of ABC, if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit;
b. The amount of not less than five percent (5%) of ABC, if bid security is in Surety
Bond.

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

19.2 Partial bids are not allowed.


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

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

Section IV. General Conditions of Contract


1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that can be reasonably inferred as b
required for its completion as if such items were expressly mentioned herein. All the provisions of RA No. 9184
its 2016 revised IRR, including the Generic Procurement Manual, and associated issuances, constitute the primary sou
for the terms and conditions of the Contract, and thus, applicable in contract implementation. Herein clauses shall se
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 am
the IRR, which shall be applied to all procurement activities, the advertisement, posting, or invitation of which w
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 Condition
Contract to the Works, the Completion Date, and the Intended Completion Date shall apply to any Section of th
Works (other than references to the Completion Date and Intended Completion Date for the whole of the Works).
3. Possession of Site
3.1 The Procuring Entity shall give possession of all or parts of the Site to the Contractor based on 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 ce
such sum as fair to cover the cost incurred, which sum shall be paid by Procuring Entity.
3.2 If possession of a portion is not given by the above date, the Procuring Entity will be deemed to have delayed
start of the relevant activities. The resulting adjustments in contract time to address such delay may be addressed thro
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,
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 a
abilities are equal to or better than those of the personnel listed in the Schedule.
5. Performance Security
5.1. Within ten (10) calendar days from receipt of the Notice of Award from the Procuring Entity but in no case lat
than the signing of the contract by both parties, the successful Bidder shall furnish the performance security in any of
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
R.A. 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 fav
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 t
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 relativ
contract acquisition and
implementation, such as, but not limited to corrupt, fraudulent, collusive, coercive, and obstructive practices as stated
ITB Clause 4.
10. Dayworks
Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of RA No. 9184, and if applicable
indicated in the SCC, the Dayworks rates in the Contractor’s Bid shall be used for small additional amounts of work
when the Procuring Entity’s Representative has given written instructions in advance for additional work to be p
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 W
showing the general methods, arrangements, order, and timing for all the activities in the Works. The submission
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 o
Work at intervals no longer than the period stated in the SCC. If the Contractor does not submit an updated Program
Work within this period, the Procuring Entity’s Representative may withhold the amount stated in the SCC from the
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
the performance of the Contractor and to have them audited by auditors of the GOP or the Procuring Entity, as may b
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 pri
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
verified and certified by the Procuring Entity’s Representative/Project Engineer. Except as otherwise stipulated in
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
15.1. If required, the Contractor will provide “as built” Drawings and/or operating and maintenance manuals as
specified in the SCC.
verified and certified by the Procuring Entity’s Representative/Project Engineer. Except as otherwise stipulated in
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
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.
Section V. Special Conditions of Contract

Special Conditions of Contract

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

Total Project Duration : 277 C.D.


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

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

6 The Site Investigation Reports are: None.


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

10 No dayworks are applicable to the contract.


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

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

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

Section VI. Specifications


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

Section VII. Drawings


(Please see attached Plans/Drawings)
Section VIII. Bill of Quantities
(Please see attached Bill of Quantities)

Section IX. Checklist of Technical and Financial Documents


Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
Class “A” Documents
Legal Documents
(a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages) in accordance with Section 8.5.2 o
the IRR;
Technical Documents
(b) Statement of the prospective bidder of all its ongoing government and private contracts, including contracts awar
but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid; and
(c) 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
(d) Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and
(e) Original copy of Bid Security. If in the form of a Surety Bond, submit also a certification issued by the Insuran
Commission;
or
Original copy of Notarized Bid Securing Declaration; and
(f) Project Requirements, which shall include the following:
a. Organizational chart for the contract to be bid;
b. List of contractor’s key personnel (e.g., Project Manager, Project Engineers, 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/vend
for the duration of the project, as the case may be; and
(g) Original duly signed Omnibus Sworn Statement (OSS);
and if applicable, Original Notarized Secretary’s Certificate in case of a corporation, 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
(h) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC).
Class “B” Documents
(i) If applicable, duly signed joint venture agreement (JVA) in accordance with RA No. 4566 and its IRR in case
joint venture is already in existence;
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
(h) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC).
Class “B” Documents
(i) If applicable, duly signed joint venture agreement (JVA) in accordance with RA No. 4566 and its IRR in case
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
(j) Original of duly signed and accomplished Financial Bid Form; and
Other documentary requirements under RA No. 9184
(k) Original of duly signed Bid Prices in the Bill of Quantities; and
(l) Duly accomplished Detailed Estimates Form, including a summary sheet indicating the unit prices of
construction materials, labor rates, and equipment rentals used in coming up with the Bid; and
(m) Cash Flow by Quarter.
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS ..
BAGONG PILIPINAS
DAVAO DEL SUR DISTRICT ENGINEERING OFFICE
Digos City, Davao del Sur, Region XI

INVITATION TO BID (1B) No. 2024-INFR-114


For _ _
Construction of Road leading to Aguila Village, Sitfo Teril, Kaqpatagan, Digos City,
Davao Del Sur
/ /

1. The Department of Public Works and Highways (DPWH), Davao del Sur District Engineering Office (DE
through the GAA FY 2024 (RA 11975), intends to apply the sum of Ninety-'Nine Million Pesos Only (Php
99,000,000.00) being the Approved Budget for the Contract (ABC) to payment under the Contract ID No. 24LD
Bids received in excess of the ABC shall be automatically rejected at bid opening.
2. The DPWH, Davao del Sur DEO through its Bids and Awards Committee (BAC) now invites bids for the
hereunder Works:

Contract ID No. 4LD0110


Constructi6n of Road leading to Agdila Village, Sitio Te il,
Contract Name Kaqpata an, Digos City, Davao Del Sur

Contract Location : ,..--Digos City, Davao Del Sur


Scope of Works : ,,Construction of Road
ABC : .J>hp 99,000,000.00
Contract Duration : /'277 Calendar Days
Bidders should have completed a contract similar to the Project. The description of an eligible bidders is
contained in the Bidding Documents, particularly, in Section II (Instruction to Bidders).

3. Prospective Bidders should be registered with and classified by the Philippine Contractors Accreditation Board
(PCAB) with PCAB LICENSE Size Range of at least Medium A (License Category "B").

