0% found this document useful (0 votes)
31 views59 pages

(Bid Docs) PB-PAFSBAC-029-24 Design and Build For The Construction of Two (2) 250KLV AV Fuel AGT at BGBNEAB

The Philippine Air Force is inviting bids for the construction of two 250KL AV Fuel AGT at BGBNEAB, with a budget of approximately 76.78 million PHP. Bidders must have relevant experience and comply with the requirements outlined in the bidding documents, which are available for purchase and online download. The deadline for bid submission is August 15, 2024, with a pre-bid conference scheduled for July 31, 2024.

Uploaded by

Lav Nna Lav
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
31 views59 pages

(Bid Docs) PB-PAFSBAC-029-24 Design and Build For The Construction of Two (2) 250KLV AV Fuel AGT at BGBNEAB

The Philippine Air Force is inviting bids for the construction of two 250KL AV Fuel AGT at BGBNEAB, with a budget of approximately 76.78 million PHP. Bidders must have relevant experience and comply with the requirements outlined in the bidding documents, which are available for purchase and online download. The deadline for bid submission is August 15, 2024, with a pre-bid conference scheduled for July 31, 2024.

Uploaded by

Lav Nna Lav
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 59

ARMED FORCES OF THE PHILIPPINES

PHILIPPINE AIR FORCE


OFFICE OF THE PAF SPECIAL BIDS AND AWARDS COMMITTEE
COLONEL JESUS VILLAMOR AIR BASE, PASAY CITY

PHILIPPINE BIDDING DOCUMENTS

Design and Build for the


Construction of Two (2)
250KL AV Fuel AGT
at BGBNEAB

PB-PAFSBAC-029-24

Sixth Edition
July 2020
1
TABLE OF CONTENTS
GLOSSARY OF TERMS, ABBREVIATIONS, AND ACRONYMS .................................4
SECTION I. INVITATION TO BID ............................................................................7
SECTION II. INSTRUCTIONS TO BIDDERS .............................................................9
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.......................................................................................................10
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 ...............11
11. Documents Comprising the Bid: Financial Component .........................................11
12. Alternative Bids ......................................................................................................11
13. Bid Prices ................................................................................................................12
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 ......................................................13
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 ....................................... 18
1. Scope of Contract ....................................................................................................18
2. Sectional Completion of Works ..............................................................................18
3. Possession of Site ....................................................................................................18
4. The Contractor’s Obligations ..................................................................................18
5. Performance Security ..............................................................................................19
6. Site Investigation Reports .......................................................................................19
7. Warranty..................................................................................................................19

2
8. Liability of the Contractor .......................................................................................19
9. Termination for Other Causes .................................................................................19
10. Dayworks ................................................................................................................19
11. Program of Work.....................................................................................................20
12. Instructions, Inspections and Audits .......................................................................20
13. Advance Payment....................................................................................................20
14. Progress Payments ..................................................................................................20
15. Operating and Maintenance Manuals......................................................................20
SECTION V. SPECIAL CONDITIONS OF CONTRACT ........................................... 22
SECTION VI. SPECIFICATIONS ........................................................................... 26
SECTION VII. DRAWINGS .................................................................................. 28
SECTION VIII. BILL OF QUANTITIES ................................................................ 29
SECTION IX. CHECKLIST OF TECHNICAL AND FINANCIAL DOCUMENTS ........ 35

3
Glossary of Terms, Abbreviations, and Acronyms

ABC – Approved Budget for the Contract.

ARCC – Allowable Range of Contract Cost.

BAC – Bids and Awards Committee.

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


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

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


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

Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

CDA – Cooperative Development Authority.

Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical services
or special studies. (2016 revised IRR, Section 5[i])

Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier
or Manufacturer or Distributor or Service Provider for procurement of Goods and Services;
Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for
Procurement of Consulting Services; as the case may be, as recorded in the Contract Form
signed by the parties, including all attachments and appendices thereto and all documents
incorporated by reference therein.

Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring
Entity and to whom the Contract to execute the Work was awarded. Contractor as used in these
Bidding Documents may likewise refer to a supplier, distributor, manufacturer, or consultant.

CPI – Consumer Price Index.

DOLE – Department of Labor and Employment.

DTI – Department of Trade and Industry.


Foreign-funded Procurement or Foreign-Assisted Project – Refers to procurement whose
funding source is from a foreign government, foreign or international financing institution as
specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section
5[b]).

GFI – Government Financial Institution.

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

Goods – Refer to all items, supplies, materials and general support services, except Consulting
Services and Infrastructure Projects, which may be needed in the transaction of public
businesses or in the pursuit of any government undertaking, project or activity, whether in the
nature of equipment, furniture, stationery, materials for construction, or personal property of
any kind, including non-personal or contractual services such as the repair and maintenance of
equipment and furniture, as well as trucking, hauling, janitorial, security, and related or
analogous services, as well as procurement of materials and supplies provided by the Procuring
Entity for such services. The term “related” or “analogous services” shall include, but is not
limited to, lease or purchase of office space, media advertisements, health maintenance
services, and other services essential to the operation of the Procuring Entity. (2016 revised
IRR, Section 5[r])

GOP – Government of the Philippines.

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


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

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PCAB – Philippine Contractors Accreditation Board.

PhilGEPS - Philippine Government Electronic Procurement System.

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


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

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.


UN – United Nations.
Section I. Invitation to Bid

ARMED FORCES OF THE PHILIPPINES


PHILIPPINE AIR FORCE
OFFICE OF THE PAF SPECIAL BIDS AND AWARDS COMMITTEE
Colonel Jesus Villamor Air Base, Pasay City

1. The Armed Forces of the Philippines, through the PAF Special Bids and Awards
Committee (PAFSBAC), invites contractors to bid for the hereunder projects:

*Approved
Price of Bid
Budget for the
Lot Nr. Nomenclature/Activity Documents
Contract
(in PhP)
(in PhP)
PB-PAFSBAC-011-24 Design and Build for the
1 116,000,000.00 50,000.00
Construction of Training Pool with MWR Facilities
PB-PAFSBAC-029-24 Design and Build for the
2 Construction of Two (2) 250KL AV Fuel AGT at 76,782,005.73 50,000.00
BGBNEAB
PB-PAFSBAC-030-24 Design and Build for the
3 Construction of One (1) 200KL and 80KL AV Fuel 26,880,000.00 25,000.00
AGT at EAAB, Zamboanga City
*Bids received in excess of the ABC shall be automatically rejected at bid opening.

2. Prospective bidders should have an experience in similar project.

3. The description of an eligible bidder is contained in the Bidding Documents,


particularly, in Section II (Instructions to Bidders).

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

5. Bidding is open to all interested bidders, whether local or foreign, subject to the
conditions for eligibility provided in the 2016 revised IRR of RA No. 9184.

6. Issuance of Bid Documents: July 24 – August 14, 2024 at 8:00AM-12:00NN &


1:00PM-5:00PM, Monday to Friday (except holiday) at PAFSBAC Secretariat, PAF
Procurement Center Bldg., Colonel Jesus Villamor Air Base, Pasay City. On August 15, 2024
before 9:15 AM at PAF Procurement Center Conference Room, Colonel Jesus Villamor Air
Base, Pasay City.
(NOTE: Prospective bidders should bring with them the printed copy of the Invitation to Bid for
the project/s to be bid from PhilGEPS website which should be presented to Air Force
Accounting Center for the issuance of Order of Payment. Payment for the Bidding Documents
should be made at PAF Finance Center, Colonel Jesus Villamor Air Base, Pasay City from
Monday to Friday at 8:00AM-12:00NN & 1:00PM-5:00PM.)
and/or

The proponent/bidder may pay the Bid Documents Online through PAF Online Payment
System (POPS) via (LBP Link.BizPortal) at the following link:
https://www.lbp-eservices.com/egps/portal/index.jsp

With the steps/system demo on the link below:


https://drive.google.com/drive/folders/1JjH1pmiWgvu5otRMRmcIMx_ql2FPr1X1

The bidding documents may also be downloaded free of charge from the website of the
PhilGEPS and the Procuring Entity, provided that the Bidder shall pay the applicable fee for the
Bidding Documents not later than the deadline of submission of their bids.

