Nothing Special   »   [go: up one dir, main page]

22ME0024

Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 74

PHILIPPINE BIDDING DOCUMENTS

(As Harmonized with Development Partners)

Procurement of
INFRASTRUCTURE
PROJECTS
Government of the Republic of the Philippines

EARLY PROCUREMENT ACTIVITY


FOR
22ME0024 – Construction of Multi-Purpose Building,
Barangay Wali, Maitum, Sarangani; Maitum, Sarangani
Province

Sixth Edition
July 2020
Preface

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


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

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

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

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

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

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

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

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

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


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

e. Modifications for specific Procurement Project details should be provided in


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

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

2
TABLE OF CONTENTS

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


Section I. Invitation to Bid...............................................................................................6
Section II. Instructions to Bidders..............................................................................11
1. Scope of Bid............................................................................................................12
2. Funding Information...............................................................................................12
3. Bidding Requirements.............................................................................................12
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices....................12
5. Eligible Bidders.......................................................................................................13
6. Origin of Associated Goods....................................................................................13
7. Subcontracts............................................................................................................13
8. Pre-Bid Conference.................................................................................................14
9. Clarification and Amendment of Bidding Documents............................................14
10. Documents Comprising the Bid: Eligibility and Technical Components...............14
11. Documents Comprising the Bid: Financial Component.........................................15
12. Alternative Bids......................................................................................................15
13. Bid Prices................................................................................................................15
14. Bid and Payment Currencies...................................................................................15
15. Bid Security.............................................................................................................15
16. Sealing and Marking of Bids..................................................................................16
17. Deadline for Submission of Bids............................................................................16
18. Opening and Preliminary Examination of Bids......................................................16
19. Detailed Evaluation and Comparison of Bids.........................................................16
20. Post Qualification....................................................................................................17
21. Signing of the Contract...........................................................................................17
Section III. Bid Data Sheet............................................................................................18
Section IV. General Conditions of Contract...........................................................29
1. Scope of Contract....................................................................................................30
2. Sectional Completion of Works..............................................................................30
3. Possession of Site....................................................................................................30
4. The Contractor’s Obligations..................................................................................30
5. Performance Security..............................................................................................31
6. Site Investigation Reports.......................................................................................31
7. Warranty..................................................................................................................31
3
8. Liability of the Contractor.......................................................................................31
9. Termination for Other Causes.................................................................................31
10. Dayworks................................................................................................................32
11. Program of Work....................................................................................................32
12. Instructions, Inspections and Audits.......................................................................32
13. Advance Payment...................................................................................................32
14. Progress Payments..................................................................................................32
15. Operating and Maintenance Manuals......................................................................33
Section V. Special Conditions of Contract...............................................................34
Section VI. Specifications...............................................................................................37
Section VII. Drawings.....................................................................................................38
Section VIII. Bill of Quantities.....................................................................................39
Section IX. Checklist of Technical and Financial Documents..........................51

4
Glossary of
Terms, Abbreviations, and Acronyms
ABC – Approved Budget for the Contract.  

ARCC – Allowable Range of Contract Cost.

BAC – Bids and Awards Committee.

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


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

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


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

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

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas. 

CDA – Cooperative Development Authority.

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

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

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

CPI – Consumer Price Index.

DOLE – Department of Labor and Employment.

DTI – Department of Trade and Industry.

5
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 Nation

6
Section I. Invitation to Bid

Notes on the Invitation to Bid

The Invitation to Bid (IB) provides information that enables potential Bidders to decide
whether to participate in the procurement at hand. The IB shall be posted in accordance
with Section 21.2 of the 2016 revised IRR of RA No. 9184.

Apart from the essential items listed in the Bidding Documents, the IB should also indicate
the following:

a. The date of availability of the Bidding Documents, which shall be from the time the
IB is first advertised/posted until the deadline for the submission and receipt of
bids;

b. The place where the Bidding Documents may be acquired or the website where it
may be downloaded;

c. The deadline for the submission and receipt of bids; and

d. Any important bid evaluation criteria.

The IB should be incorporated into the Bidding Documents. The information contained in
the IB must conform to the Bidding Documents and in particular to the relevant
information in the Bid Data Sheet.

7
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
SARANGANI DISTRICT ENGINEERING OFFICE
REGION XII

INVITATION TO BID for

1. The DPWH Sarangani District Engineering Office, through the FY2022


National Expenditure Program intends to apply the sum of Php 4,950,000.00
being the Approved Budget for the Contract (ABC) to payments under the contract for:

22ME0024 – Construction of Multi-Purpose Building, Barangay Wali,


Maitum, Sarangani; Maitum, Sarangani Province

Bids received in excess of the ABC shall be automatically rejected at bid opening.

2. The DPWH Sarangani District Engineering Office through its Bids and Awards
Committee now invites bids for the hereunder Works:

Name of Contract : Construction of Multi-Purpose Building, Barangay Wali,


Maitum, Sarangani;

Contract ID No. : 22ME0024

Locations : Maitum, Sarangani Province


Scope of Works : Construction of MPB, Two-Storey Building with Complete
Concrete Works, (Footing, Columns, Beams, Slab and
Stairs) Doors & Windows, Electrical, Plumbing, Paintings,
Plaster Cement Finish, Septic Vault, Catch Basin, Steel
Works, Roofing & Tiles Work.
Approved Budget for : Php 4,950,000.00
the Contract
Contract Duration : 150 Calendar Days

3. Prospective Bidders should be (1) registered with and classified by the Philippine
Contractors Accreditation Board (PCAB) with PCAB LICENSE Category of C & D for
General Engineering, General Building and Specialty . The description of an
eligible Bidder is contained in the Bidding Documents, particularly, in Annex II-1.1 B
Section II and III of Bidding Documents.
Contractors/applicants who wish to participate in this bidding are encouraged to enroll in
the DPWH Civil Works Application (CWA) at the DPWH Procurement Service (PrS), 5 th
Floor, DPWH Bldg., Bonifacio Drive, Port Area, Manila, while those already enrolled shall
keep their records current and updated. The Contractor’s eligibility to bid on the project
will be determined using the DPWH Contractor Profile Eligibility Process (CPEP) and
subject to further post-qualification. Information on registration can be obtained from

8
the PrS during working weekdays from 7:00 am to 4:00 pm or at the DPWH website
www.dpwh.gov.ph.

4. Bidding will be conducted through open competitive bidding procedures using non-
discretionary pass/fail criterion as specified in the 2016 Revised Implementing Rules and
Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the "“Government
Procurement Reform Act”. The contract shall be awarded to the Lowest Calculated
Responsive Bidder (LCRB) who was determined as such during post-qualification.

5. Interested bidders may obtain further information from the DPWH Sarangani District
Engineering Office and inspect the Bidding Documents at Kawas, Alabel, Sarangani
Province during weekdays from 8:00AM to 5:00PM.

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


November 5 – 24, 2021 from the address below and upon payment of the applicable
fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in
the amount of Php. 5,000.00, may be refunded in accordance with the Guidelines
based on the grounds provided under Section 41 of Republic Act 9184 and its
Implementing Rules and Regulations.

