Bid Docs 21HG0178

Download as pdf or txt
Download as pdf or txt
You are on page 1of 129

Republic of the Philippines

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


Cebu 4th District Engineering Office
Poblacion, Dalaguete, Cebu
Tel No. (032)-484-8170

PHILIPPINE BIDDING DOCUMENTS


(As Harmonized with Development Partners)

Contract ID No.: 21HG0178


Repair/Maint. of Slope
Contract Name:
Protection along Santander-
Barili-Toledo Road,
K0158+950, Ginatilan, Cebu
Contract
Location:
Cebu Province

Date of Opening of Bids: July 5, 2021 at 1:30 P.M.


Start Date for Issuance of Bidding Documents: June 15, 2021

Sixth Edition
July 2020

1
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
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.
TABLE OF CONTENTS

Glossary of Terms, Abbreviations, and Acronyms ...............................................................6


Section I. Invitation to Bid ........................................................ Error! Bookmark not defined.
Section II. Instructions to Bidders ............................................ Error! Bookmark not defined.
1. Scope of Bid ............................................................................................................56
2. Funding Information ...............................................................................................56
3. Bidding Requirements.............................................................................................57
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ....................57
5. Eligible Bidders.......................................................................................................57
6. Origin of Associated Goods ....................................................................................58
7. Subcontracts ............................................................................................................58
8. Pre-Bid Conference .................................................................................................58
9. Clarification and Amendment of Bidding Documents............................................58
10. Documents Comprising the Bid: Eligibility and Technical Components ...............59
11. Documents Comprising the Bid: Financial Component .........................................59
12. Alternative Bids ......................................................................................................59
13. Bid Prices ................................................................................................................59
14. Bid and Payment Currencies ...................................................................................59
15. Bid Security.............................................................................................................60
16. Sealing and Marking of Bids...................................................................................60
17. Deadline for Submission of Bids ............................................................................60
18. Opening and Preliminary Examination of Bids ......................................................60
19. Detailed Evaluation and Comparison of Bids .........................................................61
20. Post Qualification ....................................................................................................61
21. Signing of the Contract ...........................................................................................61
Section III. Bid Data Sheet ........................................................ Error! Bookmark not defined.
Section IV. General Conditions of Contract............................ Error! Bookmark not defined.
1. Scope of Contract ....................................................................................................98
2. Sectional Completion of Works ..............................................................................98
3. Possession of Site ....................................................................................................98
4. The Contractor’s Obligations ..................................................................................98
5. Performance Security ..............................................................................................98
6. Site Investigation Reports .......................................................................................99
7. Warranty..................................................................................................................99
8. Liability of the Contractor.......................................................................................99

4
9. Termination for Other Causes .................................................................................99
10. Dayworks ................................................................................................................99
11. Program of Work.....................................................................................................99
12. Instructions, Inspections and Audits .....................................................................100
13. Advance Payment..................................................................................................100
14. Progress Payments ................................................................................................100
15. Operating and Maintenance Manuals....................................................................100
Section V. Special Conditions of Contract .........................................................................101
Section VI. Specifications .......................................................... Error! Bookmark not defined.
Section VII. Drawings ................................................................ Error! Bookmark not defined.
Section VIII. Bill of Quantities ................................................. Error! Bookmark not defined.
Section IX. Checklist of Technical and Financial Documents .........................................106

5
Page 6 of 129

Glossary of

Terms, Abbreviations, and Acronyms

ABC – Approved Budget for the Contract.


ARCC – Allowable Range of Contract Cost.
BAC – Bids and Awards Committee.
Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to and in
consonance with the requirements of the bidding documents. Also referred to as Proposal and Tender.
(2016 revised IRR, Section 5[c])
Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who submits a
bid in response to the requirements of the Bidding Documents. (2016 revised IRR, Section 5[d])
Bidding Documents – The documents issued by the Procuring Entity as the bases for bids, furnishing
all information necessary for a prospective bidder to prepare a bid for the Goods, Infrastructure
Projects, and/or Consulting Services required by the Procuring Entity. (2016 revised IRR, Section 5[e])
BIR – Bureau of Internal Revenue.
BSP – Bangko Sentral ng Pilipinas.
CDA – Cooperative Development Authority.
Consulting Services – Refer to services for Infrastructure Projects and other types of projects or
activities of the GOP requiring adequate external technical and professional expertise that are beyond
the capability and/or capacity of the GOP to undertake such as, but not limited to: (i) advisory and
review services; (ii) pre-investment or feasibility studies; (iii) design; (iv) construction supervision; (v)
management and related services; and (vi) other technical services or special studies. (2016 revised
IRR, Section 5[i])
Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier or
Manufacturer or Distributor or Service Provider for procurement of Goods and Services; Contractor for
Procurement of Infrastructure Projects; or Consultant or Consulting Firm for Procurement of
Consulting Services; as the case may be, as recorded in the Contract Form signed by the parties,
including all attachments and appendices thereto and all documents incorporated by reference therein.
Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring Entity and
to whom the Contract to execute the Work was awarded. Contractor as used in these Bidding
Documents may likewise refer to a supplier, distributor, manufacturer, or consultant.
CPI – Consumer Price Index.
DOLE – Department of Labor and Employment.
DTI – Department of Trade and Industry.
Foreign-funded Procurement or Foreign-Assisted Project – Refers to procurement whose funding
source is from a foreign government, foreign or international financing institution as specified in the
Treaty or International or Executive Agreement. (2016 revised IRR, Section 5[b]).
GFI – Government Financial Institution.
Page 7 of 129