7. Pre-Bid Conference: July 31, 2024 at 9:00 AM through Videoconferencing via Zoom
Application. (Zoom Meeting ID: 823 9650 1486; Passcode: 158441).

8. Manual Submission of Bids: August 15, 2024 at 9:00 AM, PAF Procurement Center
Conference Room, Colonel Jesus Villamor Air Base, Pasay City. Late bids shall not be accepted.

9. Deadline of Submission of Bids/Opening of Bids: August 15, 2024 at 9:15 AM, PAF
Procurement Center Conference Room, Colonel Jesus Villamor Air Base, Pasay City. Bids will
be opened in the presence of the bidders’ representatives who choose to attend the activity.

10. All Bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 14.

11. The Philippine Air Force reserves the right to reject any and all bids, declare a failure
of bidding, or not award the contract at any time prior to contract award in accordance with
Sections 35.6 and 41 of the 2016 revised IRR of RA No. 9184, without thereby incurring any
liability to the affected bidder or bidders.

For further information, please refer to:

MAJ GEORGE V SANTOS JR PAF


PAF Special Bids and Awards Committee Secretariat
Colonel Jesus Villamor Air Base, Pasay City
E-mail Address: [email protected]
Mobile Nr: 0906 279 3603

12. You may also visit the PhilGEPS website for the downloading of the Bidding
Documents.

(Sgd)
BGEN LEO A FONTANILLA PAF
Chairperson, PAFSBAC
Section II. Instructions to Bidders
1. Scope of Bid
The Procuring Entity, PHILIPPINE AIR FORCE invites Bids for the Design and
Build for the Construction of Two (2) 250KL AV Fuel AGT at BGBNEAB with
Project Identification Number PB-PAFSBAC-029-24.

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


Works, as described in Section VI (Specifications).

2. Funding Information
2.1. The GOP through the source of funding as indicated below for CY 2024 in the
amount of PhP76,782,005.73

2.2. The source of funding is PAF Trust Receipts (Repair, Maintenance and
Construction – RMC) Fund.

3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and
its 2016 revised IRR, including its Generic Procurement Manual and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or invitation to bid by the BAC through the
issuance of a supplemental or bid bulletin.

The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the site,
determined the general characteristics of the contracted Works and the conditions for
this Project, such as the location and the nature of the work; (b) climatic conditions;
(c) transportation facilities; (c) nature and condition of the terrain, geological conditions
at the site communication facilities, requirements, location and availability of
construction aggregates and other materials, labor, water, electric power and access
roads; and (d) other factors that may affect the cost, duration and execution or
implementation of the contract, project, or work and examine all instructions, forms,
terms, and project requirements in the Bidding Documents.

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


The Procuring Entity, as well as the Bidders and Contractors, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or
through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184
or other integrity violations in competing for the Project.

9
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.

5.2. The Bidder must have an experience of having completed a Single Largest
Completed Contract (SLCC) that is similar to this Project, equivalent to at least
fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to current
prices using the PSA’s CPI, except under conditions provided for in Section
23.4.2.4 of the 2016 revised IRR of RA No. 9184.

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


major categories of work stated in the BDS.

5.3. For Foreign-funded Procurement, the Procuring Entity and the foreign
government/foreign or international financing institution may agree on another
track record requirement, as specified in the Bidding Document prepared for
this purpose.

5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of the
2016 IRR of RA No. 9184.

6. Origin of Associated Goods


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

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

The Procuring Entity has prescribed that subcontracting is not allowed.

8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time through videoconferencing as indicated in paragraph 7 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
10. Documents Comprising the Bid: Eligibility and Technical
Components
10.1. The first envelope shall contain the eligibility and technical documents of the
Bid as specified in Section IX. Checklist of Technical and Financial
Documents.

10.2. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must
be accompanied by a translation in English, which shall be authenticated by the
appropriate Philippine foreign service establishment, post, or the equivalent
office having jurisdiction over the foreign bidder’s affairs in the Philippines.
For Contracting Parties to the Apostille Convention, only the translated
documents shall be authenticated through an apostille pursuant to GPPB
Resolution No. 13-2019 dated 23 May 2019. The English translation shall
govern, for purposes of interpretation of the bid.

10.3. A valid PCAB License is required, and in case of joint ventures, a valid special
PCAB License, and registration for the type and cost of the contract for this
Project. Any additional type of Contractor license or permit shall be indicated
in the BDS.

10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project Engineers,
Materials Engineers, and Foremen) assigned to the contract to be bid, with their
complete qualification and experience data shall be provided. These key
personnel must meet the required minimum years of experience set in the BDS.

10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or
under purchase agreements, supported by proof of ownership, certification of
availability of equipment from the equipment lessor/vendor for the duration of
the project, as the case may be, must meet the minimum requirements for the
contract set in the BDS.

11. Documents Comprising the Bid: Financial Component


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

11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.

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

11
specifications. Unless there is a value engineering clause in the BDS, alternative Bids
shall not be accepted.

13. Bid Prices


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

14. Bid and Payment Currencies


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

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

15. Bid Security


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

15.2. The Bid and bid security shall be valid until one hundred twenty (120) calendar
days from the date of Opening of Bids. Any bid not accompanied by an
acceptable bid security shall be rejected by the Procuring Entity as non-
responsive.

16. Sealing and Marking of Bids


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

The Procuring Entity may request additional hard copies and/or electronic copies of the
Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.

If the Procuring Entity allows the submission of bids through online submission to the
given website or any other electronic means, the Bidder shall submit an electronic copy
of its Bid, which must be digitally signed. An electronic copy that cannot be opened or
is corrupted shall be considered non-responsive and, thus, automatically disqualified.

17. Deadline for Submission of Bids


The Bidders shall submit on the specified date and time and either at its physical address
or through online submission as indicated in paragraph 8 of the IB.

12
18. Opening and Preliminary Examination of Bids
18.1. The BAC shall open the Bids in public at the time, on the date, and at the place
specified in paragraph 9 of the IB. The Bidders’ representatives who are present
shall sign a register evidencing their attendance. In case videoconferencing,
webcasting or other similar technologies will be used, attendance of participants
shall likewise be recorded by the BAC Secretariat.

In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA No.
9184 shall prevail.

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


2016 revised IRR of RA No. 9184.

19. Detailed Evaluation and Comparison of Bids


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

19.2. If the Project allows partial bids, all Bids and combinations of Bids as indicated
in the BDS shall be received by the same deadline and opened and evaluated
simultaneously so as to determine the Bid or combination of Bids offering the
lowest calculated cost to the Procuring Entity. Bid Security as required by ITB
Clause 16 shall be submitted for each contract (lot) separately.

19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016
revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for all
the lots participated in by the prospective Bidder.

20. Post Qualification


Within a non-extendible period of five (5) calendar days from receipt by the Bidder of
the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall
submit its latest income and business tax returns filed and paid through the BIR
Electronic Filing and Payment System (eFPS), and other appropriate licenses and
permits required by law and stated in the BDS.

21. Signing of the Contract


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

13
Section III. 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:
“Construction/Renovation/Repair of Building/Industrial Plant with Fuel
Storage Facility.”
7.1
Subcontracting is not allowed.
10.3 The bidder shall have a valid PCAB License and registration (minimum):
Size Range Medium “A” (License Category B) for Building or Industrial Plant
and with Size Range Medium “A” Category B for SP-ME (Mechanical Works)
10.4 The key personnel must meet the required minimum years of experience set below:

General Relevant
Number of
Key Personnel Experience Experience
Personnel
(No. of years) (No. of projects)
A. Design phase
Professional Mechanical
1 15 2
Engineer
Design Architect 1 5 2
Structural Engineer 1 5 2
Professional Electrical
1 15 2
Engineer
Registered Sanitary
1 3 2
Engineer
CAD
Operators/AutoCAD 1 2 2
Personnel
B. Construction phase
Project Manager
1 5 2
(Licensed Engineer)
Project Engineer
(Registered
1 3 2
Civil/Mechanical
Engineer)
Professional 2
Electrical/Mechanical 1 15
Engineer
Materials Engineer I 1 3 2
Registered Master 2
1 3
Electrician
Foreman 2 10 2
Safety Officer 2 with 2
LCM and HIRAC 1 3
Certificate
NC II Certified Welders 6 5 2
Notes: 1. During project implementation the named Key personnel shall be
employed for the duration they are required to be at the project site as reflected in

14
the Manpower Utilization Schedule and shall not be utilized to other infrastructure
projects of the Company; unless the projects are contiguous/co-located/adjacent
within the project site (BGBNEAB, Lapu-Lapu City).