Contractors/applicants who wish to participate in this bidding are encouraged to enroll in the DPWH Civil Works Application (CWA
Invitation to Bid (IB) No. 2024-INFR-114Contract ID No. 24LDO110Page 2 of 34. Bidding will be conducted through open com
Invitation to Bid (IB
Contr

14. For further information, please refer to:DAISY A. CANIBANEngineer IIIHead, Procurement Unit DPWH, Davao del
Date of Issue: May 07. 2024

MARIA TElA R. LUCABERTE


Assistant District Engineer SAC Chairperson

@ Website: www.dpwh.gov.ph(@ Tel. No(s).: (082) 272-1128

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

Part No. B Part of Description:


Other General Requirements

Pay Item No. Description Unit Quantity Unit Price Amount


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

PART B. OTHER GENERAL REQUIREMENTS


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

B.5 Project Billboard / Signboard Each 4.00

Occupational Safety and Health In words: Pesos In figures: Php


Program In figures: Php

B.7(2) Lump sum 1.00

In words: Pesos In figures: Php


In figures: Php

B.8(2) Traffic Management Lump sum 1.00

In words: Pesos In figures: Php


In figures: Php

B.9 Mobilization/Demobilization Lump sum 1.00

Sub-Total for this Page In Words: Pesos


In figures: Php

Submitted by: Date:

Name of the Representative of the Bidder

Position

Name of Bidder

Note: Columns (1) to (4) are to be filled up by the Procuring Entity; and
Columns (5) and (6) shall be filled up by the Bidder.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)


Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur
BILL OF QUANTITIES
Part No. C Part of Description:
Earthworks

Pay Item No. Description Unit Quantity Unit Price Amount


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

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

100(1) Clearing and Grubbing Hectare 3.77

Individual Removal of Trees, 150- In words: Pesos In figures: Php


300mm dia, small In figures: Php

100(3)a1 Each 67.00

Individual Removal of Trees, 301- In words: Pesos In figures: Php


500mm dia, small In figures: Php

100(3)a2 Each 100.00

Individual Removal of Trees, 501- In words: Pesos In figures: Php


750mm dia, small In figures: Php

100(3)a3 Each 22.00

Sub-Total for this Page In Words: Pesos


In figures: Php

Submitted by: Date:

Name of the Representative of the Bidder

Position

Name of Bidder

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

Part No. C Part of Description:


Earthworks

Pay Item No. Description Unit Quantity Unit Price Amount


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

PART C. EARTHWORKS
Individual Removal of Trees, 751- In words: Pesos In figures: Php
900mm dia, small In figures: Php

100(3)a4 Each 4.00

Removal of Structures and In words: Pesos In figures: Php


Obstruction In figures: Php

101(1) Lump sum 1.00

Removal of Actual Square In words: Pesos In figures: Php


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

Removal of Actual In words: Pesos In figures: Php


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

Sub-Total for this Page In Words: Pesos


In figures: Php

Submitted by: Date:

Name of the Representative of the Bidder

Position
Name of Bidder

Note: Columns (1) to (4) are to be filled up by the Procuring Entity; and
Columns (5) and (6) shall be filled up by the Bidder.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)


Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur
BILL OF QUANTITIES

Part No. C Part of Description:


Earthworks

Pay Item No. Description Unit Quantity Unit Price Amount


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

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

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

Structure Excavation, Common Soil In words: Pesos In figures: Php


In figures: Php

103(1)a Cubic Meter 4,019.04

In words: Pesos In figures: Php


In figures: Php

103(3) Foundation Fill Cubic Meter 10.51

Pipe Culverts and Drain In words: Pesos In figures: Php


Excavation, Common Soil In figures: Php

103(6)a Cubic Meter 37.96

Sub-Total for this Page In Words: Pesos


In figures: Php

Submitted by: Date:


Name of the Representative of the Bidder

Position

Name of Bidder

Note: Columns (1) to (4) are to be filled up by the Procuring Entity; and
Columns (5) and (6) shall be filled up by the Bidder.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)


Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur
BILL OF QUANTITIES

Part No. C, D & E Part of Description:


Earthworks, Subbase and Base Course & Surface Courses

Pay Item No. Description Unit Quantity Unit Price Amount


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

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

In words: Pesos In figures: Php


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

PART D. SUBBASE AND BASE COURSE


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

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

PART E. SURFACE COURSES


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

Submitted by: Date:

Name of the Representative of the Bidder

Position

Name of Bidder

Note: Columns (1) to (4) are to be filled up by the Procuring Entity; and
Columns (5) and (6) shall be filled up by the Bidder.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)


Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur
BILL OF QUANTITIES

Part No. E&F Part of Description:


Surface Courses & Bridge Construction (Box Culvert and Street Light)

Pay Item No. Description Unit Quantity Amount


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

PART E. SURFACE COURSES


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

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


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

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

In words: Pesos In figures: Php


In figures: Php

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


Structural Concrete Class A (27.58 In words: Pesos In figures: Php
Mpa), 28 days In figures: Php

405(1)b3 Cubic Meter 242.90

Sub-Total for this Page In Words: Pesos


In figures: Php

Submitted by: Date:

Name of the Representative of the Bidder

Position

Name of Bidder

Note: Columns (1) to (4) are to be filled up by the Procuring Entity; and
Columns (5) and (6) shall be filled up by the Bidder.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)


Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur
BILL OF QUANTITIES

Part No. F&G Part of Description: Bridge Construction (Box Culvert and Street Light) & Drainage and Slope Protection Structure

Pay Item No. Description Unit Quantity Unit Price Amount


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

PART F. BRIDGE CONSTRUCTION (RCBC)


Lean Concrete, Class B (16.5 Mpa) In words: Pesos In figures: Php
In figures: Php

407(8) Cubic Meter 4.69

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


Pipe Culverts, 910mm dia., Class In words: Pesos In figures: Php
IV, RCPC In figures: Php

500(1)b3 Linear Meter 51.00


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

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

In words: Pesos In figures: Php


In figures: Php

506(1) Stone Masonry Cubic Meter 56.86

Sub-Total for this Page In Words: Pesos


In figures: Php

Submitted by: Date:

Name of the Representative of the Bidder

Position

Name of Bidder

Note: Columns (1) to (4) are to be filled up by the Procuring Entity; and
Columns (5) and (6) shall be filled up by the Bidder.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)


Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur
BILL OF QUANTITIES

Part No. G&H Part of Description: Drainage and Slope Protection Structure & Miscellaneous Structures

Pay Item No. Description Unit Quantity Unit Price Amount


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

PART G. DRAINAGE AND SLOPE PROTECTION STRUCTURE


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

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

PART H. MISCELLANEOUS STRUCTURES


Metal Guardrail (Metal Beam) In words: Pesos In figures: Php
Including Post, Single, W- Beam In figures: Php

603(3)a1 Linear Meter 613.41

Metal Beam End Piece, Bull Nose In words: Pesos In figures: Php
In figures: Php

603(4)b Each 6.00

Reflectorized Thermoplastic Square In words: Pesos In figures: Php


Pavement Markings, White Meter In figures: Php

612(1) 612.21

Sub-Total for this Page In Words: Pesos


In figures: Php

Submitted by: Date:

Name of the Representative of the Bidder

Position

Name of Bidder

Note: Columns (1) to (4) are to be filled up by the Procuring Entity; and
Columns (5) and (6) shall be filled up by the Bidder.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH)


Contract ID No. : 24LD0110
Contract Name :
Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur
BILL OF QUANTITIES

Part No. H Part of Description:


Miscellaneous Structures

Pay Item No. Description Unit Quantity Unit Price Amount


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

PART H. MISCELLANEOUS STRUCTURES


Single Arm Solar LED Road In words: Pesos In figures: Php
Lighting, 8m-Pole, 60W-80W In figures: Php

624(9)a1 Each 73.00

Sub-Total for this Page In Words: Pesos


In figures: Php

Total for All Pages In Words: Pesos


In figures: Php

Submitted by: Date:

Name of the Representative of the Bidder

Position

Name of Bidder

Note: Columns (1) to (4) are to be filled up by the Procuring Entity; and
Columns (5) and (6) shall be filled up by the Bidder.