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


Goods – Refer to all items, supplies, materials and general support services, except Consulting
Services and Infrastructure Projects, which may be needed in the transaction of public businesses or in
the pursuit of any government undertaking, project or activity, whether in the nature of equipment,
furniture, stationery, materials for construction, or personal property of any kind, including non-
personal or contractual services such as the repair and maintenance of equipment and furniture, as well
as trucking, hauling, janitorial, security, and related or analogous services, as well as procurement of
materials and supplies provided by the Procuring Entity for such services. The term “related” or
“analogous services” shall include, but is not limited to, lease or purchase of office space, media
advertisements, health maintenance services, and other services essential to the operation of the
Procuring Entity. (2016 revised IRR, Section 5[r])
GOP – Government of the Philippines.
Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition, repair,
restoration or maintenance of roads and bridges, railways, airports, seaports, communication facilities,
civil works components of information technology projects, irrigation, flood control and drainage,
water supply, sanitation, sewerage and solid waste management systems, shore protection,
energy/power and electrification facilities, national buildings, school buildings, hospital buildings, and
other related construction projects of the government. Also referred to as civil works or works. (2016
revised IRR, Section 5[u])
LGUs – Local Government Units.
NFCC – Net Financial Contracting Capacity.
NGA – National Government Agency.
PCAB – Philippine Contractors Accreditation Board.
PhilGEPS - Philippine Government Electronic Procurement System.
Procurement Project – refers to a specific or identified procurement covering goods, infrastructure
project or consulting services. A Procurement Project shall be described, detailed, and scheduled in the
Project Procurement Management Plan prepared by the agency which shall be consolidated in the
procuring entity's Annual Procurement Plan. (GPPB Circular No. 06-2019 dated 17 July 2019)
PSA – Philippine Statistics Authority.
SEC – Securities and Exchange Commission.
SLCC – Single Largest Completed Contract.
UN – United Nations.
Page 8 of 129

ANNEX II–1.1A
Section I. Invitation to Bid
Notes on the Invitation to Bid
The Invitation to Bid (IB) (Form DPWH-INFR-04) provides information that enables interested
Bidders to decide whether to participate in the procurement of the particular contract at hand.
The Procuring Entity shall undertake the following:

a. Advertise the IB at least once in one (1) newspaper of general nationwide circulation
which has been regularly published for at least two (2) years before the date of the
advertisement, provided that this requirement for advertisement shall not apply to contracts
with an ABC of PhP 5 million or below each;

b. Post the IB the following websites:

(1) Website of the DPWH www.dpwh.gov.ph, continuously starting on the date of


advertisement of the IB until the deadline for submission and receipt of bids

(2) Website of the Philippine Government Electronic Procurement System (PhilGEPS)


www.philgeps.gov.ph, continuously for seven (7) calendar days starting on the
date of advertisement of the IB.

(3) Website prescribed by the concerned foreign government/foreign or international


financing institution or IFI (e.g., United Nations Development Business (UNDB),
dgMarket), continuously for seven (7) calendar days starting on the date of
advertisement of the IB.

Together with the IB, post the other parts of the BDs for the contract on the three
websites mentioned over the same periods.

c. Post the IB at any conspicuous place reserved for this purpose in the premises of the
Procuring Entity, as certified by the head of the Bids and Awards Committee (BAC)
Secretariat of the Procuring Entity for seven (7) calendar days starting on the date of
advertisement of the IB.

The IB shall include the following:

a. Procurement/Contract ID, name and location, brief description of the type, size, major
items and other important or relevant features of the works.
Page 9 of 129

b. Approved Budget for the Contract (ABC). c.

Source of funding.

d. Contract duration.

e. Statement that the bidding is conducted in accordance with RA 9184 and its Implementing
Rules and Regulations (IRR).
Page 10 of 129

f. General statements of the criteria to be used for the eligibility check, examination and
evaluation of bids, post-qualification, and award.

g. Date, time, deadline, and place for the issuance/downloading of Bidding Documents, Pre-
Bid Conference, receipt of bids, and opening of bids.

h. Payment of Fee for the BDs.

i. Reservation for the Procuring Entity to accept/reject any/all bids or annul the bidding
process without any liability to the bidders.

j. Name, address, telephone number, fax number, email and website addresses of the
concerned Procuring Entity and its designated contact person.

k. Statement as to whether or not Electronic Bidding, under GPPB Resolution No. 13-2013,
will be adopted in this procurement.

l. Other necessary information as determined by the Procuring Entity.

The IB should be incorporated into the contract-specific Bidding Documents (BDs). The
information contained in the IB must be consistent with all other parts of the BDs, including the
Instructions to Bidders (ITB) and the Bid Data Sheet (BDS).
Page 17 of 129
Republic of the Philippines
Department of Public Works and Highways
Cebu 4th District Engineering Office
Poblacion, Dalaguete, Cebu
Tel. No. (032) 484-8170/484-8171, Fax # 484-8412

INVITATION TO BID
For
21HG0178 – Repair/Maint. of Slope Protection along Santander-Barili-Toledo Road,
K0158+950, Ginatilan, Cebu

The Department of Public Works and Highways-Cebu 4th District Engineering Office,
through the 01101101 – Regular Agency Fund FY 2021 intends to apply the sum of P
2,000,000.00 being the Approved Budget for the Contract (ABC) to payments under the contract for
21HG0178 – Repair/Maint. of Slope Protection along Santander-Barili-Toledo Road,
K0158+950, Ginatilan, Cebu. Bids received in excess of the ABC shall be automatically rejected
at bid opening.