2. General experience refers to general background, experience and qualification


of a person. In cases of licensed profession, only those background, experience and
qualification at the time of registration appearing on the certificate of registration
and/or proof of identification card duly issued by appropriate regulating
government office or body shall be considered.

3. All key personnel shall possess the necessary and required certifications,
credentials, and updated licenses and PTR.
10.5 The minimum major equipment requirements are the following:

L/I Equipment Capacity (Min) Number of Unit


1 Mobile Crane w/
50 m.t 1
Hoisting Equipment
2 Dump Truck 10 cu.m 1
3 Utility Vehicle 500 kgs 1
4 Transit Mixer 10 cu.m 1
5 Vibratory Roller 10 m.t 1
6 Plate Compactor 12 hp 1
7 Concrete Mixer 1 bagger 2
8 Welding Machine
600 Amp 2
(Heavy Duty)
9 Backhoe 1 cu.m. 1
10 Wheel Loader/Pay
1 cu.m. 1
Loader

Notes: 1. During project implementation the listed equipment shall be employed


for the duration they are required to be at the project site as reflected in the
Equipment Utilization Schedule and shall not be utilized to other infrastructure
projects of the Company; unless the projects are contiguous/co-located/adjacent
within the project site (BGBNEAB, Lapu-Lapu City).

2. All equipment that requires LTO registration shall have an updated/valid proof
of registration.
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 2% of ABC (PhP1,535,640.11) if bid security
is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable
letter of credit;

b. The amount of not less than 5% of ABC (PhP3,839,100.29) if bid security


is in Surety Bond.
19.2 The Project is a single lot. Partial bid is not allowed.

15
20 Additional post-qualification requirement/s:

Within a non-extendible period of five (5) calendar days (including Holidays,


Saturdays and Sundays) from receipt by the Bidder of the notice from the
PAFSBAC:
1. Copy of Registration Certificate Securities and Exchange Commission
(SEC), Department of Trade and Industry (DTI) or Cooperative Development
Authority (CDA);
2. Copy of Mayor’s/Business Permit or its Equivalent Document;
3. Copy of Tax Clearance;
4. The Contractor’s audited financial statements, showing, among others, the
Supplier’s total and current asset and liabilities, stamped “received” by the BIR
or its duly accredited and authorized institutions, for the preceding calendar year
which should not be earlier than two (2) years from the date of bid submission.
5. Copy of Certificate of Notarial Commission of the lawyer who notarized
the bidding documents;
6. Manpower Schedule (Key Personnel/s must be physically present during
the conduct of the Post Qualification);
7. Equipment Utilization Schedule (Contractor to issue Certificate of
Equipment’s availability in the project site within seven (7) calendar days upon
receipt of NTP);
8. Construction Schedule and S-Curve (must be consistent to the Payment
Schedule and Cash Flow);
9. Network Diagram of PERT/CPM showing the Critical Path;
10. Construction Methodology;
11. Proposed Construction Safety and Health program of the contractor. (The
Construction Safety and Health Program for the project as finally approved by the
DOLE shall be submitted as a requirement prior to receipt of the Notice to
Proceed). Proposed Construction Safety and Health Program of the contractor
should include among others the “New Normal” situation. (HPAF LD Nr 01 dated
27 June 2020 - Construction Safety Guidelines for the Implementation of PAF
Infrastructure Projects during the COVID-19 Public Health Crisis);
12. The Contractor to present detailed computations of its bid offer;
13. Other documents shall also be presented during the conduct of Post
Qualification such as, but not limited to: Compliance with labor legislations, i.e.
proof of remittances, in accordance with GPPB Circular No. 01-2008; and
14. Philippine Contractors Accreditation Board (PCAB) License.

NOTE: Non-compliance hereto, and a finding/discrepancy on its veracity,


consistency, completeness and correctness of the technical, legal and financial
documents is a ground for Post Disqualification.
21 Additional contract documents:

1. Procurement Request/Bidding Request.


2. Invitation to Bid.
3. Minutes of Conferences (Pre-procurement, Pre-bidding and Opening of
Bids).
4. Accomplished Checklist of Requirements for the project.
5. Abstract of Bids.

16
6. Additional post-qualification requirements.
7. Post-qualification Report.
8. PAFSBAC Resolution.

17
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 being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable in
contract implementation. Herein clauses shall serve as the secondary source for the
terms and conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No.
9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement
activities, the advertisement, posting, or invitation of which were issued after the
effectivity of the said amendment.

2. Sectional Completion of Works


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

3. Possession of Site
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 certify 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 the start of the relevant activities. The resulting
adjustments in contract time to address such delay may be addressed through contract
extension provided under Annex “E” of the 2016 revised IRR of RA No. 9184.

4. The Contractor’s Obligations


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

The Procuring Entity will approve any proposed replacement of key personnel only if
their relevant qualifications and abilities are equal to or better than those of the
personnel listed in the Schedule.

18
5. Performance Security
5.1. Within ten (10) calendar days from receipt of the Notice of Award from the
Procuring Entity but in no case later than the signing of the contract by both
parties, the successful Bidder shall furnish the performance security in any of
the forms prescribed in Section 39 of the 2016 revised IRR.

5.2. The Contractor, by entering into the Contract with the Procuring Entity,
acknowledges the right of the Procuring Entity to institute action pursuant to RA
No. 3688 against any subcontractor be they an individual, firm, partnership,
corporation, or association supplying the Contractor with labor, materials and/or
equipment for the performance of this Contract.

6. Site Investigation Reports


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

7. Warranty
7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2
of the 2016 revised IRR, the Procuring Entity shall forfeit its performance
security, subject its property(ies) to attachment or garnishment proceedings, and
perpetually disqualify it from participating in any public bidding. All payables
of the GOP in his favor shall be offset to recover the costs.

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


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

8. Liability of the Contractor


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

9. Termination for Other Causes


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

10. Dayworks

19
Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of
RA No. 9184, and if applicable as indicated in the SCC, the Dayworks rates in the
Contractor’s Bid shall be used for small additional amounts of work only when the
Procuring Entity’s Representative has given written instructions in advance for
additional work to be paid for in that way.

11. Program of Work


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

11.2. The Contractor shall submit to the Procuring Entity’s Representative for
approval an updated Program of Work at intervals no longer than the period
stated in the SCC. If the Contractor does not submit an updated Program of
Work within this period, the Procuring Entity’s Representative may withhold
the amount stated in the SCC from the next payment certificate and continue to
withhold this amount until the next payment after the date on which the overdue
Program of Work has been submitted.

12. Instructions, Inspections and Audits


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

13. Advance Payment


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

14. Progress Payments


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

15. Operating and Maintenance Manuals


15.1. If required, the Contractor will provide “as built” Drawings and/or operating
and maintenance manuals as specified in the SCC.

20
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.

21
Section V. Special Conditions of Contract
GCC Clause
2 The intended completion is as follows:

Ninety (90) calendar days for the Design Phase upon receipt of the Notice to
Proceed (NTP):

Notes: 1. The duration of Design Phase shall be temporary suspended once the
Procuring Entity/DBC received the DAED for review, evaluation, validation,
and subsequent approval by the HoPE. The suspension of the Design Phase
will then be lifted upon receipt of the Contractor on the submitted DAED for
correction, revision and finalization.
2. All the required plans and documents shall be submitted prior to the
mobilization and start of construction phase at the project site.
3. The reckoning of the construction phase shall start upon acknowledgement
or receipt by the Contractor of the approved and duly signed plans and
documents by the HoPE.