Contract ID No. : DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS (DPWH) 24LD0110


Contract Name : Construction of Road leading to Aguila Village, Sitio Teril, Kaqpatagan, Digos City, Davao del Sur
Contract Location : Digos City, Davao del Sur

SUMMARY OF BID PRICES


(ALL Parts of Bill of Quantities or BOQ)

Instructions for completing the Summary of Bid Prices:

1. Part No. - Enter the "Part No." for each section of the BOQ where unit prices are entered
2. Part Description - Enter the "Part Description" corresponding to the "Part No."
3. Total Amount - Enter the "Total Amount" in Pesos for all pages having the same "Part Description".

Part No. Part Description Total Amount

PART B. OTHER GENERAL REQUIREMENTS Php

PART C. EARTHWORK Php

PART D. SUBBASE AND BASE COURSE Php


PART E. SURFACE COURSES Php

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

PART G. DRAINAGE AND SLOPE PROTECTION STRUCTURE Php

PART H. MISCELLANEOUS STRUCTURES Php

TOTAL Php

TOTAL of Amounts in Words:

Name in the capacity of

Signed
Date

Duly authorized to sign the Bid for and on behalf of


BIDDING FORMS
TECHNICAL COMPONENT
Form No. 1 List of All Ongoing Government and Private Contracts, including contracts awarded but not ye
started
Form No. 2 Statement of Single Largest Completed Contract (SLCC) which are Similar to the contract to b
bid
Form No. 3 Bid Securing Declaration Form
Form No. 4 Form of Bid Security: Bank Guarantee
Form No. 5 Form of Bid Security: Irrevocable Letter of Credit Form No. 6 Contractor’s Organiza
Chart for the Contract
Form No. 7 List of Contractor’s Key Personnel
 Letter of Nominee for Project Manager
 Project Manager’s Certificate of Employment
 Letter of Nominee for Project Engineer
 Project Engineer’s Certificate of Employment
 Letter of Nominee for Materials Engineer
 Materials Engineer’s Certificate of Employment
 Letter of Nominee for Safety Officer
 Safety Officer’s Certificate of Employment
 Letter of Nominee for Foreman
 Foreman’s Certificate of Employment
 Bio-Data for Proposed Position Form No. 8 List of Contractor’s Major Equipment Units Form No. 9
Omnibus Sworn Statement (Revised)
FINANCIAL COMPONENT
Form No. 10 Bid Form for the Procurement of Infrastructure Projects Form No. 11 Cash Flow by
Quarter
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Contract ID No. :
Contract Name :
Contract Location :

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

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

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


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

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


Contract ID No. :
Contract Name :
Contract Location :

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

Name of Contract/Location a. Owner’s Name Nature of Bidder’s Role a. Date Awarded


b. Address Work b. Date Started
c. Telephone No. c. Date of Completion
Description %
Attachments: 1. Copy of Contract;
2. Certificate of Completion; and
3. Certificate of Final Acceptance issued by the project owner other than the contractor or a Final Rating of at least Satisfactory

Form No. 3

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
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 proc
entity for a period of two (2) years upon receipt of your Blacklisting Order; and, (b) I/we will pay the applicable fine provided u
Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from receipt of the written demand
procuring entity for the commission of acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b),
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 underta
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 f
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 sec
and signed the Contract.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this day of [month] [year] at [place of execution].
[Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE]
Affiant
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
GPPB Resolution No. 16-2020, dated 16 September 2020 Page 25 of 39

Form No. 4

Department of Public Works and Highways


Contract ID: Contract Name:

Location of the Contract:


------------------------------------------------------------------------------------------
FORM OF BID SECURITY: BANK GUARANTEE
WHEREAS, Name of Bidder , hereinafter called “the Bidder,” has submitted its bid dated
for the Contract ID and Name , hereinafter called “the Bid.”

KNOW ALL MEN by these presents that We, Name of Bank of Name of Country , having our registered
office at , hereinafter called “the Bank,” are bound unto Name of Procuring Entity
hereinafter called “the Entity,” in the sum of
amount in words and figures for which payment well and truly to be made to the said Entity the B
binds itself, its successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this day of 20 .
THE CONDITIONS of this obligation are that:
1) if the Bidder withdraws the Bid during the period of bid validity specified in the Form of Bid; or
2) if the Bidder does not accept the correction of arithmetical errors of its bid price in accordance with the Instructio
to Bidder; or
3) if the Bidder having been notified of the acceptance of the Bid and award of contract to it by the Entity during the
period of bid validity:
a) fails or refuses to submit the requirements for and to execute the Form of Contract in accordance with the
Instructions to Bidders, if required; or
b) fails or refuses to furnish the Performance Security in accordance with the Instructions to Bidders;
we undertake to pay to the Entity up to the above amount upon receipt of its first written demand, without t
Entity having to substantiate its demand, provided that in its demand the Entity will note that the amount claimed by
due to the occurrence of any one or combination of the three (3) conditions stated above.
The Guarantee will remain in force up to a period of days from the opening of bids as stated in
Instructions to Bidders or as it may be extended by the Entity, notice of which extension(s)Form No. 5to the Bank is
hereby waived. Any demand in respect of this Guarantee should reach the Bank within the said period.
Name and Signature of Bank’s Authorized Signatory Date:
Position

Department of Public Works and Highways


Contract ID: Contract Name:

Location of the Contract:


-----------------------------------------------------------------------------------
FORM OF BID SECURITY: IRREVOCABLE LETTER OF CREDIT
Date of Issuance

Name of Head of Procuring Entity Position


Name of Procuring Entity Address

Irrevocable Letter of Credit No.


For: Contract ID and Name
WHEREAS, Name of Bidder , hereinafter called the “Bidder,” has undertaken to submit to you a bid for the
abovestated Contract, and whereas you have stipulated in the Instructions to Bidders for the said Contract that the Bid
shall furnish you with an irrevocable standby Letter of Credit for a sum specified therein as Bid Security for th
faithful compliance of the obligations of the Bidder:
WHEREAS, the Conditions of this obligation are that:
1) if the Bidder withdraws the Bid during the period of bid validity specified in the Form of Bid; or
2) if the Bidder does not accept the correction of arithmetical errors of its bid price in accordance with the Instructio
Bidder; or
3) if the Bidder, having been notified of the acceptance of the Bid and award of contract to it by the Entity
the period of bid validity:
a) fails or refuses to submit the requirements for and to execute the Form of Contract in accordance with the
Instructions to Bidders; or
b) fails or refuses to furnish the Performance Security in accordance with the Instructions to Bidders;
we undertake to pay to the Entity up to the above amount upon receipt of its first written demand, without t
Entity having to substantiate its demand, provided that in its demand the Entity will note that the amount claimed by i
to the occurrence of any one or combination of the three (3) conditions stated above.
WHEREAS, we have agreed to guarantee this obligation of the Bidder.