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

8. The DPWH Sarangani District Engineering Office will hold a Pre-Bid Conference on
November 12, 2021, 10:00 AM at DPWH Sarangani District Engineering Office
Conference Room, Kawas, Alabel, Sarangani Province or via zoom and facebook
livestream, which shall be open to prospective bidders.

ZOOM:
Meeting ID: 276 495 3026
Password: 5yR1up

9. Bid submission maybe done manually or electronically/online. However, bidders should


only select one mode of submission, either manual or electronic. Similar to manual
submission, the guidelines for the preparation and submission of an electronic bid are
contained in the BDS.

10. Bids must be duly received by the BAC Secretariat at the address below for manual
submission or at electronicbids_sarangani@dpwh.gov.ph for electronic
submission on or before November 24, 2021, 10:00AM. All bids must be
accompanied by a bid security in any of the acceptable forms and in the amount stated in
ITB Clause 18.

11. Bid opening shall be on November 24, 2021, immediately after the deadline of
submission of bids at DPWH Sarangani District Engineering Office Conference
Room Bids will be opened in the presence of the bidders’ representatives who choose to

9
attend at the address below or electronically via zoom using the details above. Late
bids shall not be accepted.

12. The DPWH Sarangani District Engineering Office 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 Section 41 of RA 9184 and its IRR, without thereby
incurring any liability to the affected bidder or bidders.

13. For further information, please refer to:

EDWARD D. CARILLO
DPWH – Sarangani District Engineering Office
9501, Kawas, Alabel, Sarangani Province
carillo.edward@dpwh.gov.ph
0917 456 8768
[Insert facsimile number]
[Insert website address, if applicable]

14. You may visit the following websites:

For downloading of Bidding Documents: www.philgeps.gov.ph


www.dpwh.gov.ph

For online bid submission: electronicbids_sarangani@dpwh.gov.ph

November 5-11, 2021


MARY JOY S. LOZADA, MPA
BAC Chairperson
Assistant District Engineer
lozada.mary_joy@dpwhnet.gov.ph

10
Section II. Instructions to Bidders

Notes on the Instructions to Bidders

This Section on the Instruction to Bidders (ITB) provides the information necessary for
bidders to prepare responsive bids, in accordance with the requirements of the Procuring
Entity. It also provides information on bid submission, eligibility check, opening and
evaluation of bids, post-qualification, and on the award of contract.

11
1. Scope of Bid

The Procuring Entity, DPWH Sarangani District Engineering Office invites Bids for
the Construction of Multi-Purpose Building, Barangay Wali, Maitum, Sarangani;
Maitum, Sarangani Province with Project Identification Number 22ME0024.

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 FY2022 in the
amount of Four Million, Nine Hundred Fifty Thousand Pesos Only
(Php. 4,950,000.00).

2.2. The source of funding is:

a. NGA, the FY2022 National Expenditure Program

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.

12
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:

a. Subcontracting is not allowed.

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

7.2. Subcontracting of any portion of the Project does not relieve the Contractor of
any liability or obligation under the Contract. The Supplier will be responsible
for the acts, defaults, and negligence of any subcontractor, its agents, servants,

13
or workmen as fully as if these were the Contractor’s own acts, defaults, or
negligence, or those of its agents, servants, or workmen.

8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address DPWH Sarangani District
Engineering Office Conference Room, Kawas, Alabel, Sarangani Province and/or
through via zoom and facebook livestream as indicated in paragraph 8 of the IB.

9. Clarification and Amendment of Bidding Documents

Prospective bidders may request for clarification on and/or interpretation of any part
of the Bidding Documents. Such requests must be in writing and received by the
Procuring Entity, either at its given address or through electronic mail indicated in the
IB, at least ten (10) calendar days before the deadline set for the submission and
receipt of Bids.

10. Documents Comprising the Bid: Eligibility and Technical Components

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

10.2. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are 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.

14
11. Documents Comprising the Bid: Financial Component

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

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

11.3. For Foreign-funded procurement, a ceiling may be applied to bid prices


provided the conditions are met under Section 31.2 of the 2016 revised IRR of
RA No. 9184.

12. Alternative Bids

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

13. Bid Prices

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

14. Bid and Payment Currencies

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

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

a. Philippine Pesos.

15. Bid Security

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

15.2. The Bid and bid security shall be valid until 120 days after the submission of
bids. Any bid not accompanied by an acceptable bid security shall be rejected
by the Procuring Entity as non-responsive.

15
16. Sealing and Marking of Bids

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

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

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

17. Deadline for Submission of Bids

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

18. Opening and Preliminary Examination of Bids

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

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

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


2016 revised IRR of RA No. 9184.

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.

16
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.

22. Place and Deadline for Receipt of Bids

Bids must be received by the BAC of the Procuring Entity at the address and on or
before the deadline indicated in the BDS.

17
Section III. Bid Data Sheet

Notes on the Bid Data Sheet (BDS)

The Bid Data Sheet (BDS) consists of provisions that supplement, amend, or specify in
detail, information, or requirements included in the ITB found in Section II, which are
specific to each procurement.

This Section is intended to assist the Procuring Entity in providing the specific information
in relation to corresponding clauses in the ITB and has to be prepared for each specific
procurement.

The Procuring Entity should specify in the BDS information and requirements specific to
the circumstances of the Procuring Entity, the processing of the procurement, and the bid
evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects
should be checked:

a. Information that specifies and complements provisions of the ITB must be


incorporated.

b. Amendments and/or supplements, if any, to provisions of the ITB as necessitated


by the circumstances of the specific procurement, must also be incorporated.

18
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
SARANGANI
DISTRICT ENGINEERING OFFICE
REGIONAL OFFICE XII
Alabel, Sarangani Province

Contract ID No.: 22ME0024


Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

BID DATA SHEET

ITB Clause

1.1 The Procuring Entity is DPWH Sarangani District Engineering Office.

The scope of the Works under this Contract is Construction of MPB, Two-
Storey Building with Complete Concrete Works, (Footing, Columns, Beams,
Slab and Stairs) Doors & Windows, Electrical, Plumbing, Paintings, Plaster
Cement Finish, Septic Vault, Catch Basin, Steel Works, Roofing & Tiles
Work.
The Contract Name is Construction of Multi-Purpose Building, Barangay
Wali, Maitum, Sarangani;

The Contract ID is 22ME0024


2. The Approved Budget for the Contract is Four Million, Nine Hundred Fifty
Thousand Pesos Only (Php. 4,950,000.00).

The Funding Source is the Government of the Philippines through FY2022


National Expenditure Program
The name of the Project is Construction of Multi-Purpose Building,
Barangay Wali, Maitum, Sarangani;
Bidding is restricted to eligible bidders as defined in ITB Clause 5.1.
5.2 A contract is considered to be “similar” to the contract to be bid if it has the
major categories of work stated:

BICWOPLC – Buildings: Construction – without Piles – Low Rise –


Concrete (Frame) (1 to 5 storeys)
a. BICWPHCCP – Buildings: Construction – with Piles – High
Rise
– Concrete (Frame) – Cast-In-Place Piles

19
b. BICWPLCCP – Buildings: Construction – with Piles – Low
Rise
– Concrete (Frame) – Cast-In-Place Piles
c. BICWPHCDP – Buildings: Construction – with Piles – High
Rise
– Concrete (Frame) – Driven Piles
d. BICWPLCDP – Buildings: Construction – with Piles – Low
Rise
– Concrete (Frame) – Driven Piles
e. BICWOPHC – Buildings: Construction – without Piles – High
Rise – Concrete (Frame)
f. BIL – Buildings: Industrial Plant - Low Rise
g. BIH - Buildings: Industrial Plant - High Rise
h. BIM - Buildings: Industrial Plant - Medium Rise
8. The Procuring Entity will hold a Pre-Bid Conference for this Project on
November 12, 2021, 10:00 AM at DPWH Sarangani District Engineering
Office Conference Room, Kawas, Alabel, Sarangani Province or via zoom and
facebook livestream which shall be open to prospective bidders.