Three Hundred Sixty (360) calendar days for the Construction Phase
(Including 60 CDs for unfavorable weather condition) shall start upon
acknowledgement or receipt by the Contractor of the approved and duly signed
plans and documents by the HoPE.

The total project duration is Four Hundred Fifty (450 CDs) including 60 CDs
provision for unfavorable weather condition (Design Phase – 90 CDs plus
Construction Phase – 300 CDs to plus unfavorable weather condition – 60 CDs
equals to 360 CDs).

3.1 The Procuring Entity shall give possession of all parts of the Site to the
Contractor upon receipt of the Notice of Approval of DAEP by the CG, PAF.
Dayworks are applicable to the contract. The Dayworks rates in the
Contractor’s Bid shall be used for small additional amounts of work only when
the Procuring Entity’s Representative has given written instructions in
advance for additional work to be paid for in that way.
5 The supplier shall furnish performance security in any of the following forms:

Amount of Performance
Security
Form of Performance Security (Not less than the
Percentage of the Total
Contract Price)
Cash or cashier’s/manager’s check issued by a
Universal or Commercial Bank.
Bank draft/guarantee or irrevocable letter of
credit issued by a Universal or Commercial Ten percent (10%)
Bank: Provided, however, that it shall be
confirmed or authenticated by a Universal or
Commercial Bank, if issued by a foreign bank.

22
Surety bond callable upon demand issued by a
surety or insurance company duly certified by
Thirty percent (30%)
the Insurance Commission as authorized to issue
such security.
6 Ocular Site Inspection shall be conducted by the bidder prior to
Submission/Opening of Bids. Certificate of Site Inspection shall be issued by
the CESO, 560th ABG or his/her duly authorized representative which shall
be submitted by the bidder during the Submission/Opening of Bids and
Evaluation [TAB “(d)”].

The conduct of Site Inspection shall be done by the licensed


engineer/architect of the bidder, and duly authorized by the Authorized
Managing Officer (AMO)/Owner of the company with Special Power of
Attorney (SPA), Letter of Intent (LOI) and valid PRC license. Non-
conformance thereto is a ground for disqualification.

Contact Person: MAJ FRANK LLOYD M TABAT PAF


Contact Number: +63 917 321 5655
7.2 Warranty for Civil and Structural is 15 years from acceptance. Warranty for
brand new mechanical and electrical equipment is Three (3) years from
acceptance. Warranty for all restored mechanical equipment is One (1) year
from acceptance. (Refer to TOR) and One (1) year liability/defects warranty
for architectural, electrical, plumbing and sanitary components.
10 Dayworks are applicable to the contract. The Dayworks rates in the
Contractor’s Bid shall be used for small additional amounts of work only when
the Procuring Entity’s Representative has given written instructions in
advance for additional work to be paid for in that way.
11.1 The Contractor shall submit the Program of Work (Design Phase) to the
Procuring Entity’s Representative – Commanding Officer, PAFPC within 10
calendar days from delivery of the Notice of Award. It shall be accompanied
with its Letter of Acceptance of conformity with the Notice of Award. The
Program of Work includes the Contractor’s All Risk Insurance.

The Contractor shall submit the Program of Work (Construction Phase) to the
Procuring Entity’s Representative – Commanding Officer, PAFPC within 10
calendar days upon receipt of the CG, PAF approved DAED.
11.2 The amount to be withheld for late submission of an updated Program of Work
is Ten Percent (10%) of the amount of the next progress billing.
13 The Contractor, upon request, may be provided an advance payment in an
amount equivalent to one percent (1%) of the total contract price during the
design phase of the project. The Contractor may also, upon request, be
provided an additional advance payment in the amount not to exceed fourteen
percent (14%) of the total contract price after all required designs have been
submitted and approved with finality. The said advance payments constitute
the payment for the mobilization cost of the Contractor in the start of the
construction phase

The advance payment for mobilization shall be made only upon the submission
to and acceptance by the procuring entity of an irrevocable standby letter of
credit of equivalent value from a commercial bank, a bank guarantee or a

23
surety bond callable upon demand, issued by a surety or insurance company
duly licensed by the Insurance Commission and confirmed by the procuring
entity.
14 Payment can be made through Advice to Debit Account (ADA). The schedule
of payment shall be as follows:

1. 1st Payment - Twenty percent (20%) of the total contract price shall be
paid upon completion of twenty percent (20%) work accomplishment minus
the Advance Payment for Mobilization;

2. 2nd Payment - Twenty percent (20%) of the total contract price shall be
paid upon completion of forty percent (40%) work accomplishment;

3. 3rd Payment - Twenty percent (20%) of the total contract price shall be
paid upon completion of sixty percent (60%) work accomplishment;

4. 4th Payment - Twenty percent (20%) of the total contract price shall be
paid upon completion of eighty percent (80%) work accomplishment;

5. The payment of the remaining twenty percent (20%) of the total


contract price shall be made upon completion of one hundred percent (100%)
work accomplishment, submission of “as built” drawings and presentation
of the Certificate of Completion and Final Acceptance. (Advance Payment
for Mobilization shall not exceed 15% of the total contract price)

The foregoing progress payments are subject to retention of ten percent


(10%) as retention money. Materials and equipment delivered on the site but
not completely put in place/utilized/built therein shall not be included in the
work accomplished, hence, not subject to payment. Any delay in the payment
of the progress billings due to procedural requirements of the Philippine
Government shall not be a ground for the Contractor to suspend, delay or
stop the project completion.

The Contractor shall pay liquidated damages to the Procuring Entity for each
day that the Completion Date for the Design Phase is later than the Intended
Completion Date/delivery period of 90 calendar days. The applicable
liquidated damages are at least one-tenth (1/10) of a percent of the Design
Phase Cost of the unperformed portion for every day of delay.

Likewise, the Contractor shall pay liquidated damages to the Procuring


Entity for each day that the Completion Date for the Construction Phase is
later than the Intended Completion Date/delivery period of 360 calendar
days (including 60 CDs for unfavorable weather condition). The Procuring
Entity shall deduct liquidated damages from payments due to the Contractor.
Payment of liquidated damages shall not affect the Contractor’s liabilities.
Once the cumulative amount of liquidated damages reaches ten percent
(10%) of the amount of the Contract, the Procuring Entity may rescind or
terminate the Contract, without prejudice to other courses of action and
remedies available under the circumstances.

24
Additional requirements for payment:
1. Accomplishment Report from Project Administrator;
2. Updated Progress Report based on Program of Work;
3. Catch-Up plan in case of delay;
4. Certificate of Inspection from AFCE;
5. Statement of Time Elapsed (STE);
6. PRAD's certification that the construction materials for the next phase
are available at the project site or if not available, Contractor's certification
with proof/s that the construction materials for the next phase are already paid
and in transit; and
7. PRAD's certification that the Contractor's manpower at the project site
is enough to proceed to the next phase and in accordance with the submitted
Manpower Schedule.

Payment Schedule and Cash Flow Format as provided in Section IX.


Checklist of Technical and Financial Documents to be submitted by the
Bidders during opening of bids shall be consistent with the progress
payment schedule as prescribed above, 1st billing - 20% work
accomplishment, 2nd billing - 40% work accomplishment, 3rd billing - 60%
work accomplishment, 4th billing - 80% work accomplishment, 5th/final
billing – 100% work accomplishment, of their bid offer. Non-
conformance thereto is a ground for disqualification.
15.1 The date by which “as built” drawings are required is upon completion of the
one hundred percent (100%) work and before issuance of the Certificate of
Completion and Final Acceptance.
15.2 The payment of the remaining ten percent (10%) of the total contract price
minus one percent (1%) of the fifteen percent (15%) Advance Payment for
Mobilization shall not be made without the submission of “as built” drawings
and operation manuals by the contractor and presentation of Certificate of
Completion and Final Acceptance.