Department of Public Works and Highways


Contract ID: Contract Name:

Location of the Contract:


-----------------------------------------------------------------------------------
THEREFORE, we hereby affirm that we are guarantors and responsible to you, on behalf of the Bidder, up to the tota
amount of amount of guarantee and we undertake to pay you, upon first written demand declaring the Bid
be in default under the Instructions to Bidders and without cavil or argument, any sum or sums within the limits of
_amount of guarantee as aforesaid, without you needing to prove or show grounds or reasons for your demand for
sum specified therein.
This irrevocable guarantee is valid until one hundred twenty (120) calendar days after the date of opening of bids for
Contract on date .
This certification is being issued in favor of the said Bidder in connection with your requirements of
bidding for the said Contract. We are aware that any false statements issued by us make us liable to perjury.
Name and Signature of Authorized Financing Institution Official Designation
Concurred by:
Name and Signature of Bidder’s Authorized Representative Official Designation

Department of Public Works and Highways


Contract ID: Contract Name:

Location of the Contract:


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

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

Name and Signature of Bidder’s Representative Date:


Position
Name of Bidder

Form No. 7
Department of Public Works and Highways
Contract ID: Contract Name:
Location of the Contract:

----------------------------------------------------------------------------------------------------
LIST OF CONTRACTOR’S KEY PERSONNEL TO BE ASSIGNED TO THE CONTRACT, WITH THEIR
QUALIFICATION DATA
Date of Issuance

Name of Head of Procuring Entity Position


Name of Procuring Entity Address

Dear Sir/Madame:
Supplementing our Organizational Chart for the abovestated Contract, we submit, and certify as true and correct, the
following information:

1. We have engaged the services of the following key personnel to perform the duties of the
positions indicated in the abovestated Contract if it is awarded to us:

Proposed Position (as Name Years of Experience


applicable) Total (Similar Similar
and Related) Position
Project Manager
Project Engineer
Materials Engineer
Construction Safety Officer
Foreman
Others (specify)
2. We submit the enclosed Curriculum Vitae and Affidavits of Commitment to Work on the Contract of thes
personnel.

3. We ensure that the abovementioned personnel shall employ their best care, skill, and ability in performing the dut
their respective positions in accordance with the provisions of the Contract, including the Conditions of Contract,
Specifications, and Drawings, and that they shall be personally present in the jobsite during the period of their
assignment in the Contract.

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

Department of Public Works and Highways


Contract ID: Contract Name:
Location of the Contract:

----------------------------------------------------------------------------------------------------
5. We understand that any violation of the abovestated conditions shall be a sufficient ground for us to be disqualifie
this Contract and future biddings of the DPWH.
Very truly yours,
Name and Signature of Bidder’s Authorized Representative

LETTER OF NOMINEE FOR PROJECT MANAGER


(Date) The Regional Director
Department of Public Works and Highways
(Address) Sir:
Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of
(name of project and location), I/we have the honor to submit and certify herewith to be true and correct, the following pertin
information:
1. That I/we have engaged and contracted the services of Mr. , hereinafter called the Project Manager, a
registered Civil Engineer with Professional License Certificate No. issued on and who has paid his
Professional Tax for the current year, dated and who was performed the same duties in the construction of the
projects enumerated in his/her Certificate of Employment and Bio-Data:
2. That said Engineer shall be appointed and designated by us as Project Manager to personally perform the same duties in th
above-mentioned Project, if and when the same is awarded in our favor;
3. That said Engineer shall employ the best care, skills and ability in performing his duties in accordance with the Contract
Agreement, Conditions of Contract, Plans, Specifications, Special Provisions and other provisions embodied in the proposed
Contract;
4. That said Engineer shall be personally present at the jobsite to supervise the phase of construction work pertainin
his assignment as Project Manager all the time;
5. That, in order to guarantee that said Engineer shall manage and supervise properly and be personally present in the Projec
is hereby required to secure a certification of appearance from the DPWH Engineer at the end of every month. That I/w
shall not start the work without the Project Manager at the jobsite;
6. That in the event that I/we elect or choose to replace the said Project Manager with another Engineer, the Head, Implemen
Office of the DPWH will be notified by us accordingly in writing at least twenty one (21) days before making replacement;
7. That the name of the proposed new Project Manager, his qualifications, his experience, list of projects undertaken and othe
relevant information, shall be submitted to the DPWH for prior approval; and
8. That any willful violation on my/our part of the herein conditions may prejudice my/our standing as a reliable
contractor in future bidding of the DPWH.
Very truly yours,

(Contractor) CONCURRED IN:


(Project Manager)

(Address)

PROJECT MANAGER’S CERTIFICATE OF EMPLOYMENT


(Date) The Regional Director
Department of Public Works and Highways
(Address) Sir:
I am a licensed Civil Engineer with Professional License No. issued on at .
I hereby certify that contracted my services as Project Manager on the
, if awarded to him.
The following projects had been supervised by me as Project Manager (mention only projects of same natu
aforesaid Contract);

NAME OF OWNER COST DATE COMPLETED


PROJECT

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


NAME OF OWNER COST % ACCOMPLISHED
PROJECT
In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the
Department of Public Works and Highways at least twenty-one (21) days before the effective date of my separati
I have read carefully and will abide by the conditions required of me in the Contractor’s
Confidential Application Statement for Pre-qualification of the above Contractor.
As Project Manager, I know I will have to stay in the Project all the time to supervise and manage the Project to the
best of my ability, and am aware that I am authorized to handle
only one (1) project at a time.

I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to qualify for t
Project without any firm intention on my part to assume the post as Project Manager if the Project is awarded to him
since I understand that to do so will be a sufficient ground for my disqualification as Project Manager in any future
bidding or employment for any Contractor doing business with the Department of Public Works and
Highways.

(Signature of Project Manager) REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.
SUBSCRIBED AND SWORN TO BEFORE ME this day of, affiant exhibiting to me his Residen
Tax Certificate No. issued on at
.

Notary Public
PTR No.
Until
Doc. No.
Page No.
Book No.
Series of

LETTER OF NOMINEE FOR PROJECT ENGINEER/RESIDENT ENGINEER


(Date) The Regional Director
Department of Public Works and Highways
(Address) Sir:
Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of
(name of project and location), I/we have the honor to submit and certify herewith, to be true and correct, the following perti
information:
1. That I/we have engaged and contracted the services of Mr./Ms. , hereinafter called the Project
Engineer/Resident Engineer, a registered Civil Engineer with Professional License Certificate No. issued on
and who has paid his Professional Tax for the current year, dated and who was performed the sam
duties in the construction of the projects enumerated in his/her Certificate of Employment and Bio-Data:
2. That said Engineer shall be appointed and designated by us as Project Engineer/Resident Engineer to personally
perform the same duties in the above-mentioned Project, if and when the same is awarded in our favor;
3. That said Engineer shall employ the best care, skills and ability in performing his duties in accordance with the Contract
Agreement, Conditions of Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;
4. That said Engineer shall be personally present at the jobsite to supervise the phase of construction work pertainin
his assignment as Project Engineer all the time;
5. That, in order to guarantee that said Engineer shall manage and supervise properly and be personally present in the Projec
is hereby required to secure a certification of appearance from the DPWH Engineer at the end of every month. That I/w
shall not start the work without the Project Engineer at the jobsite;
6. That in the event that I/we elect or choose to replace the said Project Engineer/Resident Engineer with another
Engineer, the Head, Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty one (21) days
before making replacement;
7. That the name of the proposed new Project Engineer/Resident Engineer, his qualifications, his experience, list of projects
undertaken and other relevant information, shall be submitted to the DPWH for prior approval; and
8. That any willful violation on my/our part of the herein conditions may prejudice my/our standing as a reliable
contractor in future bidding of the DPWH.
Very truly yours,
(Contractor) CONCURRED IN:

(Project Engineer/Resident Engineer)

(Address)

PROJECT ENGINEER’S/RESIDENT ENGINEER’S CERTIFICATE OF EMPLOYMENT


(Date) The Regional Director
Department of Public Works and Highways
(Address) Sir:
I am a licensed Civil Engineer with Professional License No. issued on at .
I hereby certify that contracted my services as Project Engineer/ Resident Engineer o
the , if awarded to him.
The following projects had been supervised by me as Project Engineer/Resident Engineer (mention only projects o
same nature as aforesaid Contract);

NAME OF OWNER COST DATE COMPLETED


PROJECT
At present, I am supervising the following on-going projects:
NAME OF OWNER COST % ACCOMPLISHED
PROJECT

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the
Department of Public Works and Highways at least twenty-one (21) days before the effective date of my separati
I have read carefully and will abide by the conditions required of me in the Contractor’s
Confidential Application Statement for Pre-qualification of the above Contractor.
As Project Engineer/Resident Engineer, I know I will have to stay in the Project all the time to supervise and mana
the Project to the best of my ability, and am aware that I am
authorized to handle only one (1) project at a time.

I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to qualify for t
Project without any firm intention on my part to assume the post as Project Engineer/Resident Engineer if the
Project is awarded to him since I understand that to do so will be a sufficient ground for my disqualifica
as Project Engineer/Resident Engineer in any future bidding or employment for any Contractor doing
business with the Department of Public Works and Highways.

(Signature of Project Engineer) REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.
SUBSCRIBED AND SWORN TO BEFORE ME this day of, affiant exhibiting to me his Residen
Tax Certificate No. issued on at
.
Notary Public
PTR No.
Until

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

LETTER OF NOMINEE FOR MATERIALS ENGINEER


(Date) The Regional Director
Department of Public Works and Highways
(Address) Sir:
Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of (project name and loca
I/we have the honor to submit and certify herewith to be true and correct, the following pertinent information:
1. That I/we have engaged and contracted the services of Mr./Ms. , hereinafter called the Materials
Engineer, a registered Civil Engineer with Professional License Certificate No. issued on and who has paid
Professional Tax for the current year, dated and who was performed the same duties in the construction of the pro
enumerated in his/her Certificate of Employment and Bio-Data:
2. That said Engineer shall be appointed and designated by us as Materials Engineer to personally perform the same
duties in the above-mentioned Project, if and when the same is awarded in our favor;
3. That said Engineer shall employ the best care, skills and ability in performing his duties in accordance with the Contract
Agreement, Conditions of Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;
4. That said Engineer shall be personally present at the jobsite to supervise the phase of construction work pertainin
his assignment as Materials Engineer all the time;
5. That, in order to guarantee that said Engineer shall manage and supervise properly and be personally present in the Projec
is hereby required to secure a certification of appearance from the DPWH Engineer at the end of every month. That I/w
shall not start the work without the Materials Engineer at the jobsite;
6. That in the event that I/we elect or choose to replace the said Materials Engineer with another Engineer, the H
Implementing Office of the DPWH will be notified by us accordingly in writing at least twenty one (21) days before makin
replacement;
7. That the name of the proposed new Materials Engineer, his qualifications, his experience, list of projects undertaken and ot
relevant information, shall be submitted to the DPWH for prior approval; and
8. That any willful violation on my/our part of the herein conditions may prejudice my/our standing as a reliable
contractor in future bidding of the DPWH.
Very truly yours,

(Contractor) CONCURRED IN:


(Materials Engineer)

(Address)

MATERIALS ENGINEER’S CERTIFICATE OF EMPLOYMENT


(Date) The Regional Director
Department of Public Works and Highways
(Address) Sir:
I am a licensed Civil Engineer with Professional License No. issued on at .
I hereby certify that contracted my services as Materials Engineer on the
, if awarded to him.
The following projects had been supervised by me as Project Materials Engineer (mention only projects of same nat
as aforesaid Contract);

NAME OF OWNER COST DATE COMPLETED


PROJECT

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


NAME OF OWNER COST % ACCOMPLISHED
PROJECT
In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the
Department of Public Works and Highways at least TWENTY-ONE (21) days before the effective date of my separati
I have read carefully and will abide by the conditions required of me in the Contractor’s
Confidential Application Statement for Pre-qualification of the above Contractor.
As Materials Engineer, I know I will have to stay in the Project all the time to supervise and manage the Project to t
best of my ability, and am aware that I am authorized to handle
only ONE (1) project at a time.

I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to qualify for t
Project without any firm intention on my part to assume the post as Materials Engineer if the Project is awarded to h
since I understand that to do so will be a sufficient ground for my disqualification as Materials Engineer in any future
bidding or employment for any Contractor doing business with the Department of Public Works and
Highways.

(Signature of Materials Engineer) REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.
SUBSCRIBED AND SWORN TO BEFORE ME this day of, affiant exhibiting to me his Residen
Tax Certificate No. issued on at
.

Notary Public
PTR No.
Until
Doc. No.
Page No.
Book No.
Series of

LETTER OF NOMINEE FOR SAFETY OFFICER


(Date) The Regional Director
Department of Public Works and Highways
(Address) Sir:
Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of
(name of project and location), I/we have the honor to submit and certify herewith to be true and correct, the following pertin
information:
1. That I/we have engaged and contracted the services of Mr. , hereinafter called the Saf
Officer, who has performed the same duties in the construction of the projects enumerated in his/her Certificate of Employmen
Bio-Data;
2. That said person shall be appointed and designated by us as our Safety Officer to personally perform the same duties in the
above-mentioned Project, if and when the same is awarded in our favor;
3. That said Safety Officer shall employ the best care, skills and ability in performing his duties in accordance with the Contrac
Agreement, Conditions of Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;
4. That said Safety Officer shall be personally present at the jobsite to supervise the phase of construction work pertaining to
assignment as Foreman all the time;
5. That, in order to guarantee that said Safety Officer shall manage and supervise properly and be personally present in the
Project, he is hereby required to secure a certification of appearance from the DPWH Engineer at the end of every month
That I/we shall not start the work without the Safety Officer at the jobsite;
6. That in the event that I/we elect or choose to replace the said Safety Officer, the Head, Implementing Office of
DPWH will be notified by us accordingly in writing at least twenty one (21) days before making replacement;
7. That the name of the proposed new Safety Officer, his qualifications, his experience, list of projects undertaken and other
relevant information, shall be submitted to the DPWH for prior approval; and
8. That any willful violation on my/our part of the herein conditions may prejudice my/our standing as a reliable
contractor in future bidding of the DPWH.
Very truly yours,
(Contractor) CONCURRED IN:

(Safety Officer)

(Address)

SAFETY OFFICER CERTIFICATE OF EMPLOYMENT


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

NAME OF OWNER COST DATE COMPLETED


PROJECT
At present, I am supervising the following on-going projects:
NAME OF OWNER COST % ACCOMPLISHED
PROJECT

I have read carefully and will abide by the conditions required of me in the Contractor’s
Confidential Application Statement for Pre-qualification of the above Contractor.
As Safety Officer, I know I will have to stay in the Project all the time to supervise and manage the Project to th
best of my ability, and am aware that I am authorized to handle only one (1) project at a time.
In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the
Department of Public Works and Highways at least twenty-one (21) days before the effective date of my separati

I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to qualify for t
Project without any firm intention on my part to assume the post as Safety Officer if the Project is awarded to him s
I understand that to do so will be a sufficient ground for my disqualification as Safety Officer in any future
bidding or
employment for any Contractor doing business with the Department of Public Works and Highways.