9.1 No further instructions.

9.4 Electronic Bidding in accordance with GPPB Resolution No. 23-2013 will not
be adopted in this procurement.
10.4 The minimum work experience requirements for the key personnel are the
following:

Key Personnel Min. Years of Similar Min. Years of Total


Experience Work Experience
(Same Position) (Same Position)
Civil Engineer 1 3
Electrical Engineer 1 3
Materials Engineer 1 3

Construction Foreman 1 2
Safety Officer 1 2

Accredited Safety Officer (Required Upon issuance of Notice of Award)


subject to D.O 98 Series of 2014: Submission of Construction Safety and
Health Program Approved by the Department of Labor and Employment
(DOLE).
First Aider w/ certificate of Training issued by RED CROSS in compliance to
DOLE requirements for the approval of Construction Safety & Health Program
(Required Upon issuance of Notice of Award) subject to D.O 98 Series of
2014: Submission of Construction Safety and Health Program Approved by the

20
Department of Labor and Employment (DOLE).
The key personnel should meet the following number of years’ work
experience.

1. The experience means total years of civil works experience (of any
nature in construction and engineering consultancy services)
2. Include the Tax Identification Number (TIN) of the Key Personnel.
Compliance to D.O. 98 series of 2016: Revised Guidelines on the
Accreditation of Contractors’/Consultants’ Materials Engineer.
3. Include the contact number of the Materials Engineer
1) The minimum required Manpower/Personnel for the contract are:

Designation Required
Nos.
Civil Engineer 1
Electrical Engineer 1
Materials Engineer 1
Safety Officer 1
Construction Foreman 1

1) The minimum major equipment requirements are the following:


10.5
Description Capacity Required
Units
One Bagger Mixer 4 – 6 ft/min 1
Concrete Vibrator 5 amp 2
Plate Compactor 5 hp 1
Backhoe 0.80 Cu.m 1
Welding Machine 500 amp 1
Dump Truck 12 cu.yd. 2
Water Truck - 1

2) Laboratory Required No. Minimum


Equipment of Units Capacity/Unit
Minimum Laboratory 1
Testing Equipment
Please refer to D.O. 11, Series of 2017 for the minimum materials testing
equipment and D.O. 127, Series of 2018, Strict Application of R.A. 9184 in
the conduct of Post-Qualification of Bidders with Delayed On-Going

21
Contracts with the DPWH.

15.1 The bid security shall be limited to a Bid Securing Declaration or one of the
following forms in accordance with the following amounts:

1. The amount of not less than 2% of ABC, if bid security is in cash,


cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of
credit;

2. The amount of not less than 5% of ABC, if bid security is in Surety Bond.

15.2 Bids shall be valid until (120) calendar days from the date set for bid opening.

16 The Bidder shall submit One (1) original and Two (2) copies of the first
(Technical) and second (Financial) components of its bid.

19.2 Partial Bids are not allowed.

22 Bid submission maybe done manually or electronically/online. However,


bidders should only select one mode of submission, either manual or
electronic.

The address for receipt of Bids submitted manually is DPWH Sarangani


District Engineering Office, Kawas, Alabel, Sarangani Province

The deadline for receipt of Bids is on November 24, 2021, 10:00AM.

For bids to be submitted electronically/online, the following procedures


should be observed following D.O. 87-s 2020:

1. Submission of electronic Official Receipt of purchase of the Bidding


Documents
Prior to the deadline of submission of bids, the prospective bidders
shall send an e-mail with subject “Official Receipt for [Insert
Contract ID]” to electronicbids_sarangani@dpwh.gov.ph. Attached to
the said e-mail is the copy of the Official Receipt of purchase of
bidding documents in Portable Document File (PDF) format with file
name in the format “<PCAB ID>_<CONTRACT
ID>_OfficialReceipt.pdf”.

For example, the filename of the attached PDF containing the Official
Receipt of the Contractor with PCAB ID No. 12345, who intends to
participate in the bidding of Contract ID No. 20Z00123 shall be
“12345_20Z00123_OfficialReceipt.pdf”. Further, the e-mail subject

22
would be “Official Receipt for 20Z00123”.

In case a prospective bidder originally intends to join the bidding as a


Joint Venture (referred as “original bidder”), has been issued an
Official Receipt of purchase of bidding documents and has submitted
the electronic Official Receipt, but eventually decided to join the
bidding with new members or as individual contractors (referred as
“regrouped bidder”), or vice-versa, the “regrouped bidder” should
purchase a new bidding document to be issued with the corresponding
Official Receipt in their name and submit the electronic Official
Receipt following the same procedures.

2. Confirmation of the electronically submitted Official Receipt

2.1 An e-mail shall be received by a prospective bidder confirming its


successful submission of the Official Receipt as required under Item
1.
Only the electronic bids of bidders who have successfully
submitted an electronic Official Receipt shall be accepted.

2.2 An e-mail shall also be received by a prospective bidder in


instances where their sent e-mail related to Item 1:
a. Has incorrect subject Contract ID, which means that a
corresponding folder with the same Contract ID does not exist
in the eBid Portal;
b. Has no attachment;
c. Has an attachment but is not in the prescribed format;
d. Has more than one (1) attachment; or
e. Was received after the deadline of bid submission.
For the foregoing cases, the prospective bidders should
rectify/correct the noted deficiency/ies to comply with the
requirements under Item 1 for its electronic bid to be accepted.

3. Preparation and submission of an electronic Bid


The prospective bidders shall prepare and submit their bids
electronically following the steps prescribed under with D.O. 87 - 2020
in accordance with GPPB Resolution No. 09-2020 as follows:

a. Following GPPB Resolution No. 09-2020, a bidder has the


option to submit bid electronically. However, If a bidder
chooses to submit an electronic bid, the same bidder can no
longer submit a bid manually for the same contract, and
vice versa.

b. Similar to manual submission, prospective bidders shall prepare


their bids in two (2) file folders, each for the Technical and
23
Financial Components. The file name of the Technical and
Financial Components folders should be in the format <PCAB
ID>_<CONTRACT_ID>_TECHNICAL and <PCAB
ID>_<CONTRACT_ID>_FINANCIAL (e.g. 12345
20Z00123 TECHNICAL, 12345 20Z00123 FINANCIAL).