25
Section VI. Specifications
(Refer to the Terms and Reference “ANNEX A”)

26
NOTES:

1. The Project Inspector (CESO, 560th ABG; CESO, AIBDC; OAFCE; and End-
User) will inspect the materials that will be used for the said project in every phase
of the project as stated in any of the following: POWs/SOWs, Specifications, BOQs,
BOMEs and DAEPs. Further, they shall be allowed to inspect the project at any
time.
2. All deliveries for installation are subject for inspection/evaluation by the End-
user/Project Administrator (PRAD).
3. The contractor shall be responsible for the cleanliness and maintenance of the
alley/path walk and working area.
4. During the execution of the project, the contractor shall provide the following:
- Electric and water meter;
- Site office with toilet;
- Temporary office equipment;
- Presentable covered work area;
- Safety signages; and
- Project Billboard indicating the project title, cost, name of company/contractor,
date started, duration/timeline and Estimated Date of Completion (EDOC).
5. Electricity and water consumption relative to the project implementation shall be
paid by the contractor based on the current rate of the base/energy provider.
6. The contractor shall submit to the End-user the list of personnel who will be
involved in the project within ten (10) calendar days from receipt of Notice of
Award (NOA). Likewise, for the issuance of appropriate Base Clearance, the
contractor shall submit Brgy Clearance, Police Clearance and Biodata of all its
personnel.
7. The contractor and all its personnel shall at all times adhere to the existing Base
rules and regulations.
8. The contractor shall issue a Certificate of Equipment’s availability in the project
site within seven (7) calendar days upon receipt of NTP to PAFPC copy furnish
PRAD/CESO and OAFCE.
9. The contractor should adhere to the IRR re D.O. #13 of DOLE otherwise known as
“The Guidelines Governing Occupational Safety and Health in the Construction
Industry.”
10. The Construction works shall be allowed during normal days, holidays, weekends,
from 0700H-1700H a day. In case the contractor intends to work before and beyond
the prescribed working hours, he must request for the approval from the PRAD or
his duly authorized representative a day before.
11. The contractor is responsible on the disposal of construction debris outside
Brigadier General Benito N Ebuen Air Base, Lapu-Lapu City, Cebu premises
to ensure the cleanliness of the job site.
12. All communications must be coursed through PAFPC, copy furnish
PRAD/CESO; OAFCE/D&B Committee; should there be issue/s and/or
concern/s during project implementation with the following addresses:

27
Section VII. Drawings
(Refer to “ANNEX B” and the Term of Reference)

28
Section VIII. Bill of Quantities

Project Number: PB-PAFSBAC-029-24


Project Name: Design and Build for the Construction of Two (2) 250KL AV Fuel AGT
at BGBNEAB
NOTE: All blocks or boxes must be filled. A zero (0) or a dash (-) must be indicated in the
blocks or boxes of all items that are offered for free to the Government as per Sec 32.2.1(a) of
R.A 9184.

A. Construction of AGT Facility

Bid Offer with


Item
Description Qty Labor Cost, Taxes
Nr
and Indirect Cost
1 Design Phase
Conduct of Detailed Engineering Design in accordance with the Contract and shall
include, among others:
A.1 Geotechnical Investigation Report, including
1 Lot PhP
soil testing data
A.2 Geodetic and Topographic survey 1 Lot PhP
A.3 Design Calculations and Design Reports 1 Lot PhP
A.4 Design and Construction Methodology 1 Lot PhP
A.5 Scope of Works 1 Lot PhP
A.6 Technical Specifications 1 Lot PhP
A.7 Testing and Inspection Requirements 1 Lot PhP
A.8 Complete Detailed Architectural and
1 Lot PhP
Engineering Design (DAEDs)
A.9 Bill of Quantities, Bill of Materials and Cost
Estimates and Detailed Unit Price Analysis 1 Lot PhP
(DUPA)
A.10 Manpower and equipment utilization
1 Lot PhP
schedule
A.11 Design and Construction Schedule PERT-
1 Lot PhP
CPM and S-Curve
A.12.Program of Works 1 Lot PhP
A.13. Other works as required in this Contract 1 Lot PhP
Sub-total of A.1 to A.13 PhP
2 Construction Phase
A. General Requirements
A.1. Mobilization/ Demobilization 1 Lot PhP
A.2. Temporary Facilities and Field Office
equipment (Including field office space
for the Contractor, warehouse, furniture,
1 Lot PhP
ventilation, power, water and lighting,
offices supplies, storage space for
equipment, records, etc.)
A.3. Laboratory Testing Works 1 Lot PhP

29
A.4. Construction Safety and Health Program
(Including PPE, signage, barricades and 1 Lot PhP
etc)
A.5. Permit Processing and Fees to include all
1 Lot PhP
ancillary permits
A.6. Demolition Works (Including Removal
of existing admin building, cutting of
1 Lot PhP
trees, site clearing, grubbing, hauling and
disposal)
A.7 Project Billboard and Signages 1 Lot PhP
Sub-total of A.1 to A.7 PhP
B. AGT (_______ sqm)
B.1 Structural Works 1 Lot PhP
B.2 Architectural Works 1 Lot PhP
B.3 Electrical Works 1 Lot PhP
B.4 Mechanical Works 1 Lot PhP
B.5 Plumbing Works 1 Lot PhP
B.6 HVAC Works 1 Lot PhP
B.7 FDAS Work 1 Lot PhP
B.8 Fire Protection Works 1 Lot PhP
B.9 Sanitary Works 1 Lot PhP
B.10 Sanitary Works 1 Lot PhP
Sub-total of A.1 to A.10 PhP
SUB-TOTAL(Construction of AGT Facility)=1+2A+2B PhP

B. Embankment

Bid Offer with


Item
Description Qty Labor Cost, Taxes
Nr
and Indirect Cost
1 Design Phase
Conduct of Detailed Engineering Design in accordance with the Contract and shall
include, among others:
A.1 Geotechnical Investigation Report, including
1 Lot PhP
soil testing data
A.2 Geodetic and Topographic survey 1 Lot PhP
A.3 Soil and Foundation investigation and slope
1 Lot PhP
stability analysis
A.4 Feasibility study on slope
1 Lot PhP
stabilization/protection proposal
A.5 Design Calculations and Design Reports 1 Lot PhP
A.6 Design and Construction Methodology 1 Lot PhP
A.7 Scope of Works 1 Lot PhP
A.8 Technical Specifications 1 Lot PhP
A.9 Testing and Inspection Requirements 1 Lot PhP
A.10 Complete Detailed Architectural and
1 Lot PhP
Engineering Design (DAEDs)

30
A.11 Bill of Quantities, Bill of Materials and Cost
Estimates and Detailed Unit Price Analysis 1 Lot PhP
(DUPA)
A.12 Manpower and equipment utilization schedule 1 Lot PhP
A.13 Design and Construction Schedule PERT-
1 Lot PhP
CPM and S-Curve
A.14.Program of Works 1 Lot PhP
A.15. Other works as required in this Contract 1 Lot PhP
Sub-total of A.1 to A.15 PhP
2 Construction Phase
A. General Requirements
A.1. Mobilization/ Demobilization 1 Lot PhP
A.2. Temporary Facilities and Field Office
equipment (Including field office space for
the Contractor, warehouse, furniture,
1 Lot PhP
ventilation, power, water and lighting,
offices supplies, storage space for
equipment, records, etc.)
A.3. Laboratory Testing Works 1 Lot PhP
A.4. Construction Safety and Health Program
(Including PPE, signage, barricades and 1 Lot PhP
etc)
A.5. Permit Processing and Fees to include all
1 Lot PhP
ancillary permits
A.6. Demolition Works (Including Removal of
existing admin building ,cutting of trees,
1 Lot PhP
site clearing, grubbing, hauling and
disposal)
A.7 Project Billboard and Signages 1 Lot PhP
Sub-total of A.1 to A.7 PhP
B. Embankment (1 lot)
B.1 Embankment 1 Lot PhP
Sub-total of B PhP
SUB-TOTAL (Embankment Works) = 1+2A+2B PhP

C. Construction of Slope Protection

Bid Offer with


Item
Description Qty Labor Cost, Taxes
Nr
and Indirect Cost
1 Design Phase
Conduct of Detailed Engineering Design in accordance with the Contract and shall
include, among others:
A.1 Geotechnical Investigation Report, including
1 Lot PhP
soil testing data
A.2 Geodetic and Topographic survey 1 Lot PhP
A.3 Soil and Foundation investigation and slope
1 Lot PhP
stability analysis