1. The Department of Public Works and Highways-Cebu 4th District Engineering Office
through its Bids and Awards Committee now invites bids for the hereunder Works:

Name of Contract : Repair/Maint. of Slope Protection along Santander-


Barili-Toledo Road, K0158+950, Ginatilan, Cebu
Contract ID No. : 21HG0178
Location : Ginatilan, Cebu
Approved Budget for :
the Contract P 2,000,000.00
Contract Duration : 30 calendar days

2. Prospective Bidders should be (1) registered with and classified by the Philippine Contractors
Accreditation Board (PCAB) with PCAB LICENSE Category of C & D for Small B. 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), 5th Floor, DPWH
Bldg., Bonifacio Drive, Port Area, Manila, while those already enrolled shall keep their records
current and updated. The Contractor’s eligibility to bid on the project will be determined using
the DPWH Contractor Profile Eligibility Process (CPEP) and subject to further post-qualification.
Information on registration can be obtained from the PrS during working weekdays from 7:00 am
to 4:00 pm or at the DPWH website www.dpwh.gov.ph.

3. 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.
Page 17 of 129

4. Interested bidders may obtain further information from the Department of Public Works and
Highways-Cebu 4th District Engineering Office and inspect the Bidding Documents at
Poblacion, Dalaguete, Cebu during weekdays from 8:00 A.M. – 5:00 P.M.

5. A complete set of Bidding Documents may be acquired by interested bidders on June 15, 2021 –
July 5, 2021 (10:00 A.M.) 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
P 5,000.00.

The significant times and deadlines of procurement activities are also shown below:

1. Issuance of Bidding Documents : June 15, 2021 to July 5, 2021


2. Pre-bid Conference : June 22, 2021 @ 10:00 A.M.
3. Bidding Documents Payment : July 5, 2021 @ 10:00 A.M.
Deadline
4. Receipt of Bids : July 5, 2021 @ 10:00 A.M. to 11:30 A.M.
5. Processing of Electronic Civil Works : July 5, 2021 @ 11:30 A.M. to 1:30 P.M.
Application (CWA)
6. Opening of Bids : July 5, 2021 @ 1:30 P.M.

6. 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.

7. The Department of Public Works and Highways-Cebu 4th District Engineering Office
will hold a Pre-Bid Conference on June 22, 2021, 10:00 A.M. at Conference Room, 2nd Floor
DPWH-Cebu 4th DEO, Poblacion, Dalaguete, Cebu, face-to-face or through video
conferencing/webcasting via Zoom (Meeting ID: 5701504337; Passcode: cebU4thDEO),
which shall be open to prospective bidders.

8. 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.

9. Bids must be duly received by the BAC Secretariat at the address below for manual submission or
at electronicbids_cebu4@dpwh.gov.ph for electronic submission on or before July 5, 2021,
11:30 AM. All bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 18.

10. Bid opening shall be on July 5, 2021, 1:30 P.M. at Conference Room, 2nd Floor DPWH-
Cebu 4th DEO, Poblacion, Dalaguete, Cebu. Bids will be opened in the presence of the
bidders’ representatives who choose to attend at the address below. Late bids shall not be
accepted.

11. The Department of Public Works and Highways-Cebu 4th 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.
Page 17 of 129

12. For further information, please refer to:

BAC Chairman: MARLON D. MAROLLANO BAC Head Secretariat: ROSALIND R. VASQUEZ

DPWH-Cebu 4th DEO DPWH-Cebu 4th DEO


Poblacion, Dalaguete, Cebu Poblacion, Dalaguete, Cebu
Tel. No. (032) 484-8170 Tel. No. (032) 484-8170
Email Address: cebu_4th@yahoo.com.ph Email Address: cebu_4th@yahoo.com.ph

Approved by:

MARLON D. MAROLLANO
BAC Chairman
Page 17 of 129

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.
Page 20 of 129

INSTRUCTIONS TO BIDDERS (ITB)

A. General

1. Scope of Bid
1.1 The Procuring Entity, as defined in the BDS, invites Bids for the construction of
the Works under the proposed Contract, as described in the BDS. The name and
ID of the Contract are stated in the BDS.

1.2 The winning Bidder will be expected to complete the Works by the intended
completion date specified in the SCC Clause 1.17.

2. Budget and Source of Funds


The Procuring Entity has an Approved Budget for the Contract (ABC) or has applied for
or received funds from the Funding Source named in the BDS, and in the amount
indicated in the BDS. It intends to apply part of the funds received for the Project, as
defined in the BDS, to cover eligible payments under the Contract for the Works.

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


3.1 The Procuring Entity requires that the Bidders an Contractors, as well as officials
and personnel of the Procuring Entity, observe the highest standard of ethics
during the procurement and execution of such contracts. In pursuance of this
policy, the DPWH:

a. defines, for purposes of this provision, the terms set forth below as
follows:

(1) "Corrupt practice" means behavior on the part of officials in the


public or private sectors by which they improperly and unlawfully
enrich themselves and others, or induce others to do so, by
misusing the positions in which they are placed, and includes the
offering, giving, receiving, or soliciting of anything of value to
influence the action of any such official in the procurement process
or in contract execution; entering, on behalf of the Government,
into any contract or transaction manifestly and grossly
disadvantageous to the same, whether or not the public officer
profited or will profit thereby, and similar acts as provided in
Republic Act 3019.

(2) "Fraudulent practice" means a misrepresentation of facts in order


to influence a procurement process or the execution of a contract to
the detriment of the Procuring Entity, and includes collusive
practices among Bidders – before or after Bid submission -
designed to establish Bid prices at artificial, non-competitive levels
Page 21 of 129

and to deprive the Procuring Entity of the benefits of free and open
competition;

(3) “Collusive practice” means a scheme or arrangement between two


or more Bidders, with or without the knowledge of the Procuring
Entity, designed to establish Bid prices at artificial, non-
competitive levels.

(4) “Coercive practice” means harming or threatening to harm,


directly or indirectly, persons, or their property to influence their
participation in a procurement process, or affect the execution of a
contract.