Subsequently, each of the Technical and Financial Components


file folders shall be COMPRESSED, PASSWORD
PROTECTED and NAMED in the format <PCAB
ID>_<CONTRACT_ID>_TECHNICAL.zip (or .rar/.7z) and
<PCAB ID>_<CONTRACT_ID>_FINANCIAL.zip
(or .rar/.7z), respectively (e.g. 12345 20Z00123
TECHNICAL.zip, 12345 20Z00123 FINANCIAL.zip).

c. Each file contained in the Technical and Financial Components


file folders shall be in PDF format (either scanned or
exported/published), with file name in the format <PCAB
ID>_<CONTRACT ID>_DescriptiveFilename.pdf (e.g.
12345 20Z00123 PCABLicense.pdf, 12345 20Z00123
OmnibusSwornStatement.pdf).

d. The compressed archive file folders of the Technical and


Financial components shall be compiled in a PASSWORD
PROTECTED COMPRESSED ARCHIVE MAIN FILE
FOLDER with filename in the format
<PCAB>_<CONTRACT ID>_Bid (e.g. 12345 20Z00123
Bid).
In case the total file size of the main archive file folder is more
than the allowable size of an attachment per e-mail of the
prospective bidder’s e-mail service provider (e.g. Gmail, Yahoo
Mail, Outlook), they shall need to split its electronic bid into
two or more PASSWORD PROTECTED COMPRESSED
ARCHIVE MAIN FILE FOLDERS.

e. The e-mail submitting the prospective bidder’s electronic bid


should have a Subject in the format “Bid Submission for
[Insert Contract ID]” (e.g. “Bid Submission for 20Z00123”).

In case of multiple compressed archive main file folders, it shall


be submitted in multiple e-mails, each with Subject in the
format “Bid Submission [Insert Number of main archive

24
folder]/[Insert total number of main archive folders]” (e.g.
“Bid Submission 1/2 for 20Z00123”and “Bid Submission 2/2
for 20Z00123”.

f. The prospective bidder shall submit its electronic bid to


electronicbids_sarangani@dpwh.gov.ph using the prospective
bidder’s e-mail address registered in the Civil Works
Application (CWA). In case prospective bidders are not yet
registered, they can use any e-mail address, subject to the
verification of the BAC Secretariat.

4. Modification of an electronic bid

If a bidder wishes to modify its electronic bid, he may do so


following the procedures in the manual submission of bid or he
may choose to submit his modification electronically in the
same format prescribed in the preparation and submission of an
electronic bid, except that the subject of the e-mail submitting
the bid modification shall be labelled “Bid Modification X for
<Contract ID>”, where “X” represents the number of bid
modification submitted. For example, the subject of an e-mail
submitting a first bid modification for Contract ID No.
20Z00123 should be “Bid Modification 1 for 20Z00123".

5. Non-participation in the Bidding

In case a prospective bidder that have purchased a bidding


document decided not to participate, he may choose to submit
his letter of non-participation manually or electronically. In case
of electronic submission, the contractor shall send an e-mail
with the Subject “Non-participation for <Contract ID>” with the
letter of non-participation as attachment with file name
“<PCAB ID>_<CONTRACT ID>_Non-Participation.pdf”. This
e-mail should be sent to
electronicbids_sarangani@dpwh.gov.ph before the deadline for
bid submission.

6. Withdrawal of Electronic Bid

Bids may only be withdrawn prior the deadline for bid


submission. In case of withdrawal of an electronic bid, the
bidder shall send an e-mail with the subject “Bid Withdrawal
for <Contract ID>” and the letter of bid withdrawal in pdf

25
format with filename “<PCAB ID>_<CONTRACT
ID>_BidWithdrawal.pdf” shall be attached. This e-mail should
be sent to electronicbids_sarangani@dpwh.gov.ph before the
deadline for bid submission.

7. Opening of the electronic bid

Only during the actual opening of bids shall the bidder disclose
the passwords for his electronic bid. This can be done by the
bidder’s authorized representative verbally in person, through
phone call, online platforms (e.g. videoconferencing,
webcasting), or through writing. In all cases, the bidders will
have only three (3) attempts or fifteen (15) minutes, whichever
comes first, to provide the correct password. Otherwise, the
bidder shall be disqualified except in unforeseen justifiable
circumstances. The bidder may also be subjected to the three-
strike policy (D.O. 17, Series of 2015) as warranted by the
circumstances.

If the bidder chooses to disclose the password through phone


call, he should make sure that the contact numbers as recorded
in the Civil Works Application are open when the BAC calls to
ask for the password. The bidder may also choose to call the
BAC number [Insert BAC phone number] during the bid
opening time and wait for the opening of his bid for him to
disclose the password. For online call/video calls, the bidder
may call the BAC Messenger/Skype account [Insert BAC
Messenger/Skype Account].

If the bidder chooses to attend the bid opening through online


conference, the bidder should join the meeting using the
following link https://us0web.zoom.us/j/2764953026?
pwd=V0pkaHhRQXdibSsyc3JPU2lkS0orUT09.

If the bidder chooses to disclose the passwords through writing,


the letters for password 1 (Main File Folder/Technical
Component File Folder) and password 2 (Financial Component
File Folder) should be enclosed in separate envelopes with the
sender details (AMO, Bidder Name, Address) addressed to the
BAC Chairperson, with the details of the bidding (Contract ID,
Contract Name, Bid Opening Date and Time), signed and
sealed, with a remark “Password [ Insert 1 or 2]. Do not open
before actual bid opening date and time”.

All electronic bids (Password protected compressed archive


main file folder/s) shall be opened first for the opening of the
Technical Component compressed archive file folder/s. This

26
shall be followed by the opening of the bids submitted manually
for the opening of the Technical Component Envelopes. The
same procedures apply for the Financial Component
compressed archive file folder/s and financial component
envelopes.

If the electronic bid or file within it was found to be damaged,


could not be extracted or opened, the bid shall be considered
“Failed”.

If the electronic bid is not password-protected or is not in the


required format, the bid shall still be accepted provided that the
bidder acknowledges such condition. The BAC shall assume no
responsibility for the misplacement of the contents of the
contents of the improperly sealed or marked bid, or improperly
compressed or password-protected folder, or for its premature
opening.

8. File name convention in case of a Joint Venture Bidder

For Joint Venture (JV), the format of PCAB ID to be used by


the bidder in naming their files, folders and archives shall be
“JV-<PCAB ID of the Lead Member>”. For example, if three
(3) Contractors with PCAB ID Nos. 12345 (lead member),
67890, and 24680 entered into a JV, the PCAB ID they must
use is “JV-12345”.

22 The place of opening of Bids is DPWH Sarangani District Engineering


Office Conference Room, Kawas, Alabel, Sarangani Province

The date and time of opening of Bids is on November 24, 2021 immediately
after the deadline of submission of bids.

21 List additional contract documents relevant to the Project that may be


required by existing laws and/or the Procuring Entity, such as
construction schedule and S-curve, manpower schedule, construction
methods, equipment utilization schedule construction safety and health
program approved by the Department of Labor and Employment, and
Precedence Diagram Method (PDM).