31
A.4 Feasibility study on slope
1 Lot PhP
stabilization/protection proposal
A.5 Design Calculations and Design Reports 1 Lot PhP
A.6 Design and Construction Methodology 1 Lot PhP
A.7 Scope of Works 1 Lot PhP
A.8 Technical Specifications 1 Lot PhP
A.9 Testing and Inspection Requirements 1 Lot PhP
A.10 Complete Detailed Architectural and
1 Lot PhP
Engineering Design (DAEDs)
A.11 Bill of Quantities, Bill of Materials and Cost
Estimates and Detailed Unit Price Analysis 1 Lot PhP
(DUPA)
A.12 Manpower and equipment utilization schedule 1 Lot PhP
A.13 Design and Construction Schedule PERT-
1 Lot PhP
CPM and S-Curve
A.14.Program of Works 1 Lot PhP
A.15. Other works as required in this Contract 1 Lot PhP
Sub-Total of A.1 to A.15 PhP
2 Construction Phase
A. General Requirements
A.1. Mobilization/ Demobilization 1 Lot PhP
A.2. Temporary Facilities and Field Office
equipment (Including field office space for
the Contractor, warehouse, furniture,
1 Lot PhP
ventilation, power, water and lighting,
offices supplies, storage space for
equipment, records, etc.)
A.3. Laboratory Testing Works 1 Lot PhP
A.4. Construction Safety and Health Program
(Including PPE, signage, barricades and 1 Lot PhP
etc)
A.5. Permit Processing and Fees to include all
1 Lot PhP
ancillary permits
A.6. Demolition Works (Including cutting of
trees, site clearing, grubbing, hauling and 1 Lot PhP
disposal)
A.7 Project Billboard and Signages 1 Lot PhP
Sub-Total of A.1 to A.7 PhP
B. Slope Protection (1 lot)
B.1 Slope Protection 1 Lot PhP
Sub-Total of B PhP
SUB-TOTAL (Construction of Slope Protection) = 1+2A+2B PhP

32
D. Construction of Outside Utilities

Bid Offer with


Item
Description Qty Labor Cost, Taxes
Nr
and Indirect Cost
1 Design Phase
Conduct of Detailed Engineering Design in accordance with the Contract and shall
include, among others:
A.1 Geotechnical Investigation Report,
1 Lot PhP
including soil testing data
A.2 Geodetic and Topographic survey 1 Lot PhP
A.3 Soil and Foundation investigation and slope
1 Lot PhP
stability analysis
A.4 Feasibility study on slope
1 Lot PhP
stabilization/protection proposal
A.5 Design Calculations and Design Reports 1 Lot PhP
A.6 Design and Construction Methodology 1 Lot PhP
A.7 Scope of Works 1 Lot PhP
A.8 Technical Specifications 1 Lot PhP
A.9 Testing and Inspection Requirements 1 Lot PhP
A.10 Complete Detailed Architectural and
1 Lot PhP
Engineering Design (DAEDs)
A.11 Bill of Quantities, Bill of Materials and Cost
Estimates and Detailed Unit Price Analysis 1 Lot PhP
(DUPA)
A.12 Manpower and equipment utilization
1 Lot PhP
schedule
A.13 Design and Construction Schedule PERT-
1 Lot PhP
CPM and S-Curve
A.14.Program of Works 1 Lot PhP
A.15. Other works as required in this Contract 1 Lot PhP
Sub-Total of A.1 to A.15 PhP
2 Construction Phase
A. General Requirements
A.1. Mobilization/ Demobilization 1 Lot PhP
A.2. Temporary Facilities and Field Office
equipment (Including field office space
for the Contractor, warehouse, furniture,
1 Lot PhP
ventilation, power, water and lighting,
offices supplies, storage space for
equipment, records, etc.)
A.3. Laboratory Testing Works 1 Lot PhP
A.4. Construction Safety and Health Program
(Including PPE, signage, barricades and 1 Lot PhP
etc)
A.5. Permit Processing and Fees to include all
1 Lot PhP
ancillary permits

33
A.6. Demolition Works (Including Removal
of existing admin building, cutting of
1 Lot PhP
trees, site clearing, grubbing, hauling and
disposal)
A.7 Project Billboard and Signages 1 Lot PhP
Sub-Total of A.1 to A.7 PhP
B. Outside Utilities (Sub-Total of B.4) PhP
B.1 Electrical Distribution System
Tapping at the existing electrical source,
1 Lot PhP
transformer, electrical lines, concrete post
with complete accessories
B.2 Water Supply and Distribution System
Drilling of new water source, elevated
1 Lot PhP
water tank (500 gals), pump house, pumps
and pressure tank, and other accessories
B.3 Drainage System
1 Lot PhP
Drainage lines, manholes, and covers
B.4 Mechanical System 1 Lot PhP
Sub-Total of B.1 to B.4 PhP
SUB-TOTAL (Construction of Outside Utilities)=1+2A+2B PhP
TOTAL (A+B+C+D) = PhP______________

RECAPITULATION
Item Description Qty
Bid Offer with Labor Cost,
Nr Taxes and Indirect Cost
A Construction of AGT Facility 1 Lot PhP
B Embankment 1 Lot PhP
C Construction of Slope Protection 1 Lot PhP
D Construction of Outside Utilities 1 Lot PhP
TOTAL BID AMOUNT=(A+B+C+D) PhP
TOTAL BID AMOUNT IN WORDS:

Note: Bids not addressing or providing all the required items in the bill of quantities (BOQ)
shall be considered non-responsive and, thus, automatically disqualified. In this regard, where
a required item is provided, but no price is indicated, the same shall be considered as
nonresponsive, but specifying a zero (0) or a dash (-) for the said item would mean that it is
being offered for free to the Government.

______________________ ________________________________ __________


Name of Company/Bidder Signature over Printed Name Date
of Authorized Representative

34
Section IX. Checklist of Technical and Financial
Documents
1. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

Legal Documents

(a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages) in


accordance with Section 8.5.2 of the IRR;

Technical Documents

(b) Statement of the prospective bidder of all its ongoing government and private
contracts, including contracts awarded but not yet started, if any, whether
similar or not similar in nature and complexity to the contract to be bid; and
(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) Philippine Contractors Accreditation Board (PCAB) License;
or
Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and
(e) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission;
or
Original copy of Notarized Bid Securing Declaration; and
(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/vendor for the duration of the project, as the case may be;
d. Certificate of Site Inspection; 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).

35
Class “B” Documents

(i) If applicable, duly signed joint venture agreement (JVA) in accordance with
RA No. 4566 and its IRR in case the joint venture is already in existence;
or
duly notarized statements from all the potential joint venture partners stating
that they will enter into and abide by the provisions of the JVA in the instance
that the bid is successful.

Note: The signatory should be the duly authorized representative of the


prospective bidder, and granted full power and authority to do, execute and
perform any and all acts necessary to participate, submit the bid, and to sign
and execute the ensuing contract accompanied by the duly notarized Special
Power of Attorney, Board/Partnership Resolution, or Secretary’s Certificate,
whichever is applicable.

(j) Additional documents under the first envelope (Technical Proposal):


a. Preliminary Conceptual Design Plan and perspectives in accordance
with the degree of details specified by the PAF:
i. Exterior Perspective Views;
ii. Approved Vicinity Map and Location Plan (Provided by End-
User);
iii. Site Development (Provided by End-user and must not be altered);
iv. Floor Plans (Provided by End-user and must not be altered);
v. Aerial View Perspective; and

b. Project Brief (in A-4 size paper);

2. FINANCIAL COMPONENT ENVELOPE

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

Other documentary requirements under RA No. 9184

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

(c) Payment Schedule and Cash Flow.

NOTES:

1. The bidder must provide (One) 1 Original Copy of Technical and Financial
Components, and Seven (7) other Photocopies.

2. Electronic copy (in MS Excel format) of Bill of Quantities and Payment Schedule and
Cash Flow, saved in a USB flash disk, shall be included inside the Financial Envelope
of the bidder during the Submission/Opening of Bids.