(5) “Obstructive practice” is:

(a) deliberately destroying, falsifying, altering or concealing of


evidence material to an administrative proceedings or
investigation or making false statements to investigators in
order to materially impede an administrative proceedings or
investigation of the Procuring Entity or any foreign
government/foreign or international financing institution
into allegations of a corrupt, fraudulent, coercive or
collusive practice; and/or threatening, harassing or
intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the administrative
proceedings or investigation or from pursuing such
proceedings or investigation; or

(b) acts intended to materially impede the exercise of the


inspection and audit rights of the Procuring Entity or any
foreign government/foreign or international financing
institution herein.

b. will reject a proposal for award if it determines that the Bidder


recommended for award has engaged in corrupt, fraudulent, collusive or
coercive practices in competing for the Contract; and

c. will declare a firm ineligible, either indefinitely or for a stated period of


time, to be awarded a Contract if it at any time determines that the firm
has engaged in corrupt, fraudulent, collusive or coercive practices in
competing or, or in executing, a Contract.

3.2 Furthermore, the Procuring Entity will also seek to impose the maximum penalties
for civil and criminal liability available under the applicable law on individuals
and organizations deemed to be involved in corrupt, fraudulent, collusive or
coercive practices.

3.3 The Funding Source and the Procuring Entity reserve the right to inspect and
audit records and accounts of a contractor in the bidding for and performance of a
Page 22 of 129

particular contract, through DPWH official or independent auditors as provided in


GCC Clause 35.

4. Conflict of Interest
4.1 All Bidders found to have a conflict of interest shall be disqualified to participate
in the procurement at hand, without prejudice to the imposition of appropriate
administrative, civil, and criminal sanctions. A Bidder may be considered to have
a conflict of interest with another Bidder in any of the events described in items a
through d of this ITB Clause 4.1 and a general conflict of interest in any of the
circumstances set out in items e through h of ITB Clause 4.1:

a. A Bidder has controlling shareholders in common with another Bidder.

b. A Bidder receives or has received any direct or indirect subsidy from any
other Bidder.

c. A Bidder has the same legal representative as that of another Bidder for
purposes of this Bid.

d. A Bidder has a relationship, directly or through third parties, that puts it in


a position to have access to information about or influence on the Bid of
another Bidder or influence the decisions of the Procuring Entity
regarding this bidding process. This will include a firm or an organization
who lends, or temporarily seconds, its personnel to firms or organizations
which are engaged in consulting services for the preparation related to
procurement for or implementation of the project if the personnel would
be involved in any capacity on the same project.

e. A Bidder submitted more than one Bid in this bidding process. However,
this does not limit the participation of sub-contractors in more than one
Bid.

f. A Bidder participated as a consultant in the preparation of the design or


technical specifications of the works, goods and related services that are
the subject of the Bid.

g. A Bidder lent, or temporary seconded, its personnel to firms or


organizations which are engaged in consulting services for the preparation
related to the procurement for or implementation of the project, if the
personnel would be involved in any capacity on the same project.

4.2 In accordance with Section 47 of the IRR of RA 9184, the Bidder must include in
its Bid a sworn affidavit (part of Form DPWH-INFR-15, as provided in Clause
10.1 of this ITB) that it is not related to the Head of the Procuring Entity (HoPE),
members of the BAC, the Technical Working Group (TWG), and the BAC
Secretariat, the head of the IU, and the project consultants, by consanguinity or
affinity up to the third civil degree. Failure to comply with the aforementioned
provision shall be a ground for the automatic disqualification of the bid in
consonance with Section 30 of this IRR. For this reason, relation to the
Page 23 of 129

aforementioned persons within the third civil degree of consanguinity or affinity


shall automatically disqualify the bidder from participating in the procurement of
contracts of the Procuring Entity, notwithstanding the act of such persons
inhibiting themselves from the procurement process. On the part of the bidder,
this provision shall apply to the following persons:

a. If the Bidder is an individual or a sole proprietorship, to the Bidder


himself.

b. If the Bidder is a partnership, to all its officers and members.

c. If the Bidder is a corporation, to all its officers, directors, and controlling


stockholders.

d. If the bidder is a cooperative, to all its officers, directors, and controlling


shareholders or members.

e. If the Bidder is a joint venture (JV), to each member of the JV for the
applicable items a, b, and c of this Clause.

5. Eligible Bidders
Unless otherwise indicated in the BDS, bidders must meet the Eligibility Requirements
in ANNEXII-1.1B of the SBDs. In addition, the BDS shall indicate any “qualifier” to the
“similar work category” that must be met by the eligible bidder.

6. Bidder’s Responsibilities
6.1 The Bidder is responsible for the following:

a. Having taken steps to carefully examine all of the Bidding Documents.

b. Having acknowledged all conditions, local or otherwise, affecting the


implementation of the contract.

c. Having made an estimate of the facilities available and needed for the
contract to be bid, if any.

d. Having complied with its responsibility to inquire or secure


Supplemental/Bid Bulletin/s as provided under ITB Clause 11.3.

e. Ensuring that it is not “blacklisted” or barred from bidding by the


Government of the Philippines (GOP) or any of its agencies, offices,
corporations, or LGUs, including foreign government/foreign or
international financing institution whose blacklisting rules have been
recognized by the Government Procurement Policy Board (GPPB).

f. Ensuring that 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
Page 24 of 129

g. Authorizing the HOPE or its duly authorized representative/s to verify all


the documents submitted.

h. Ensuring that the signatory is the duly authorized representative of the


Bidder, and granted full power and authority to do, execute and perform
any and all acts necessary and/or to represent the Bidder in the bidding,
with the duly notarized Secretary’s Certificate attesting to such fact, if the
Bidder is a corporation, partnership, cooperative, or joint venture.

i. Complying with the disclosure provision under Section 47 of the Act in


relation to other provisions of Republic Act 3019.

j. Complying with existing labor laws and standards, if applicable.

k. Ensuring that it 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.

Failure to observe any of the above responsibilities shall be at the risk of the
Bidder concerned.