27
Section IV. General Conditions of Contract

Notes on the General Conditions of Contract

The General Conditions of Contract (GCC) in this Section, read in conjunction with the
Special Conditions of Contract in Section V and other documents listed therein, should be a
complete document expressing all the rights and obligations of the parties.

Matters governing performance of the Contractor, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are included in
the GCC and Special Conditions of Contract.

Any complementary information, which may be needed, shall be introduced only through
the Special Conditions of Contract.

28
1. Scope of Contract

This Contract shall include all such items, although not specifically mentioned, that
can be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable
in contract implementation. Herein clauses shall serve as the secondary source for the
terms and conditions of the Contract.

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

2. Sectional Completion of Works

If sectional completion is specified in the Special Conditions of Contract (SCC),


references in the Conditions of Contract to the Works, the Completion Date, and the
Intended Completion Date shall apply to any Section of the Works (other than
references to the Completion Date and Intended Completion Date for the whole of the
Works).

3. Possession of Site

4.1. The Procuring Entity shall give possession of all or parts of the Site to the
Contractor based on the schedule of delivery indicated in the SCC, which
corresponds to the execution of the Works. If the Contractor suffers delay or
incurs cost from failure on the part of the Procuring Entity to give possession
in accordance with the terms of this clause, the Procuring Entity’s
Representative shall give the Contractor a Contract Time Extension and certify
such sum as fair to cover the cost incurred, which sum shall be paid by
Procuring Entity.

4.2. If possession of a portion is not given by the above date, the Procuring Entity
will be deemed to have delayed the start of the relevant activities. The
resulting adjustments in contract time to address such delay may be addressed
through contract extension provided under Annex “E” of the 2016 revised IRR
of RA No. 9184.

4. The Contractor’s Obligations

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

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

29
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.

30
10. Dayworks

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

11. Program of Work

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

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

12. Instructions, Inspections and Audits

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

13. Advance Payment

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

14. Progress Payments

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

31
15. Operating and Maintenance Manuals

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

15.2. If the Contractor does not provide the Drawings and/or manuals by the dates
stated above, or they do not receive the Procuring Entity’s Representative’s
approval, the Procuring Entity’s Representative may withhold the amount
stated in the SCC from payments due to the Contractor.

32
Section V. Special Conditions of Contract

Notes on the Special Conditions of Contract

Similar to the BDS, the clauses in this Section are intended to assist the Procuring Entity in
providing contract-specific information in relation to corresponding clauses in the GCC
found in Section IV.

The Special Conditions of Contract (SCC) complement the GCC, specifying contractual
requirements linked to the special circumstances of the Procuring Entity, the Procuring
Entity’s country, the sector, and the Works procured. In preparing this Section, the
following aspects should be checked:

a. Information that complements provisions of the GCC must be incorporated.

b. Amendments and/or supplements to provisions of the GCC as necessitated by


the circumstances of the specific purchase, must also be incorporated.

However, no special condition which defeats or negates the general intent and purpose of
the provisions of the GCC should be incorporated herein.

33
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
SARANGANI
DISTRICT ENGINEERING OFFICE
REGIONAL OFFICE XII
Alabel, Sarangani Province

Contract ID No.: 22ME0024


Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Special Conditions of Contract


GCC Clause

2 The Intended Completion Date is: ____________________.

4.1 No further instructions.

6 No further instructions.

7.2 The warranty against defects/failures is Five (5) years.

10 No dayworks are applicable to the contract.

11.1 The Contractor shall submit the Program of Work to the Procuring
Entity’s Representative within Seven (7) days of delivery of the Notice
of Award.

11.2 The amount to be withheld for late submission of an updated Program of


Work is _______________.

13 The amount of the advance payment is 15% of the ABC.

14 Materials and equipment delivered on the site but not completely put in
place shall be included for payment.

34
The date by which operating and maintenance manuals are required is
_________.
15.1
The date by which “as built” drawings are required is 30 days upon
submission of the Certificate of Completion.

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


15.2 and/or operating and maintenance manuals by the date required is 10%
of the Contract Amount.

35
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
SARANGANI
DISTRICT ENGINEERING OFFICE
REGIONAL OFFICE XII
Alabel, Sarangani Province

Contract ID No.: 22ME0024


Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Section VI. Specifications

1. DPWH Standards

The DPWH Standard Specifications for Public Works and Highways (“Blue Book”) shall
be the main basis for the standards and codes to be met by the goods and materials to be
furnished and work performed or tested for the Contract. In particular, Volume II of the
Blue Book shall be used if the Contract pertains to Highways, Bridges and Airports.
Volume III of the Blue Book shall be used if the Contract pertains to Buildings, Flood
Control and Drainage, or Water Supply. The Blue Book incorporates standard of the
American Society for Testing and Materials (ASTM), and American Concrete Institute
(ACI), among others, pertaining to construction.

The Procuring Entity shall use the Standard Pay Items in the Project and Contract
Management Application (PCMA) in drawing up the Specifications.

2. Modifications of Standard

2.1 Modifications of and additions to standards and codes as stated in the DPWH
Standard Specifications for Public Works and Highways, if any, shall be included in
the enclosed Supplemental Specifications, which is part of these Bidding Documents.

2.2 Entries in the Supplemental Specifications are numbered to coincide with the
numbering of items in the DPWH Standard Specifications for Public Works and
Highways.

36
Section VII. Drawings
[Insert here a list of Drawings. The actual Drawings, including site plans, should be
attached to this section, or annexed in a separate folder.]

37
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
SARANGANI
DISTRICT ENGINEERING OFFICE
REGIONAL OFFICE XII
Alabel, Sarangani Province

Contract ID No.: 22ME0024


Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Bill of Quantities

Part No. ___________ Part Description: ___________

Pay
Quantit
Ite Description Unit Unit Price (Pesos) Amount (Pesos)
y
m
No.
B.3 Permits and Lumpsu Ls. In Words: In Words:
Clearances m __________________________ _____________________
______ ______
__________________________ _____________________
______ _____
In Figures: In Figures:

__________________________ _____________________
____ _____

B.5 Project 1.00 Ea. In Words: In Words:


Billboard __________________________ _____________________
/Signboard ______ ______
__________________________ _____________________
______ _____
In Figures: In Figures:
__________________________ _____________________
____ _____

Sub Total for this In words: Pesos


page ________________
____

________________
____
In figures: Php
________________
____

Page 1 of 13

Contract ID No.: 22ME0024


Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province
Pay
Quantit
Ite Description Unit Unit Price (Pesos) Amount (Pesos)
y
m
No.
B.7 Occupational Lumpsu Ls. In Words: In Words:
(2) Safety and m __________________________ _____________________
Health Program ______ ______
__________________________ _____________________
______ _____
In Figures: In Figures:
__________________________ _____________________
____ _____

B.9 Mobilization/ Lumpsu Ls In Words: In Words:


Demobilization m __________________________ _____________________
______ ______
__________________________ _____________________
______ _____
In Figures: In Figures:
__________________________ _____________________
____ _____

803 Structure 90.96 Cu.m In Words: In Words:


(1) Excavation __________________________ _____________________
a (Common Soil) ______ ______
__________________________ _____________________
______ _____
In Figures: In Figures:
__________________________ _____________________
____ _____

