Bidding Documents
Bidding Documents
BIDDING DOCUMENTS
FOR
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
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
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
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).
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
GCC Clause
2 The Intended Completion Date is Two Hundred Seventy-Seven
(277) calendar days from the Effective Date of the Contract.
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.
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.
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
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:
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
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
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.
PART C. EARTHWORKS
In words: Pesos In figures: Php
In figures: Php
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 C. EARTHWORKS
Individual Removal of Trees, 751- In words: Pesos In figures: Php
900mm dia, small In figures: Php
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.
PART C. EARTHWORKS
In words: Pesos In figures: Php
In figures: Php
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.
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
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.
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.
Part No. F&G Part of Description: Bridge Construction (Box Culvert and Street Light) & Drainage and Slope Protection Structure
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.
Part No. G&H Part of Description: Drainage and Slope Protection Structure & Miscellaneous Structures
Metal Beam End Piece, Bull Nose In words: Pesos In figures: Php
In figures: Php
612(1) 612.21
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.
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.
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".
TOTAL Php
Signed
Date
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 %
Statement of Single Largest Completed Contract (SLCC) which are Similar to the contract to b
Business Name: Business Address:
Form No. 3
Form No. 4
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
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.
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
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:
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.
----------------------------------------------------------------------------------------------------
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
(Address)
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.
Notary Public
PTR No.
Until
Doc. No.
Page No.
Book No.
Series of
(Address)
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.
Doc. No.
Page No.
Book No.
Series of
(Address)
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.
Notary Public
PTR No.
Until
Doc. No.
Page No.
Book No.
Series of
(Safety Officer)
(Address)
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.
Doc. No.
Page No.
Book No.
Series of
(Address)
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.
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:
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:
---------------------------------------------------------------------------------------------------------------------
LIST OF CONTRACTOR’S MAJOR CONSTRUCTION AND LABORATORY EQUIPMENT UNITS TO BE ASSIGNED TO THE CONTRACT
Business Name : Business Address :
B. Leased2
i.
ii.
iii.
iv.
v.
Minimum major construction equipment requirement as prescribed in the Bid Data Sheet: Minimum major laboratory equipment requirements as pre
BID FORM
Date : Project Identification No. :
Date:
---------------------------------------------------------------------------------------------------------------------
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
iv) construction
tudies. (2016 revised IRR,
r or Manufacturer or
ement of Infrastructure
e may be, as recorded in
o and all documents
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
of Php 99,000,000.00.
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
RR of RA No. 9184.
urchase agreements,
lessor/vendor for the
act set in the BDS.
ed in paragraph 12 of the
ncing, webcasting or
d by the BAC Secretariat.
uirements under Section 29
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
corporation, or
mance of this Contract.
ed to in the SCC
an updated Program of
mit an updated Program of
d in the SCC from the next
on which the overdue
as a Contract document,
of the total contract price,
he SCC, subject to the
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
artnership, or
iving full power and
Te il,
of an eligible bidders is
ers).
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
ctures
del Sur
ty, Davao del Sur
mount
cts awarded but not yet
Contractor’s Organization
Cash Flow by
Form No. 1
awarded but not yet started
Form No. 2
Form No. 3
rity]
r] at [place of execution].
]
Form No. 4
ons to Bidders;
itten demand, without the
the amount claimed by it is
Form of Bid; or
ance with the Instructions to
ons to Bidders;
itten demand, without the
he amount claimed by it is due
Form No. 6
-----------
Form No. 7
erience
Similar
Position
anding as a reliable
at .
he
LETED
PLISHED
shall notify the
ive date of my separation.
tor’s
anding as a reliable
at .
er/ Resident Engineer on
LETED
PLISHED
anding as a reliable
at .
the
LETED
PLISHED
shall notify the
ve date of my separation.
tor’s
anding as a reliable
afety Officer on the
LETED
PLISHED
tor’s
ghways.
anding as a reliable
oreman on the
me nature as aforesaid
LETED
PLISHED
tor’s
Form No. 8
s on
ous projects and give
ving names of schools,
g, and writing.]
r
me of authorized
-----------------------------------------
GNED TO THE CONTRACT, SUPPORTED BY CERTIFICATIONS OF AVAILABILITY
gnated representative of
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
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
ormation];
ou may receive.
f the bidder, and granted full
uing contract for the [Name of
ll of Quantities, shall be a
pacity:
-----------------------------------------
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