6.2 The Bidder or its duly authorized representative shall submit a sworn statement,
covering items e to k of ITB Clause 6.1 above, in the form prescribed in DPWH-
INFR-15 in ANNEX II-1.1K hereof.

6.3 The Bidder, by the act of submitting its bid, shall be deemed to have inspected the
site, determined the general characteristics of the contract works and the
conditions for this Project and examine all instructions, forms, terms, and project
requirements in the Bidding Documents.

6.4 It shall be the sole responsibility of the prospective bidder to determine and to
satisfy itself by such means as it considers necessary or desirable as to all matters
pertaining to this Project, including: (a) the location and the nature of the contract,
project, or 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.

6.5 The Procuring Entity shall not assume any responsibility regarding erroneous
interpretations or conclusions by the prospective or eligible bidder out of the data
furnished by the procuring entity.

6.6 Before submitting their bids, the Bidders are deemed to have become familiar
with all existing laws, decrees, ordinances, acts and regulations of the Philippines
which may affect the contract in any way.
Page 25 of 129

6.7 The Bidder shall bear all costs associated with the preparation and submission of
his bid, and the Procuring Entity will in no case be responsible or liable for those
costs, regardless of the conduct or outcome of the bidding process.

6.8 Bidders should note that the Procuring Entity will only accept bids only from
those that have paid the nonrefundable fee for the Bidding Documents at the
office indicated in the Invitation to Bid.

7. Origin of Goods and Services


There is no restriction on the origin of Goods, or Contracting of Works or Services other
than those prohibited by a decision of the United Nations Security Council taken under
Chapter VII of the Charter of the United Nations.

8. Sub-Contracts
8.1 Unless otherwise specified in the BDS, sub-contracting of the Works shall be
subject to the provisions of DPWH Department Order (DO) No. 38, series of
2015, as stated in Clauses 8.2 to 8.7.

8.2 All sub-contracts shall be subject to prior approval of the concerned Heads of the
DPWH Procuring Entity within the limits of their delegated authority to approve
the original contracts.

8.3 The contractor may sub-contract portions of the works to such an extent as may
be approved by the Procuring Entity and stated in the BDS, provided that the
main contractor shall directly undertake, using its own resources, not less than
fifty percent (50%) of the contract works in terms of cost.

8.4 Each sub-contractor must comply with the eligibility criteria as specified in the
Eligibility Requirements (ER) for the portion of the contract works to be sub-
contracted to that sub-contractor- e.g., applicable license from the Philippine
Constructors Accreditation Board, satisfactory completion of works similar to the
portion of the contract to be subcontracted and costing at least fifty percent (50%)
of the cost of such portion, and sufficient Net Financial Contracting Capacityto
cover the cost of the work to be sub-contracted, as well as minimum equipment
and manpower for the sub-contracted work set by the Procuring Entity. These
requirements shall not apply to labor pakyaw contracts provided in the IRR
Appendix 11.

8.5 The bidder/main contractor may identify the sub-contractors to whom portions of
the contract works will be sub-contracted at any stage of the bidding process or
during contract implementation, provided that any sub-contracting requires prior
approval of the Procuring Entity. If the bidder opts to disclose the name of the
sub-contractors during the bid submission, the bidder shall include the required
eligibility documents for the sub-contractors as part of the technical component of
its bid. Sub-contractors identified during the bidding may be changed during the
implementation of the contract, subject to compliance with the eligibility
requirements and approval of the Procuring Entity.
Page 26 of 129

8.6 Sub-contracting of any portion of the contract shall not relieve the main contractor
from any liability or obligation that may arise from the contract. The main
contractor shall be responsible for the acts, defaults, and negligence of any
subcontractor, its agents or workmen.

8.7 For any assignment and sub-contracting of the contract or any part thereof made
without prior written approval by the concerned HoPE, the DPWH shall impose
on the erring contractor, after the termination of the contract, the penalty of
suspension for one (1) year for the first offense, and suspension of two (2) years
for the second offense from participating in the public bidding process, pursuant
to the provision of Appendix 3, Section 4.2 of the IRR of RA 9184, in accordance
with Section 69(6) of RA 9184 and without prejudice to the imposition of
additional administrative sanctions as the internal rules of the agency may provide
and/or further criminal prosecution as provided by applicable laws.

9. Pre-Bid Conference
9.1 If so specified in the BDS, a Pre-Bid Conference shall be held at the venue and on
the date indicated therein, to clarify and address the Bidders’ questions on the
technical and financial components of this Project. The Pre-Bid Conference shall
be held at least twelve (12) calendar days before the deadline for the submission
and receipt of Bids. However, attendance of the Bidders shall not be mandatory. If
the Procuring Entity determines that, by reason of the method, nature, or
complexity of the contract to be bid, or when international participation will be
more advantageous to the GOP, a longer period for the preparation of bids is
necessary, the Pre-Bid Conference shall be held at least thirty (30) calendar days
before the deadline for the submission and receipt of bids, as specified in the
BDS.

9.2 Bidders are encouraged to attend the Pre-Bid Conference to ensure that they fully
understand the Procuring Entity’s requirements. Non-attendance of the Bidder
will in no way prejudice its bid; however, the Bidder is expected to know the
changes and/or amendments to the Bidding Documents as recorded in the minutes
of the Pre-Bid Conference and the Supplemental/Bid Bulletin.

9.3 Any statement made at the Pre-Bid Conference shall not modify the terms of the
bidding documents unless such statement is specifically identified in writing as an
amendment thereto and issued as a Supplemental/Bid Bulletin.