804 Embankment 52.26 Cu.m In Words: In Words:


(1) from Roadway/ __________________________ _____________________
a Structure ______ ______
Excavation __________________________ _____________________
______ _____
In Figures: In Figures:
__________________________ _____________________
____ _____

Sub Total for this page In words: Pesos


_________________
___

_________________
___
In figures: Php
_________________
___

Part No. ___________ Part Description: ___________

Page 2 of 13

Contract ID No.: 22ME0024


Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Part No. ___________ Part Description: ___________


Pay
Ite
m
Description Quantity Unit Unit Price (Pesos) Amount (Pesos)
No.
804 Embankment 20.24 Cu.m In Words: In Words:
(1) from Borrow __________________________ ______________________
b ______ _____
__________________________ ______________________
______ ____
In Figures: In Figures:

______________________
__________________________ ____
____

804 Gravel Fill 14.87 Cu.m In Words: In Words:


(4) __________________________ ______________________
______ _____
__________________________ ______________________
______ ____
In Figures: In Figures:

______________________
__________________________ ____
____
901 Lean Concrete 1.79 Cu.m In Words: In Words:
(1) __________________________ ______________________
______ _____
__________________________ ______________________
______ ____
In Figures: In Figures:

______________________
__________________________ ____
____

900 Structural 76.40 Cu.m In Words: In Words:


(8) Concrete, 27.58 __________________________ ______________________
Mpa, 28 days ______ _____
__________________________ ______________________
______ ____
In Figures: In Figures:

______________________
__________________________ ____
____

Sub Total for this page In words: Pesos


__________________
__

__________________
__
In figures: Php
__________________
__

Page 3 of 13
Contract ID No.: 22ME0024
Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Part No. ___________ Part Description: ___________


Pay
Ite
m
Description Quantity Unit Unit Price (Pesos) Amount (Pesos)
No.
902 Reinforcing 15,343.5 Kg. In Words: In Words:
(1) Steel 0 __________________________ ______________________
a (Deformed), ______ _____
Grade 40 __________________________ ______________________
______ ____
In Figures: In Figures:

______________________
__________________________ ____
____

903 Formworks and 395.85 Sq.m In Words: In Words:


(2) Falseworks __________________________ ______________________
______ _____
__________________________ ______________________
______ ____
In Figures: In Figures:

______________________
__________________________ ____
____

Plumbing Lumpsu Ls In Words: In Words:


Fixtures m __________________________ ______________________
100
______ ______
2
(4) __________________________ ______________________
______ ______
In Figures: In Figures:
_________________________ _____________________
_____ ______

100 Cold Water Lumpsu Ls In Words: In Words:


2 Lines m __________________________ ______________________
(24) ______ ______
__________________________ ______________________
______ ______
In Figures: In Figures:
_________________________ _____________________
_____ ______

Sub Total for this page In words: Pesos


__________________
__

__________________
__
In figures: Php
__________________
__

Page 4 of 13

Contract ID No.: 22ME0024


Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Part No. ___________ Part Description: ___________


Pay
Ite
Description Quantity Unit Unit Price (Pesos) Amount (Pesos)
m
No.
100 Plumbing Lumpsu Ls In Words: In Words:
2 Works m __________________________ ______________________
(27) ______ ______
__________________________ ______________________
______ ______
In Figures: In Figures:
_________________________ _____________________
_____ ______

100 Ceiling (4.5mm 167.08 Sq. m In Words: In Words:


3 , metal frame __________________________ ______________________
(1) Fiber Cement ______ _____
a1 Board ) __________________________ ______________________
______ ____
In Figures: In Figures:

______________________
__________________________ ____
____

100 Carpentry and Lumpsu Ls In Words: In Words:


3 Joinery Works m __________________________ ______________________
(17) ______ _____
__________________________ ______________________
______ ____
In Figures: In Figures:
_________________________ ______________________
_____ ____

100 Soil Poisoning 5.00 L In Words: In Words:


0 __________________________ ______________________
(1) ______ _____
__________________________ ______________________
______ ____
In Figures: In Figures:
_________________________ ______________________
_____ ____

Sub Total for this page In words: Pesos


__________________
__

__________________
__
In figures: Php
__________________
__

Page 5 of 13

Contract ID No.: 22ME0024


Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Part No. ___________ Part Description: ___________


Pay
Ite
m
Description Quantity Unit Unit Price (Pesos) Amount (Pesos)
No.
100 Catch Basin Lumpsu Ls In Words: In Words:
1 m __________________________ ______________________
(6) ______ _____
__________________________ ______________________
______ ____
In Figures: In Figures:
_________________________ ______________________
_____ ____

100 Storm drainage Lumpsu Ls In Words: In Words:


1 and Downspout m __________________________ ______________________
(9) ______ _____
__________________________ ______________________
______ ____
In Figures: In Figures:
_________________________ ______________________
_____ ____

100 Septic Vault, Lumpsu Ls In Words: In Words:


1 Concrete/CHB m __________________________ ______________________
(11) ______ _____
__________________________ ______________________
______ ____
In Figures: In Figures:
_________________________ ______________________
_____ ____

101 Fabricated 39.46 Ln.m In Words: In Words:


3 metal Roofing __________________________ ______________________
(2) Accessory, ______ _____
b1 gauge 24, __________________________ ______________________
Gutters ______ ____
In Figures: In Figures:
_________________________ ______________________
_____ ____

Sub Total for this page In words: Pesos


__________________
__

__________________
__
In figures: Php
__________________
__

Page 6 of 13
Contract ID No.: 22ME0024
Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Part No. ___________ Part Description: ___________


Pay
Ite
m
Description Quantity Unit Unit Price (Pesos) Amount (Pesos)
No.
101 Prepainted 121.69 Sq.m In Words: In Words:
4 metal Sheets, __________________________ ______________________
(1) above 0.427 ______ _____
b2 mm, Rib Type, __________________________ ______________________
Long Span ______ ____
In Figures: In Figures:
_________________________ ______________________
_____ ____

101 Waterproofing, 57.00 Sq.m In Words: In Words:


6 Liquid __________________________ ______________________
(1) ______ _____
b __________________________ ______________________
______ ____
In Figures: In Figures:
_________________________ ______________________
_____ ____

104 PVC Doord and 7.31 Sq.m In Words: In Words:


3 Frames __________________________ ______________________
(1) ______ _____
__________________________ ______________________
______ ____
In Figures: In Figures:
_________________________ ______________________
_____ ____

100 Steel Doors and Lumpsu Ls In Words: In Words:


6 Frames m __________________________ ______________________
(6) ______ _____
__________________________ ______________________
______ ____
In Figures: In Figures:
_________________________ ______________________
_____ ____

Sub Total for this page In words: Pesos


__________________
__

__________________
__
In figures: Php
__________________
__

Page 7 of 13
Contract ID No.: 22ME0024
Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Part No. ___________ Part Description: ___________


Pay
Item Description Quantity Unit Unit Price (Pesos) Amount (Pesos)
No.
1008 Aluminum 19.76 Sq.m In Words: In Words:
(1) a Glass _________________________ ________________________
Windows, _______ ___
Sliding Type _________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____
1008 Aluminum 10.56 Sq.m In Words: In Words:
(1) c Glass _________________________ ________________________
Windows, _______ ___
Awning Type _________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____