(Signature of Safety Officer) REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.
SUBSCRIBED AND SWORN TO BEFORE ME this day of, affiant exhibiting to me his Residen
Tax Certificate No. issued on at
.
Notary Public
PTR No.
Until

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

LETTER OF NOMINEE FOR FOREMAN


(Date) The Regional Director
Department of Public Works and Highways
(Address) Sir:
Supplementing our Confidential Application Statement for Eligibility for the Proposed Construction of
(name of project and location), I/we have the honor to submit and certify herewith to be true and correct, the following pertin
information:
1. That I/we have engaged and contracted the services of Mr. , hereinafter called the
Foreman, who has performed the same duties in the construction of the projects enumerated in his/her Certificate of Employme
and Bio-Data;
2. That said person shall be appointed and designated by us as our Foreman to personally perform the same duties
the above-mentioned Project, if and when the same is awarded in our favor;
3. That said Foreman shall employ the best care, skills and ability in performing his duties in accordance with the Contract
Agreement, Conditions of Contract, Plans, Specifications, and other provisions embodied in the proposed Contract;
4. That said Foreman shall be personally present at the jobsite to supervise the phase of construction work pertainin
his assignment as Foreman all the time;
5. That, in order to guarantee that said Foreman shall manage and supervise properly and be personally present in the Projec
is hereby required to secure a certification of appearance from the DPWH Engineer at the end of every month. That I/w
shall not start the work without the Foreman at the jobsite;
6. That in the event that I/we elect or choose to replace the said Foreman, the Head, Implementing Office of the D
will be notified by us accordingly in writing at least twenty one (21) days before making replacement;
7. That the name of the proposed new Foreman, his qualifications, his experience, list of projects undertaken and oth
relevant information, shall be submitted to the DPWH for prior approval; and
8. That any willful violation on my/our part of the herein conditions may prejudice my/our standing as a reliable
contractor in future bidding of the DPWH.
Very truly yours,

(Contractor) CONCURRED IN:


(Foreman)

(Address)

FOREMAN’S CERTIFICATE OF EMPLOYMENT


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

NAME OF OWNER COST DATE COMPLETED


PROJECT

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


NAME OF OWNER COST % ACCOMPLISHED
PROJECT
I have read carefully and will abide by the conditions required of me in the Contractor’s
Confidential Application Statement for Pre-qualification of the above Contractor.
As Foreman, I know I will have to stay in the Project all the time to supervise and manage the Project to the best of
ability, and am aware that I am authorized to handle only one
(1) project at a time.
In case of my separation for any reason whatsoever from the above-mentioned Contractor, I shall notify the
Department of Public Works and Highways at least twenty-one (21) days
before the effective date of my separation.

I did not allow the use of my name for the purpose only of enabling the above-mentioned Contractor to qualify for t
Project without any firm intention on my part to assume the post as Foreman if the Project is awarded to him since
understand that to do so will be a sufficient ground for my disqualification as Foreman in any future bidding or
employment for
any Contractor doing business with the Department of Public Works and Highways.

(Signature of Foreman) REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.
SUBSCRIBED AND SWORN TO BEFORE ME this day of, affiant exhibiting to me his Residen
Tax Certificate No. issued on at
.

Notary Public
PTR No.
Until
Doc. No.
Page No.
Book No.
Series of

BIO-DATA
Proposed Position: Name of Firm:

Name of Staff:

Profession:

Date of Birth:

Years with Firm/Entity: Nationality:

Membership in Professional Societies:

Detailed Tasks Assigned:

Key Qualifications:
[Give an outline of staff member’s experience and training most pertinent to tasks on
project. Describe degree of responsibility held by staff member on relevant previous projects and give
dates and locations. Use about half a page.]
Education:
[Summarize college/university and other specialized education of staff members, giving names of schoo
dates attended, and degrees obtained. Use about one quarter of a
page.]

Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held by
staff member since graduation, giving dates, names of employing organizations, titles of positions held, a
locations of projects. For experience in last ten years, also give types of activities performed and client referenc
where appropriate. Use
about two pages.]

Languages:
[For each language, indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.]

Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me,
qualifications, and my experience.
Date:
[Signature of staff member and authorized representative of the firm] Day/Month/Year
Full name of staff member: Full name of authorized
representative:

Department of Public Works and Highways


Contract ID: Contract Name:
Location of the Contract:

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

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


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

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

C. Under Purchase Agreements3


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

Minimum major construction equipment requirement as prescribed in the Bid Data Sheet: Minimum major laboratory equipment requirements as pre

Name and Signature of Bidder’s Representative Date:


Position
Name of Bidder

Omnibus Sworn Statement (Revised) Form No. 9


[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 havin
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 addres
[address of Bidder];
[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and designated representative o
[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 f
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
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/Partners
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
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 its
or by relation, membership, association, affiliation, or controlling interest with another blacklisted person
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
the documents submitted;
6. [Select one, delete the rest:]
[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the Procuring Entity,
PROCUREMENT AGENT IF ENGAGED, members of the Bids and Awards Committee (BAC), the Technical
Working Group, and the BAC Secretariat, the
head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity
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
Procuring Entity, PROCUREMENT AGENT IF ENGAGED, members of the Bids and Awards Committee (BAC),
Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit
and the project consultants by consanguinity or affinity up to the third civil degree;
[If a corporation or joint venture:] None of the officers, directors, and controlling stockholders of [Name of
Bidder] is related to the Head of the Procuring Entity, PROCUREMENT AGENT IF ENGAGED, members of th
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 considera
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 th
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 t
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]
Form No. 10

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 [inse
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
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 adde
(VAT), (ii) income tax, (iii) local taxes, and (iv) other fiscal levies and duties], which are itemized herein and reflected in the deta
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 exp
of that period;
g. If our Bid is accepted, we commit to obtain a Performance Security in the amount of [insert percentage amount] percen
the Contract Price for the due performance of the Contract, or a Performance Securing Declaration in lieu of the the allowab
forms of Performance Security, subject to the terms and conditions of issued GPPB guidelines 12 for this purpose;
h. We are not participating, as Bidders, in more than one Bid in this bidding process, other than alternative offers in accordanc
the Bidding Documents;
i. We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall const
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
power and authority to do, execute
12
currently based on GPPB Resolution No. 09-2020
and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for the [Nam
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