9.4 If, as indicated in the BDS, Electronic Bidding is adopted for this procurement
pursuant to GPPB Resolution No. 23-2013, dated 30 July 2013, the Procuring
Entity shall observe following procedure with regard to the PBC:

a. For contracts to be bid where the conduct of PBC is required under Section 22
of RA 9184-IRR (Section 5.5.3 of this Manual Volume II), the same
procedure governing the manual method will also apply.
Page 27 of 129

b. A Procuring Entity with videoconferencing capabilities may conduct its PBC


conferences electronically, provided that its Registered Merchants shall also
have similar capabilities and facilities.

c. During the conduct of the PBC, Registered Merchants may send requests for
clarification through the PhilGEPS online facility, which shall be read during
the meeting and shall form part of the minutes, unless the Procuring Entity has
previously decided that only those who have purchased the Bidding
Documents shall be allowed to participate in the PBC and raise or submit
written queries or clarifications.

d. The minutes of the PBC shall be recorded as an electronic document made


electronically available to all participating Registered Merchants through the
PhilGEPS Electronic Bulletin Board not later than three (3) calendar days
after the PBC.

e. Requests for clarification(s) on any part of the BDs or for an interpretation


must be in writing and submitted to the BAC of the Procuring Entity, either
electronically through the PhilGEPS or otherwise, at least ten (10) calendar
days before the deadline set for the submission and receipt of bids.

f. Only Bid Bulletins/Supplements approved by the Bid Notice Approver shall


be posted in the PhilGEPS at least seven (7) calendar days before the deadline
for the submission and receipt of bids. The PhilGEPS shall automatically
notify through e-mail all Registered Merchants who have downloaded the
bidding documents and paid the BDs Fee.

B. Contents of Bidding Documents

10. Content of Bidding Documents


The set of Bidding Documents (BDs) for the specific contract at hand consists of
the documents listed below and bulletins issued in accordance with ITB Clause
11

Reference in the SBDs

Section I. Invitation to Bid (IB) ANNEX II-1.1A


Section II. Eligibility Requirements (ER) ANNEX II-1.1B
Section III. Eligibility Data Sheet (EDS) ANNEX II-1.1C
Section IV. Instructions to Bidders (ITB) ANNEX II-1.1D
Section V. Bid Data Sheet (BDS) ANNEX II-1.1E
Section VI. General Conditions of Contract (GCC) ANNEX II-1.1F
Section VII. Special Conditions of Contract (SCC) ANNEX II-1.1G
Section VIII. Specifications ANNEX II-1.1H
Section IX. Drawings ANNEX II-1.1I
Section X. Bill of Quantities (BOQ) ANNEX II-1.1J
Section XI. Bidding Forms (BFs) ANNEX II-1.1K
Section XII. Foreign-Assisted Projects (FAPs) – if
Page 28 of 129

applicable ANNEX II-1.1L

10.1 Bidders should note that the Procuring Entity shall only accept Bids from Bidders
that have purchased the BDs from the office indicated in the IB, or have
downloaded the BDs from the DPWH website subject to the payment of the fee
for the BDs upon submission of their bids.

11. Clarification/Amendment of Bidding Documents through Bid Bulletins


11.1 Bidders may request clarification(s) or an interpretation of any part of the BDs.
Such a request must be in writing and submitted to the Procuring Entity at the
address indicated in the BDS at least ten (10) calendar days before the deadline
set for the submission and receipt of Bids. The BAC of the Procuring Entity shall
respond to the said request by issuing a Bid Bulletin.

11.2 The BAC, upon its initiative, may also issue Supplemental/Bid Bulletins to amend
or clarify any provision of the BDs not later than seven (7) calendar days before
the deadline for the receipt of Bids. .

11.3 Any Supplemental/Bid Bulletin issued by the BAC shall be posted on the
websites of the DPWH and the Philippine Government Electronic Procurement
System (PhilGEPS). It shall be the responsibility of all Bidders who secured the
Bidding Documents to inquire and secure Supplemental/Bid Bulletins that may be
issued by the BAC. However, bidders who have submitted bids before the
issuance of the Supplemental/Bid Bulletin must be informed and allowed to
modify or withdraw their bids in accordance with ITB Clause 24.

C. Preparation of Bids

12. Cost of Bidding


The Bidder shall bear all costs associated with the preparation and submission of its Bid,
and the Procuring Entity shall in no case be responsible or liable for those costs.

13. Language of Bid


The Bid, as well as all correspondence and documents relating to the Bid exchanged by
the Bidder and the Procuring Entity, shall be written in English. Supporting documents
and printed literature furnished by the Bidder may be in another language provided they
are accompanied by an accurate translation of the relevant passages in English, in which
case, for purposes of interpretation of the Bid, the English translation shall govern.

14. Documents Comprising the Bid


14.1 Unless otherwise indicated in the BDS, the Bidder shall submit its Bid in
accordance with the provisions of ITB Clauses 14.2 to 14.4.

14.2 The Bidder shall present its Bid which shall consist of the Bid Form including the
Technical Proposal and the Financial Proposal.
Page 29 of 129

a. Technical Proposal – This shall include all of the following documents:

(1) PhilGEPS Certificate of Registration and Membership in


accordance with Section 8.5.2 of the IRR.

(2) If the bidder is not previously enrolled in the CWR: the bidder’s Class
“A” and Class “B” Documents, together with the CCASR, in accordance
with Section 4.8.2 of this Manual Volume II. These Documents should
include, among others, the following information required in IRR
Section 25.2b:

(a) PCAB License and Registration

(b) Statement of all On-going Government and Private Contracts

(c) SLCC

(d) NFCC

(e) JVA, if applicable

(3) Bid Security in/with the required form, amount, and validity period
as provided in ITB Clause 18 (Use Form DPWH-INFR-10 or 11
or 12).

(4) Project Requirements which shall include the following:

(a) Organizational chart for the contract to be bid (Use Form


DPWH-INFR-13).

(b) List of contractor’s 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 (Use Form DPWH-
INFR-14).These personnel must meet the required
minimum years of experience shown in the BDS.