1008 Aluminum 8.64 Sq.m In Words: In Words:


(1) d Glass _________________________ ________________________
Windows, _______ ___
Fixed Type _________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____

1007 Aluminum 7.31 Sq.m In Words: In Words:


(1) b Glass _________________________ ________________________
Windows, _______ ___
Swing Type _________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____

Sub Total for this page In words: Pesos


___________________
_

___________________
_
In figures: Php
___________________
_

Page 8 of 13

Contract ID No.: 22ME0024


Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Part No. ___________ Part Description: ___________


Pay
Item Description Quantity Unit Unit Price (Pesos) Amount (Pesos)
No.
1010 Doors, Wood 10.11 Sq.m In Words: In Words:
(2) b Panel _________________________ ________________________
_______ ___
_________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____

1012 Tempered 7.31 Sq.m In Words: In Words:


(5) c Glass Walls/ _________________________ ________________________
barriers, etc., _______ ___
10mm _________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____

1018 Glazed Tiles 199.52 Sq.m In Words: In Words:


(1) and Trims _________________________ ________________________
_______ ___
_________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____

1018 Unglazed Tiles 13.20 Sq.m In Words: In Words:


(2) _________________________ ________________________
_______ ___
_________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____

Sub Total for this page In words: Pesos


__________________
__

__________________
__
In figures: Php
__________________
__

Page 9 of 13
Contract ID No.: 22ME0024
Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Part No. ___________ Part Description: ___________


Pay
Item Description Quantity Unit Unit Price (Pesos) Amount (Pesos)
No.
1027 Cement Plaster 898.68 Sq.m In Words: In Words:
(1) Finish _________________________ ________________________
_______ ___
_________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____

1032 Painting 864.50 Sq.m In Words: In Words:


(1) a Works, _________________________ ________________________
masonry/ _______ ___
Concrete _________________________ ________________________
_______ __
In Figures: In Figures:
________________________
_________________________ __
_____

1032 Painting 390.51 Sq.m In Words: In Words:


(1) c Works, Steel _________________________ ________________________
_______ ___
_________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____

1046 CHB Non Load 312.72 Sq.m In Words: In Words:


(2) Bearing _________________________ ________________________
a1 (including _______ ___
Reinforcing _________________________ ________________________
Steel), 100mm _______ __
In Figures: In Figures:

________________________
_________________________ __
_____

Sub Total for this page In words: Pesos


__________________
__

__________________
__
In figures: Php
__________________
__

Page 10 of 13
Contract ID No.: 22ME0024
Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Part No. ___________ Part Description: ___________


Pay
Item Description Quantity Unit Unit Price (Pesos) Amount (Pesos)
No.
1047 Structural Steel Lumpsu Ls In Words: In Words:
(1) m _________________________ ________________________
_______ ___
_________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____

1100 Conduits, Lumpsu Ls In Words: In Words:


(10) Boxes & m _________________________ ________________________
Fittings _______ ___
(Conduit _________________________ ________________________
Works/Conduit _______ __
Rough-in) In Figures: In Figures:

________________________
_________________________ __
_____

1101 Wires and Lumpsu Ls In Words: In Words:


(33) Wiring Devices m _________________________ ________________________
_______ ___
_________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____

1102 Panelboard Lumpsu Ls In Words: In Words:


(1) with Main & m _________________________ ________________________
Branch _______ ___
Breakers _________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____

Sub Total for this page In words: Pesos


__________________
__

__________________
__
In figures: Php
__________________
__

Page 11 of 13
Contract ID No.: 22ME0024
Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Part No. ___________ Part Description: ___________


Pay
Item Description Quantity Unit Unit Price (Pesos) Amount (Pesos)
No.
1103 Lighting Lumpsu Ls In Words: In Words:
(1) Fixtures and m _________________________ ________________________
Lamps _______ ___
_________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____
1200 Oscillating, 4.00 Set In Words: In Words:
(2)c Ceiling Fan _________________________ ________________________
_______ ___
_________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____

1208 Fire Alarm Lumpsu Ls In Words: In Words:


(1) System m _________________________ ________________________
_______ ___
_________________________ ________________________
_______ __
In Figures: In Figures:

________________________
_________________________ __
_____

Sub Total for this page In words: Pesos


__________________
__

__________________
__
In figures: Php
__________________
__

Page 12 of 13

Contract ID No.: 22ME0024


Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province
Grand Total In words: Pesos
__________________
__

__________________
__
In figures: Php
__________________
__

Submitted by:

____________________________________________ Date: _____________


Name and Signature of Bidders, Representative
_____________________________________________
Position
_____________________________________________
Name of Bidder

Approved Budget Cost (ABC) Php 4,950,000.00

Calendar Days 150

Page 13 of 13
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
SARANGANI
DISTRICT ENGINEERING OFFICE
REGIONAL OFFICE XII
Alabel, Sarangani Province

Contract ID No.: 22ME0024


Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

SUMMARY OF BID PRICES


(All Parts of Bill of Quantities of BOQ)

Instruction for completing the Summary of Bid Prices:

1. Part No. – Enter the "Part No" for each section of the BOQ where unit prices are entered.

2. Part Description – Enter the "Part Description" corresponding to the "Part No".
3. Total Amount-Enter the "Total Amount" in Pesos for all pages having the same "Part
Description".

Part No. Part Description Total Amount


Page 1 of 2

Total of Amounts

Total of All Amounts in Words:


Pesos ________________________________________________________
____________________________________________________________
and ______________________centavos.

Name ____________________________ in the capacity of _________________________


Signed ___________________________ Date ____________________________________
Duly authorized to sign the Bid for and on behalf of ______________________________
__________________________________________________________________________

Page 2 of 2
Contract ID No.: 22ME0024
Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

CONTRACTOR’S ORGANIZATIONAL CHART FOR THE CONTRACT

Submit a copy of the Organizational Chart that the Contractor intends to use to execute the
Contract if awarded to it. Indicate in the chart the names of the Project Manager, Project
Engineer, Structural Engineer, Materials and Quality Control Engineer, Foremen, and other
Key Personnel, as required in the Instructions to Bidders (Bid Data Sheet). Include Sub-
Contractors, if any.

Attach the required Proposed Organizational Chart for the Contract as stated above.

Name and Signature of Bidder’s Representative Date: _____________


Position
Name of Bidder
Contract ID No.: 22ME0024
Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

LIST OF CONTRACTOR’S KEY PERSONNEL TO BE ASSIGNED TO THE CONTRACT, WITH


THEIR QUALIFICATION DATA

Date of Issuance

JONATHAN G. BANTUG
District Engineer
Sarangani District Engineering Office
Alabel, Sarangani Province

Dear Sir:

Supplementing our Organizational Chart for the above stated Contract, we submit, and certify as true
and correct, the following information:

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

Years of Experience
Proposed
Position Name
(as applicable) Total (Similar Similar Position
and Related)

Civil Engineer

Electrical
Engineer

Materials
Engineer

Construction
Safety Officer

Foreman

2. We submit the enclosed Curriculum Vitae and Affidavit of Commitment to Work on the

Contract of these key personnel.