Date:

Department of Public Works and Highways


Contract ID: Contract Name:
Location of the Contract:

---------------------------------------------------------------------------------------------------------------------

CASH FLOW BY QUARTER

PARTICULAR TOTAL. YEAR


1st Q 2nd Q 3rd Q 4th Q
ACCOMPLISHMENT, IN % 100.0%
CASH FLOW, IN PhP
CUMULATIVE ACCOMPLISHMENT, IN % 100.0%
CUMULATIVE CASH FLOW, IN PhP

PARTICULAR TOTAL. YEAR


1st Q 2nd Q 3rd Q 4th Q
ACCOMPLISHMENT, IN %
CASH FLOW, IN PhP
CUMULATIVE ACCOMPLISHMENT, IN %
CUMULATIVE CASH FLOW, IN PhP

Submitted by:
Name and Signature of Bidder’s Representative Date:
Position
Name of Bidder

DPWH-INFR-19-2016
CE

NTS

guila
Sur
4
4
7
8

14
3
8
31
32
33
– Bids and Awards

nd in consonance with
16 revised IRR, Section

ho submits a bid in

nishing all information


/or Consulting Services

or activities of the GOP


and/or capacity of the GOP

iv) construction
tudies. (2016 revised IRR,

r or Manufacturer or
ement of Infrastructure
e may be, as recorded in
o and all documents

tity and to whom the


may likewise refer to a
unding source is from a
International or Executive

Services and
n the pursuit of any
ionery, materials for
such as the repair and
and related or analogous
such services. The term
ffice space, media
he Procuring Entity. (2016

epair, restoration or
ies, civil works
water supply, sanitation,
trification facilities,
of the government. Also

nfrastructure project or
he Project Procurement
Annual Procurement Plan.
nfrastructure project or
he Project Procurement
Annual Procurement Plan.
Engineering Office
agan, Digos City, Davao

rks, as described in Section

of Php 99,000,000.00.

16 revised IRR, including


ry source thereof, while the

ongoing posting,
bid bulletin.
ined the general
n and the nature of the

e site communication
materials, labor, water,
and execution or
d project requirements in

d of ethics during the


in corrupt, fraudulent,
R of RA No. 9184 or other
valuated.
pleted Contract (SLCC)
necessary, by the Bidder to

f work stated in the BDS.


nment/foreign or
in the Bidding Document

RR of RA No. 9184.

UN Security Council taken

ing Entity as stated herein,

me and either at its

dding Documents. Such


through electronic mail
nd receipt of Bids.
Components
pecified in Section IX.

ission to the BAC are in


h shall be authenticated by
ving jurisdiction over the
ion, only the translated
13-2019 dated 23 May

t of the contract for this


d in the BDS.
als Engineers, and
data shall be provided.

urchase agreements,
lessor/vendor for the
act set in the BDS.

in Section IX. Checklist

the conditions are met

ts, including the basic


ngineering clause in the
ed prices, and therefore
nary circumstances as
for Contract Price

BSP at the discretion of


encies shall be converted
e bulletin on the day of the

amount indicated in the


n the BDS.
endar Days from the date
ed by the Procuring Entity

owever, failure of the

ebsite or any other


y signed. An electronic copy
lly disqualified.

ough online submission as

ed in paragraph 12 of the
ncing, webcasting or
d by the BAC Secretariat.
uirements under Section 29

ed IRR of RA No. 9184.

s rated “passed” using non-


s under Section 32.2 of

BDS shall be received by


bination of Bids offering
shall be submitted for each

R of RA No. 9184 must be

ce from the BAC that it


tax returns filed and
ate licenses and permits

art of the Contract.


e the same

cceptance
east
In case of

(License

below:
levant
perience
5
5
5
ME I
5
5

of Training/
editation


N/A



N/A

wnership

ed/Leased
ed/Leased
ed/Leased
ed/Leased
ed/Leased
ed/Leased
ed/Leased
ed/Leased
ed/Leased
Owned
Owned
Owned
Owned
Owned
ed/Leased
ed/Leased
Owned
Owned
Owned
ed/Leased
ed/Leased
ed/Leased
ed/Leased
ed/Leased
ed/Leased
ed/Leased

ed/Leased

wnership
Owned

plate number,
ady for

of the

is in cash,
credit;
is in Surety

chnical) and
nly select one mode of submission, either manual or electronic.The address for receipt of Bids submitted manually is at Procurement Unit, 2nd Floor
uccessful

itted an

tances where

esponding

correct the
1 for its

ectronically
accordance

on to submit
ronic bid,
ontract, and

are their
Components.
uld be in the

nts file
and
3

nts file
and
olders shall be in PDF format (either scanned or exported/published), with file name in the format<PCAB ID>_<CONTRACT ID>_DescriptiveF
ticipation in the BiddingIn case a prospective bidder that have purchased a bidding document decided not to participate, he may choose to submit his
w.youtube.com/@DPWH.DDS.DEO1If the bidder chooses to disclose the passwords through writing, the letters for password 1 (Main File Folder/T
Bidder of the
ollowing

Clause on
award. In the
made, it
the IRR.

and shall be
he Bidder
sonably inferred as being
visions of RA No. 9184 and
nstitute the primary source
Herein clauses shall serve

lowing the GPPB to amend


invitation of which were

rences in the Conditions of


to any Section of the
whole of the Works).

ntractor based on the


ks. If the Contractor
n accordance with the
Time Extension and certify

eemed to have delayed the


may be addressed through

ating their designation, in


Works.
evant qualifications and
Entity but in no case later
ance security in any of the

edges the right of the

corporation, or
mance of this Contract.

ed to in the SCC

2016 revised IRR, the


nt or garnishment
es of the GOP in his favor

majeure, shall cover the


. Specific duration of the

his Contract shall be as

y liable to the Procuring

uring Entity that the


s and behaviors relative to

ctive practices as stated in


9184, and if applicable as
ional amounts of work only
additional work to be paid

the said Program of Work


Works. The submissions of

an updated Program of
mit an updated Program of
d in the SCC from the next
on which the overdue

nts and records relating to


curing Entity, as may be

as a Contract document,
of the total contract price,
he SCC, subject to the

sts for payment shall be


s otherwise stipulated in the
e included for payment.

enance manuals as
s otherwise stipulated in the
e included for payment.

enance manuals as

ove, or they do

om payments due
Documents
nce with Section 8.5.2 of

ncluding contracts awarded


ct to be bid; and
tract to be bid, except

n issued by the Insurance

aterials Engineers, and


experience data;
urchase agreements,
equipment lessor/vendor

artnership, or
iving full power and

566 and its IRR in case the


iving full power and

566 and its IRR in case the

er into and abide by the

g the unit prices of


..
BAGONG PILIPINAS

an, Digos City,

ngineering Office (DEO),


os Only (Php
Contract ID No. 24LD0?10.
invites bids for the

Te il,

of an eligible bidders is
ers).

ors Accreditation Board


B").