(c) List of contractor’s major construction and laboratory


equipment units, which are owned, leased, and/or under
purchase agreements, supported by proof of ownership and
certification of availability of equipment from the
equipment lessor/vendor for the duration of the project
(Use Form DPWH-INFR-15), as the case may be. These
equipment units must meet the minimum major equipment
requirements for the contract set in the BDS.

(5) Omnibus sworn statement by the prospective bidder or its


duly authorized representative in the form prescribed by the GPPB
as to the following (Use Form DPWH-INFR-16):
Page 30 of 129

(a) It is not “blacklisted” or barred from bidding by the


Government of the Philippines or any of its agencies,
offices, corporations, or LGUs, including foreign
government/ foreign or international financing institution
whose blacklisting rules have been recognized by the
GPPB.

(b) 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.

(c) It is authorizing the Head of the Procuring Entity or


his duly authorized representative(s) to verify all the
documents submitted.

(d) The signatory is the duly authorized representative of the


prospective bidder, and granted full power and authority to
do, execute and perform any and all acts necessary and/or
to represent the prospective bidder in the bidding, with the
duly notarized Secretary’s Certificate attesting to such fact,
if the prospective bidder is a corporation, or duly notarized
Special Power of Attorney in case of sole proprietorship,
partnership or joint venture.

(e) It complies with the disclosure provision under Section 47


of RA 9184 and its IRR in relation to other provisions of
R.A. 3019.

(f) It complies with the responsibilities of a prospective or


eligible bidder provided in the BDs, including ITB 6.

(g) It complies with existing labor laws and standards.

(h) It 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.

b. Financial Proposal – This shall include all of the following documents:

(1) Bid Form, using Form DPWH-INFR-09.

(2) Bid prices in the Bill of Quantities (BOQ) in the prescribed Forms
(Use Forms DPWH-INFR-17 and 18). The bid prices may be in
terms of (a) bid unit prices for different work items under the
BOQ, or (b) fixed total lump-sum price for the entire contract,
based on the type and complexity of the project.
Page 31 of 129

(3) Detailed estimates, including a summary sheet indicating the unit


prices of construction materials, labor rates and equipment rentals
used in coming up with the Bid.

(4) Cash flow by quarter (Use Form DPWH-INFR-19).

14.3 a. Unless indicated in the BDS, all Financial Proposals that exceed the
Approved Budget for the Contract (ABC) indicated in BDS 1.3 shall be
rejected.

a. Unless otherwise indicated in the BDS, for foreign-funded procurement, a


ceiling may be applied to bid prices provided the following conditions are
met:

(i) The BDs are obtainable free of charge on a freely accessible


website. If payment of the BDs is required by the Procuring Entity,
payment could be made upon the submission of bids.

(ii) The Procuring Entity has procedures in place to ensure that the
ABC is based on recent estimates made by the responsible unit of
the Procuring Entity and that the estimates are based on adequate
detailed engineering and reflect the quality, supervision and risk
and inflationary factors, as well as prevailing market prices,
associated with the types of works to be procured.

(iii) The Procuring Entity has trained cost estimators on estimating


prices and analyzing bid variances. It must also have trained
quantity surveyors.

(iv) The Procuring Entity has established a system to monitor and


report bid prices relative to the ABC and the Procuring Entity’s
estimate.

(v) The Procuring Entity has established a monitoring and evaluation


system for contract implementation to provide a feedback on actual
total costs of works.

14.4 The bidder may use, as reference, the checklist of requirements for its Technical
and Financial Proposals, as shown in Form DPWH-INFR-20.

15. Bid Prices


15.1 The Contract shall be for the whole Works, as described in ITB Clause 1.1, based on
the priced BOQ (Use Form DPWH-INFR-17) submitted by the Bidder.

15.2 The Bidder shall fill in its unit and total Bid prices for all items of the Works
described in the BOQ. Bids not addressing or providing all of the required items
in the BOQ, shall be considered non-responsive and, thus, automatically
disqualified. In this regard, where a required item is provided, but no price is
Page 32 of 129

indicated, the same shall be considered as non-responsive, but specifying a "0"


(zero) or a dash (“-”) for the said item would mean that it is being offered for free
to the Government.

15.3 All duties, taxes, and other levies payable by the Contractor under the Contract, or
for any other cause, prior to the deadline for submission of Bids, shall be included
in the Bid prices submitted by the Bidder.

15.4 For the given scope of work in the Contract as awarded, all Bid prices shall be
considered as fixed prices, and therefore not subject to price escalation during
contract implementation, except under extraordinary circumstances as specified in
GCC Clause 47. Price escalation may be allowed in extraordinary circumstances
as may be determined by the National Economic and Development Authority in
accordance with the Civil Code of the Philippines, and upon the recommendation
of the Procuring Entity. Furthermore, in cases where the cost of the awarded
contract is affected by any applicable new laws, ordinances, regulations, or other
acts of the GOP, promulgated after the date of bid opening, a contract price
adjustment shall be made or appropriate relief shall be applied on a no loss-no
gain basis.

16. Currencies of Bid and Payment


16.1 All Bid prices shall be quoted in Philippine Peso sunless otherwise provided in
the BDS. However, for purposes of bid evaluation, bids denominated in foreign
currencies shall be converted to Philippine currency based on the exchange rate
prevailing on the day of the Bid opening.

16.2 If so allowed in accordance with ITB Clause16.1, the Procuring Entity for purposes
of bid evaluation and comparing the bid prices will convert the amounts in various
currencies in which the bid price is expressed to Philippine Pesos at the exchange
rate as published in the BSP reference rate bulletin on the day of the bid opening.

16.3 Unless otherwise specified in the BDS, payment of the contract price shall be made
in Philippine Pesos.

17. Bid Validity


17.1 Bids shall remain valid for the period specified in the BDS, which shall not
exceed one hundred twenty (120) days from the date of the opening of Bids.