Page 1 of 2
Contract ID No.: 22ME0024
Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

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

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

5. We understand that any violation of the above stated conditions shall be a sufficient ground for us
to be disqualified from this Contract and future biddings of the DPWH.

Very truly yours,

_________________________________________________

Name and Signature of Bidder’s Authorized Representative

DPWH-INFR-14-2016 Page 2 of 2
Contract ID No.: 22ME0024
Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

LIST OF CONTRACTOR’S MAJOR CONSTRUCTION AND LABORATORY EQUIPMENT UNITS


TO BE ASSIGNED TO THE CONTRACT, SUPPORTED BY CERTIFICATION OF AVAILABILITY

Business Name : ____________________________________________

Business Address : ____________________________________________

Motor Proof of/


Capacity/
No./ Ownership/
Plate Conditio
Description Mode/Year Location
Performance No. n
Body Lease/
/ Size
No. Purchase

A. Owned

I.

II.

III.

IV.

V.

B. Leased

I.

II.

III.

IV.

V.

Page 1 of 2
C. Leased
Purchas
e
Agreem
ents

I.

II.

III.

IV.

V.

1
Attached are copies of sales invoice/Registration Certificate from LTO.
2
Attached are the certifications from the lessors that the equipment units under B (Leased) shall be
available for this contract.
3
Attached are the certifications from the vendors that the requirement units under C (Purchase
Agreements) shall be available

for this contract.

Minimum major construction equipment Minimum major laboratory equipment

requirements as prescribed in Bid Data Sheet: requirement as prescribed in the Bid Data
Sheet:

_____________________________ _____________________________

_____________________________ _____________________________

_____________________________ _____________________________

___________________________________________ _______________

Name and Signature of Bidder’s Authorized Representative Date

___________________________________________

Position

___________________________________________

Name of Bidder
DPWH-INFR-15-2016 Page 2 of 2

Contract ID No.: 22ME0024


Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Bid Form for the Procurement of Infrastructure Projects


_________________________________________________________________________

BID FORM
Date : _________________

Project Identification No. : _________________

To: [name and address of Procuring Entity]

Having examined the Philippine Bidding Documents (PBDs) including the


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

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


for the Procurement Project: [insert name of contract];

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

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

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

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

f. Our Bid shall be valid within the a period stated in the PBDs, and it shall remain
binding upon us at any time before the expiration of that period;
g. If our Bid is accepted, we commit to obtain a Performance Security in the amount
of [insert percentage amount] percent of the Contract Price for the due
performance of the Contract, or a Performance Securing Declaration in lieu of the
the allowable forms of Performance Security, subject to the terms and conditions
of issued GPPB guidelines1 for this purpose;

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

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

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

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


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

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

Name: ___________________________________________________________________

Legal Capacity: ____________________________________________________________

Signature: ________________________________________________________________

Duly authorized to sign the Bid for and behalf of: __________________________________

Date: ___________________

1
currently based on GPPB Resolution No. 09-2020
Contract ID No.: 22ME0024
Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province
_________________________________________________________________________
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
[Format shall be based on the latest Rules on Notarial Practice]
Contract ID No.: 22ME0024
Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Omnibus Sworn Statement (Revised)


_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES )

CITY/MUNICIPALITY OF ______ ) S.S.

AFFIDAVIT

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

1. [Select one, delete the other:]

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


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

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


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

2. [Select one, delete the other:]

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

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

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

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


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

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

6. [Select one, delete the rest:]

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

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

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

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

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


compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;


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

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

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

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

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]

[Insert signatory’s legal capacity]

Affiant

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


Contract ID No.: 22ME0024
Contract Name: Construction of Multi-Purpose Building, Barangay Wali,
Maitum, Sarangani;
Location: Maitum, Sarangani Province

Performance Securing Declaration (Revised)


_________________________________________________________________________

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

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


Section IX. Checklist of Technical and Financial Documents

Notes on the Checklist of Technical and Financial Documents

The prescribed documents in the checklist are mandatory to be submitted in the Bid, but
shall be subject to the following:

a. GPPB Resolution No. 09-2020 on the efficient procurement measures during a


State of Calamity or other similar issuances that shall allow the use of alternate
documents in lieu of the mandated requirements; or

b. any subsequent GPPB issuances adjusting the documentary requirements after the
effectivity of the adoption of the PBDs.

The BAC shall be checking the submitted documents of each Bidder against this checklist
to ascertain if they are all present, using a non-discretionary “pass/fail” criterion pursuant
to Section 30 of the 2016 revised IRR of RA No. 9184.
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);
or
⬜ (b) Registration certificate from Securities and Exchange Commission (SEC),
Department of Trade and Industry (DTI) for sole proprietorship, or
Cooperative Development Authority (CDA) for cooperatives or its equivalent
document;
and
⬜ (c) Mayor’s or Business permit issued by the city or municipality where the
principal place of business of the prospective bidder is located, or the
equivalent document for Exclusive Economic Zones or Areas;
and
⬜ (e) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by
the Bureau of Internal Revenue (BIR).

Technical Documents
⬜ (f) Statement of the prospective bidder of all its ongoing government and
private contracts, including contracts awarded but not yet started, if any,
whether similar or not similar in nature and complexity to the contract to be
bid; and
⬜ (g) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar
to the contract to be bid, except under conditions provided under the rules;
and
⬜ (h) Philippine Contractors Accreditation Board (PCAB) License;
or
Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and
⬜ (i) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission;
or
Original copy of Notarized Bid Securing Declaration; and
(j) Project Requirements, which shall include the following:
⬜ a. Organizational chart for the contract to be bid;
⬜ b. List of contractor’s key personnel (e.g., Project Manager, Project
Engineers, Materials Engineers, and Foremen), to be assigned to the
contract to be bid, with their complete qualification and experience
data;
⬜ c. List of contractor’s major equipment units, which are owned, leased,
and/or under purchase agreements, supported by proof of ownership
or certification of availability of equipment from the equipment
lessor/vendor for the duration of the project, as the case may be; and
⬜ (k) Original duly signed Omnibus Sworn Statement (OSS);
and if applicable, Original Notarized Secretary’s Certificate in case of a
corporation, partnership, or cooperative; or Original Special Power of
Attorney of all members of the joint venture giving full power and authority
to its officer to sign the OSS and do acts to represent the Bidder.

Financial Documents
⬜ (l) The prospective bidder’s audited financial statements, showing, among
others, the prospective bidder’s total and current assets and liabilities,
stamped “received” by the BIR or its duly accredited and authorized
institutions, for the preceding calendar year which should not be earlier than
two (2) years from the date of bid submission; and
⬜ (m) The prospective bidder’s computation of Net Financial Contracting Capacity
(NFCC).

Class “B” Documents


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

II. FINANCIAL COMPONENT ENVELOPE


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

Other documentary requirements under RA No. 9184


⬜ (p) Original of duly signed Bid Prices in the Bill of Quantities; and
⬜ (q) Duly accomplished Detailed Estimates Form, including a summary sheet
indicating the unit prices of construction materials, labor rates, and equipment
rentals used in coming up with the Bid; and
⬜ (r) Cash Flow by Quarter.

You might also like