36
APPENDIX “1”
Bid Form for the Procurement of Infrastructure Projects
[shall be submitted with the Bid]
BID FORM
Date: ___________
Project Identification No.: ________

To: [name and address of Procuring Entity]

Having examined the Philippine Bidding Documents (PBDs) including the


Supplemental or Bid Bulletin Numbers (insert numbers), the receipt of which is hereby duly
acknowledged, we, the undersigned, declare that:

a. We have no reservation to the PBDs, including the Supplemental or Bid Bulletins,


for the Procurement Project: (insert name of contract);

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

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

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

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

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

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


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

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

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

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

37
other Bid that you may receive.

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


representative of the bidder, and granted full power and authority to do, execute
and perform any and all acts necessary to participate, submit the bid, and to sign
and execute the ensuing contract for the (Name of Project) of the (Name of the
Procuring Entity).

l. We acknowledge that failure to sign each and every page of this Bid Form,
including the Bill of Quantities, shall be a ground for the rejection of our bid.

Name: ___________
Legal capacity: __________
Signature: ____________
Duly authorized to sign the Bid for and behalf of: __________
Date: ________

38
Statement of the Bidder of All Its Ongoing Contracts
[shall be submitted with the Bid]

STATEMENT OF ALL ONGOING GOVERNMENT AND PRIVATE CONTRACTS,


INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED, WHETHER
SIMILAR OR NOT SIMILAR IN NATURE

Business Name : _____________________________________________


Business Address : _____________________________________________

Contractor’s
Role a. Amount at Award % of
b. Date of completion Accomplishment,
if applicable Value of
Nature or estimated
Name of Date of Contract Owners name Outstanding
of completion time
Contract Contract Duration and Address Des- in Works, if
Work c. Amount at
cription % applicable
Completion (if Planned Actual
applicable)

NOTE: In case of no ongoing contract. Indicate “NONE”.

Name: ___________
Legal capacity: __________
Signature: ____________
Duly authorized to sign the Bid for and behalf of: __________
Date: __________

39
Statement of the Bidder’s SLCC
[shall be submitted with the Bid]

STATEMENT OF SINGLE LARGEST COMPLETED CONTRACT (SLCC)


SIMILAR TO THE CONTRACT TO BE BID

Business Name : _____________________________________________


Business Address : _____________________________________________

Contractor’s a. Amount at Award


Role % of
b. Date of completion Accomplishment,
or estimated if applicable Value of
Nature
Name of Date of Contract Owners name completion time Outstanding
of
Contract Contract Duration and Address Des- in c. Amount at Works, if
Work
cription % Completion (if applicable
applicable) Planned Actual

NOTE: The SLCC shall be supported by an Owner’s Certificate of Final Acceptance issued by
the project owner. In addition, the contractor shall submit 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.

Name: ___________
Legal capacity: __________
Signature: ____________
Duly authorized to sign the Bid for and behalf of: __________
Date: __________

40
Bid Securing Declaration Form
[shall be submitted with the Bid if bidder opts to provide this form of bid security]

REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.

BID SECURING DECLARATION


Project Identification No.: [Insert number]

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

I/We, the undersigned, declare that:

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

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

3. I/We understand that this Bid Securing Declaration shall cease to be valid on the following
circumstances:

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

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

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

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

41
Contract Agreement Form for the Procurement of Infrastructure Projects
(Revised)
[Not required to be submitted with the Bid, but it shall be submitted within ten (10) days after receiving the
Notice of Award]

CONTRACT AGREEMENT

THIS AGREEMENT, made this [insert date] day of [insert month], [insert year]
between [name and address of PROCURING ENTITY] (hereinafter called the “Entity”) and
[name and address of Contractor] (hereinafter called the “Contractor”).

WHEREAS, the Entity is desirous that the Contractor execute [name and
identification number of contract] (hereinafter called “the Works”) and the Entity has
accepted the Bid for [contract price in words and figures in specified currency] by the
Contractor for the execution and completion of such Works and the remedying of any defects
therein.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred
to.

2. The following documents as required by the 2016 revised Implementing Rules and
Regulations of Republic Act No. 9184 shall be deemed to form and be read and
construed as part of this Agreement, viz.:

a. Philippine Bidding Documents (PBDs);


i. Drawings/Plans;
ii. Specifications;
iii. Bill of Quantities;
iv. General and Special Conditions of Contract;
v. Supplemental or Bid Bulletins, if any;

b. Winning bidder’s bid, including the Eligibility requirements, Technical


and Financial Proposals, and all other documents or statements submitted;

Bid form, including all the documents/statements contained in the Bidder’s


bidding envelopes, as annexes, and all other documents submitted (e.g.,
Bidder’s response to request for clarifications on the bid), including corrections
to the bid, if any, resulting from the Procuring Entity’s bid evaluation;

c. Performance Security;

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

e. Other contract documents that may be required by existing laws and/or the
Procuring Entity concerned in the PBDs. Winning bidder agrees that
additional contract documents or information prescribed by the GPPB
that are subsequently required for submission after the contract

42
execution, such as the Notice to Proceed, Variation Orders, and
Warranty Security, shall likewise form part of the Contract.

3. In consideration for the sum of [total contract price in words and figures] or
such other sums as may be ascertained, [Named of the bidder] agrees to [state
the object of the contract] in accordance with his/her/its Bid.

4. The [Name of the procuring entity] agrees to pay the above-mentioned sum
in accordance with the terms of the Bidding.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed the day
and year first before written.

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

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

for: for:

[Insert Procuring Entity] [Insert Name of Supplier]

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

43
Omnibus Sworn Statement (Revised)
[shall be submitted with the Bid]

REPUBLIC OF THE PHILIPPINES)


CITY/MUNICIPALITY OF ______)
S.S.

AFFIDAVIT

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

1. [Select one, delete the other:]

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


of Bidder] with office address at [address of Bidder];

[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized


and designated representative of [Name of Bidder] with office address at [address of
Bidder];

2. [Select one, delete the other:]

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

[If a partnership, corporation, cooperative, or joint venture:] I am granted full power


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

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of


the Philippines or any of its agencies, offices, corporations, or Local Government Units,
foreign government/foreign or international financing institution whose blacklisting rules
have been recognized by the Government Procurement Policy Board, by itself or
by relation, membership, association, affiliation, or controlling interest with
another blacklisted person or entity as defined and provided for in the Uniform
Guidelines on Blacklisting;

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


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

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized

44
representative(s) to verify all the documents submitted;

6. [Select one, delete the rest:]


[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of
the Procuring Entity, members of the Bids and Awards Committee (BAC), the
Technical Working Group, and the BAC Secretariat, the head of the Project Management
Office or the end-user unit, and the project consultants by consanguinity or affinity up
to the third civil degree;

[If a partnership or cooperative:] None of the officers and members of [Name of Bidder]
is related to the Head of the Procuring Entity, members of the Bids and Awards
Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head
of the Project Management Office or the end-user unit, and the project consultants by
consanguinity or affinity up to the third civil degree;

[If a corporation or joint venture:] None of the officers, directors, and controlling
stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members
of the Bids and Awards Committee (BAC), the Technical Working Group, and the
BAC Secretariat, the head of the Project Management Office or the end-user unit,
and the project consultants by consanguinity or affinity up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

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


compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;


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

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

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

IN WITNESS WHEREOF, I have hereunto set my hand this _____day of _____ 20__ at
______________, Philippines.

45
[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]

46
Performance Securing Declaration (Revised)
[if used as an alternative performance security but it is not required to be submitted with the Bid, as it shall
be submitted within ten (10) days after receiving the Notice of Award]

REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.

PERFORMANCE SECURING DECLARATION


Invitation to Bid: [Insert Reference Number indicated in the Bidding Documents]
To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

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


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

2. I/We accept that: I/we will be automatically disqualified from bidding for any
procurement contract with any procuring entity for a period of one (1) year for the
first offense, or two (2) years for the second offense, upon receipt of your
Blacklisting Order if I/We have violated my/our obligations under the Contract;

3. I/We understand that this Performance Securing Declaration shall cease to be valid
upon:

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


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

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


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

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

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

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

47
Contractor’s Organizational Chart for the Firm

Submit Copy of the Organizational Chart of the firm. Indicate in the chart the names of the Key
Personnel.