Works Application (CWA) at the DPWH Procurement Service (PrS), 5th Floor, DPWH Bldg., Bonifacio Drive, Port Area, Manila, while thos
ucted through open competitive bidding procedures using non-discretionary pass/fail criterion as specified in the Updated 2016 Revised Impleme
Invitation to Bid (IB) No. 2024-INFR-114
Contract ID No. 24LDO110
Page 3 of 3

nt Unit DPWH, Davao del Sur DEO Lapu-lapu St., Digos City Telephone No. 272-112815. You may visit the following websites:For downloading of
UCABERTE
SAC Chairperson

EJ
del Sur
del Sur
del Sur
del Sur
del Sur
del Sur

ht)
del Sur

e and Slope Protection Structure


del Sur

ctures
del Sur
ty, Davao del Sur

mount
cts awarded but not yet

lar to the contract to be

Contractor’s Organization

t Units Form No. 9

Cash Flow by

Form No. 1
awarded but not yet started

a. Date Awarded % of Value of Out- standing


b. Date Started Accomplishment Works/ Undelivered
c. Date of Completion Portions
Planned Actual

Form No. 2

o the contract to be bid

Awarded a. Amount at Award a. Date Awarded


Started b. Amount at Completion b. Contract Effectivity
of Completion c. Duration c. Date Completed
g of at least Satisfactory in the Constructors Performance Evaluation System (CPES).

Form No. 3

rity]

urity, which may be in the form

ent contract with any procuring


pplicable fine provided under
pt of the written demand by the
n under Sections 23.1(b), 34.2,
government may undertake.
wing circumstances:
our request;
d (i) I/we failed to timely file a
nd
shed the performance security

r] at [place of execution].
]
Form No. 4

having our registered


e of Procuring Entity ,

to the said Entity the Bank


Form of Bid; or
ance with the Instructions

by the Entity during the

in accordance with the

ons to Bidders;
itten demand, without the
the amount claimed by it is

of bids as stated in the


on(s) to the Bank is
he said period.
mit to you a bid for the
id Contract that the Bidder
s Bid Security for the

Form of Bid; or
ance with the Instructions to

tract to it by the Entity during

in accordance with the

ons to Bidders;
itten demand, without the
he amount claimed by it is due

e Bidder, up to the total


mand declaring the Bidder to
within the limits of
ns for your demand for the

of opening of bids for the said


your requirements of the
ble to perjury.

Form No. 6

-----------

execute the Contract if awarded to


ructural Engineer, Materials and
ctions to Bidders (Bid Data Sheet).
ove.

Form No. 7

ACT, WITH THEIR


as true and correct, the

erience
Similar
Position

on the Contract of these key

y in performing the duties of


ditions of Contract,
g the period of their

proval, the name and biodata


erson to be replaced.

for us to be disqualified from


rrect, the following pertinent

the Project Manager, a


d who has paid his
he construction of the

orm the same duties in the

nce with the Contract


mbodied in the proposed

nstruction work pertaining to

ally present in the Project, he


every month. That I/we

eer, the Head, Implementing


making replacement;
ects undertaken and other

anding as a reliable
at .
he

projects of same nature as

LETED

PLISHED
shall notify the
ive date of my separation.
tor’s

nage the Project to the

ntractor to qualify for the


oject is awarded to him
Manager in any future
orks and

biting to me his Residence


orrect, the following pertinent

after called the Project


issued on
ho was performed the same
-Data:
Engineer to personally
r;
nce with the Contract
ed Contract;
nstruction work pertaining to

ally present in the Project, he


every month. That I/we

Engineer with another


east twenty one (21) days

perience, list of projects

anding as a reliable
at .
er/ Resident Engineer on

mention only projects of

LETED
PLISHED

shall notify the


ive date of my separation.
tor’s

o supervise and manage

ntractor to qualify for the


ent Engineer if the
nd for my disqualification
or doing

biting to me his Residence


project name and location),
nent information:
after called the Materials
and who has paid his
he construction of the projects

onally perform the same

nce with the Contract


ed Contract;
nstruction work pertaining to

ally present in the Project, he


every month. That I/we

nother Engineer, the Head,


e (21) days before making

ojects undertaken and other

anding as a reliable
at .
the

y projects of same nature

LETED

PLISHED
shall notify the
ve date of my separation.
tor’s

manage the Project to the

ntractor to qualify for the


Project is awarded to him
s Engineer in any future
ks and

biting to me his Residence


rrect, the following pertinent

hereinafter called the Safety


Certificate of Employment and

rm the same duties in the

ordance with the Contract


ed Contract;
ction work pertaining to his

ersonally present in the


t the end of every month.

Implementing Office of the


ment;
s undertaken and other

anding as a reliable
afety Officer on the

same nature as aforesaid

LETED
PLISHED

tor’s

anage the Project to the


e.
shall notify the
ive date of my separation.

ntractor to qualify for the


ect is awarded to him since
Officer in any future

ghways.

biting to me his Residence


rrect, the following pertinent

hereinafter called the


r Certificate of Employment

perform the same duties in

nce with the Contract


ed Contract;
nstruction work pertaining to

ally present in the Project, he


every month. That I/we

ementing Office of the DPWH

ojects undertaken and other

anding as a reliable
oreman on the

me nature as aforesaid

LETED

PLISHED
tor’s

e Project to the best of my

shall notify the

ntractor to qualify for the


awarded to him since I
future bidding or

biting to me his Residence


Name of Firm:

Form No. 8

s on
ous projects and give
ving names of schools,

all positions held by


es of positions held, and
med and client references,

g, and writing.]

correctly describe me, my

r
me of authorized

-----------------------------------------
GNED TO THE CONTRACT, SUPPORTED BY CERTIFICATIONS OF AVAILABILITY

Location Condition Proof of Ownership /


Lease/Purchase
or this contract.

equipment requirements as prescribed in Bid Data Sheet:


of Affiant], after having

der] with office address at

gnated representative of

ame of Bidder], I have full


ubmit the bid, and to
ing Entity], as shown in the

rity to do, execute and


ensuing contract for
ate title of attached
ificate, Board/Partnership

Philippines or any of its


r international financing
t Policy Board, by itself
her blacklisted person or

authentic copy of the


ect;
presentative(s) to verify all

ng Entity,
(BAC), the Technical

onsanguinity or affinity up
ated to the Head of the
rds Committee (BAC), the
ce or the end-user unit,

holders of [Name of
GAGED, members of the
he head of the Project
ity up to the third civil

in compliance with the

ract;
; and
ect].
r any form of consideration,
nt in relation to any

he obligations and
Swindling (Estafa) or the
onverting any payment
goods or services, to the
o. 3815 s. 1930, as

VE]
Form No. 10

ts

Form No. 11

Bid Bulletin Numbers [insert

ment Project: [insert name of

ormation];

taxes, e.g. (i) value added tax


and reflected in the detailed

any time before the expiration

centage amount] percent of


in lieu of the the allowable
s purpose;
native offers in accordance with

tion of award, shall constitute a

ou may receive.
f the bidder, and granted full
uing contract for the [Name of

ll of Quantities, shall be a

pacity:

gn the Bid for and behalf of:

-----------------------------------------

RTER

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

YEAR
4th Q 1ST Q 2ND Q 3RD Q 4TH Q
Date:

Page 1 of 1

You might also like