Attach the required Proposed Organizational Chart for the Contract.

______________________ ________________________________ __________


Name of Company/Bidder Signature over Printed Name Date
of Authorized Representative

48
Qualification of Key Personnel

Business Name:
Business Address:

(For Ex.)
Project Manager /
Engineer

1 Name

2 Address

3 Date of Birth

Employed
4
Since

5 Experience

Previous
6
Employment

7 Education

8 PRC License

Submitted by: _____________________


(Printed Name & Signature)

Designation: ____________________

Date: ____________

49
KEY PERSONNEL
(FORMAT OF BIO-DATA)

Give the detailed information of the following personnel who are scheduled to be assigned as full-time
field staff for the project. Fill up a form for each person.

- Authorized Managing Officer / Representative

- Sustained Technical Employee

1. Name : _________________________________________

2. Date of Birth : _________________________________________

3. Nationality : _________________________________________

4. Education and Degrees : _________________________________________

5. Specialty : _________________________________________

6. Registration : _________________________________________

7. Length of Service with the Firm : ____ Year from ___ (months) ____ (year)
To ___ (months) ____ (year)

8. Years of Experience : _________________________________________

9. If Item 7 is less than three (3) years, give name and length of service with previous employers for
a three (3)-year period (attached additional sheet/s), if necessary:

Name and Address of Employer Length of Service

_________________________ _____ year(s) from _______ to ______


_________________________ _____ year(s) from _______ to ______
_________________________ _____ year(s) from _______ to ______

10. Experience:

This should cover the past three (3) years of experience. (Attached as many pages as necessary to
show involvement of personnel in projects using the format below).

1. Name : _________________________________________

2. Name and Address of Owner : _________________________________________

3. Name and Address of the


Owner’s Engineer : _________________________________________
(Consultant)

4. Indicate the Features of Project


(particulars of the project
components and any other particular
interest connected with the project): _________________________________________

50
5. Contract Amount Expressed in
Philippine Currency : _________________________________________

6. Position : _________________________________________

7. Structures for which the employee


was responsible : _________________________________________

8. Assignment Period : from _______ (months) _______ (years)


: to _______ (months) _______ (years)

___________________________
Name and Signature of Employee

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

__________________________________ __________________________________
(Place and Date) (The Authorized Representative)

51
KEY PERSONNEL’S CERTIFICATE OF EMPLOYMENT
_________________
Date
__________________________
__________________________
__________________________

Dear Sir/Madame:

I am __________________ a Licensed _______________ Engineer with Professional License


No. __________ issued on _______________ at _________________.

I hereby certify that ______________________ has engaged my services as


__________________ for ____________________________, if awarded to it.

As ______, I supervised the following completed projects similar to the contract under bidding.

NAME OF PROJECTOWNERCOSTDATE COMPLETED

__________________ ________ _________ _________________


__________________ ________ _________ _________________
__________________ ________ _________ _________________

At present, I am supervising the following projects:

NAME OF PROJECTOWNERCOSTDATE COMPLETED

__________________ ________ _________ _________________


__________________ ________ _________ _________________
__________________ ________ _________ _________________

In case of my separation for any reason whatsoever from the above-mentioned Contractor, I
shall notify the Philippine Air Force at least twenty-one (21) days before the effective date of my
separation.

As ____________________________, I know I will have to stay in the job site all the time to
supervise and manage the contract works to the best of my ability, and aware that I am authorized to
handle only one (1) contract at a time.

I do not allow the use of my name for the purpose of enabling the above-mentioned Contractor
to qualify for the Contract without any firm commitment on my part to assume the post of
_________________________ therefore, if the contract is awarded to him since I understand that to
do so will be a sufficient ground for my disqualification as ______________________ in any future
Philippine Air Force bidding or employment with any contractor doing business with the Philippine Air
Force.

________________________
Signature of Engineer

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

52
List of Equipment, Owned or Leased and/or under Purchase Agreements

Business Name:
Business Address:
Owned/ Leased/ Capacity/
Model/ Plate Motor No./ Proof of Ownership/
Description Under Purchase Performance/ Location Condition
Year No. Body No. Lessor or Vendor
Agreement Size
1
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.

Submitted by: _____________________


(Printed Name & Signature)

Designation: ____________________

Date: _____________

53
(PERT/CPM)

SAMPLE FORMAT

Program Evaluation and Review Technique and Critical Path Method

Sample Diagram:

54
SAMPLE FORMAT

Bar Chart Scheduling and S-Curve

Construction Bar Chart Scheduling and S-Curve

Note:
 Represent the actual work accomplishment as against the work schedule;
 S-Curve line can readily see the project status at a given time whether it is ahead of or behind
schedule,
 Work plan bar chart schedule and S-curve.

55
SAMPLE FORMAT

Site Inspection

56
PAYMENT SCHEDULE AND CASH FLOW
FORMAT

Project Number: PB-PAFSBAC-029-24


Name of Project: Design and Build for the Construction of Two (2) 250KL AV Fuel AGT at BGBNEAB
Location: Brigadier General Benito N Ebuen Air Base, Lapu-Lapu City, Cebu

PAYMENT SCHEDULE AND CASH FLOW


ADVANCE PAYMENT FOR FOURTH BILLING FIFTH BILLING
PARTICULAR FIRST BILLING SECOND BILLING THIRD BILLING
MOBILIZATION
__ cal. days __ cal. days __ cal. days __ cal. days __ cal. days
DURATION
WORK ACCOMPLISHMENT 20.00% 20.00% 20.00% 20.00% 20.00%

CASH FLOW
CUMULATIVE WORK 20.00% 30.00% 40.00% 50.00% 60.00%
ACCOMPLISHMENT
CUMULATIVE CASH FLOW

Notes:

1. Billing percentage and the formula provided in computing the same shall be followed except for the advance payment for mobilization that
may be requested (not more than 15% of the bidding price). Non-adherence to this condition shall mean disqualification.

2. If there is an intent to request for Advance Payment, refer to Paragraphs 13 and 14 of the General Conditions of the Contract (GCC) and their
respective Clauses 13 and 14 in Section V. Special Condition of Contract (SCC) in accomplishing the above tables.

_________________________ ________________________________ __________


Name of Company/Bidder Signature over Printed Name Date
of Authorized Representative

57
PAYMENT SCHEDULE AND CASH FLOW
SAMPLE COMPUTATION
(Amount based on the Approved Budget for the Contract)

Project Number: PB-PAFSBAC-029-24


Name of Project: Design and Build for the Construction of Two (2) 250KL AV Fuel AGT at BGBNEAB
Location: Brigadier General Benito N Ebuen Air Base, Lapu-Lapu City, Cebu

PAYMENT SCHEDULE AND CASH FLOW


Particular Advance Payment For Mobilization First Billing Second Billing Third Billing Fourth Billing Fifth Billing
DURATION 01 - 90 CDs 91 - 162 CDs 163 - 234 CDs 235 - 306 CDs 307– 378 CDs 379 - 450 CDs
WORK
0.00% 20% 20% 20% 20% 20%
ACCOMPLISHMENT
CASH FLOW PhP767,820.06 6,910,380.52 7,678,200.57 15,356,401.15 15,356,401.15 15,356,401.15 15,356,401.15
CUMULATIVE
WORK 20% 40% 60% 80% 100%
ACCOMPLISHMENT 0.00%
CUMULATIVE CASH 7,678,200.57 15,356,401.15 30,712,802.29 46,069,203.44 61,425,604.58 76,782,005.73
PhP767,820.06
FLOW

Notes:

1. Billing percentage and the formula provided in computing the same shall be followed except for the advance payment for mobilization that
may be requested (not more than 15% of the bidding price). Non-adherence to this condition shall mean disqualification.

2. If there is an intent to request for Advance Payment, refer to Paragraphs 13 and 14 of the General Conditions of the Contract (GCC) and their
respective Clauses 13 and 14 in Section V. Special Condition of Contract (SCC) in accomplishing the above tables.

_________________________ ________________________________ __________


Name of Company/Bidder Signature over Printed Name Date
of Authorized Representative

58
59

You might also like