17.2 In exceptional circumstances, the Procuring Entity may request that the Bidders
extend the period of validity of their Bids for a specified additional period. The
request and the Bidders’ responses shall be made in writing. A Bidder may refuse
the request without forfeiting the Bid Security. A Bidder agreeing to the request
will not be required or permitted to otherwise modify the Bid, but will be required
to extend the validity of the Bid Security for the period of the extension, and in
compliance with ITB Clause 14 in all respects.

18. Bid Security


Page 33 of 129

18.1 The Bidder shall submit to the Procuring Entity, as part of its Bid, a Bid Securing
Declaration (using Form DPWH-INFR-12) or any form of Bid Security in an
amount equal to a percentage of the ABC in accordance with the following
schedule:

Form Minimum Amount


(1) Cash or cashier’s/manager’s check issued by a 2% of ABC
Universal or Commercial Bank
(2) Bank draft/guarantee or irrevocable letter of credit 2% of ABC
issued by a Universal or Commercial Bank (Use
Form DPWH-INFR-10 or 11)
(3) Surety bond callable on demand issued by a surety or 5% of ABC
insurance company duly certified by the Insurance
Commission as authorized to issue such security

18.2 A Bid Securing Declaration is an undertaking which states, among others, that the
bidder shall enter into contract with the Procuring Entity and furnish the required
Performance Security within ten (10) calendar days, or less, as indicated in the
BDs, from receipt of the Notice of Award, and commits to pay the corresponding
amount as fine and be suspended for a period of time from being qualified to
participate in any government activity in the event it violates any of the conditions
stated therein as required in the guidelines issued by the Government Procurement
Policy Board (GPPB).

18.3 The Bid Security should be valid for the period specified in the BDS.

18.4 Any Bid not accompanied by a Bid Securing Declaration or an acceptable Bid
Security shall be rejected by the Procuring Entity as non-responsive.

18.5 No Bid Securities shall be returned to Bidders after the opening of Bids and
before contract signing, except to those that failed to comply with any of the
requirements to be submitted in the Technical Proposal and Financial Proposal of
the Bid, as provided in the IRR of R.A. 9184. Without prejudice to the forfeiture
of Bid Securities, Bid Securities shall be returned only after the Bidder with the
Lowest Calculated Responsive Bid has signed the Contract and furnished the
Performance Security, but in no case later than the expiration of the Bid Security
validity period indicated in the BDS.

18.6 The Bid Security may be forfeited:

a. if the Bidder withdraws its Bid after Bid opening during the period of Bid
validity; or

b. if the Bidder does not accept the correction by the Bids and Awards
Committee of arithmetical and computational errors in its Bid prices,
pursuant to ITB Clause 28; or

c. in the case of the winning Bidder, if the Bidder fails, within ten (10) days
from its receipt of the Notice of Award, to:
Page 34 of 129

(1) submit to the Procuring Entity the following documents:

(a) Notice of Award with the bidder’s signed “conforme;”

(b) Authority of Signing Official/Board Resolution/Secretary’s


Certificate;

(c) For a joint venture (JV), Contractor’s PCAB Special JV


License and JV Agreement;

(d) Performance Security (Use Form DPWH-INFR-43 or


DPWH-INFR-44, as applicable);

(e) Construction Methods (Use Form DPWH-INFR-45);

(f) Construction Schedule in the form of PERT/CPM Diagram


or Precedence diagram and Bar Chart with S-Curve (Use
Form DPWH-INFR-46);

(g) Manpower Schedule (Use Form DPWH-INFR-47);

(h) Equipment Utilization Schedule (Use Form DPWH-


INFR-48);

(i) Construction Safety and Health Program (Use Form


DPWH-INFR-49);

(j) Contractor’s All Risk Insurance (CARI);

(k) Latest Income Tax and Business Returns duly stamped and
received by BIR and duly validated with the tax payments
made. Tax Clearance from the BIR to prove full and timely
payment of taxes;

(l) For a local contractor, Certification under oath stating that


the Contractor is free and clean of all tax liabilities;

(m) For a foreign bidder, valid PCAB License and Registration


for the type and cost of the contract to be bid, when the
Treaty or International or Executive Agreement expressly
allows submission of the PCAB License and Registration
for the type and cost of the contract to be bid as a pre-
condition to the NOA; and

(n) Integrity Pledge in accordance with Department Order No.


86, series of 2013; or

(2) sign the Contract Agreement; or


Page 35 of 129

d. if the Bidder submits eligibility requirements that contain false


information or falsified documents, or conceals such information, in order
to influence the outcome of the eligibility screening or any other stage of
the bidding; or

e. if the Bidder submits Bids that contain false information or falsified


documents, or conceals such information in the Bids, in order to influence
the outcome of the bidding; or

f. if the Bidder allows the use of its name by another contractor, or uses the
name of another contractor, for purposes of public bidding; or

g. if the Bidder refuses to clarify or validate in writing its Bid during post-
qualification within a period of seven (7) calendar days from receipt of the
request for clarification; or

h. if the Bidder makes any documented unsolicited attempt to unduly


influence the outcome of the bidding in its favor; or

i. if the Bidder commits any other act that tends to defeat the purpose of the
competitive bidding, such as habitually withdrawing from bidding or
submitting letters of non-participation for at least three (3) times within
twelve (12) months, except for valid reasons.

19. Alternative Bids by Bidders


19.1 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. For this purpose, alternative bid is an offer made by a
Bidder in addition or as a substitute to its original bid which may be included as
part of its original bid or submitted separately therewith for purposes of bidding.
A bid with options is considered an alternative bid regardless of whether said bid
proposal is contained in a single envelope or submitted in two (2) or more
separate bid envelopes.

19.2 Each Bidder shall submit only one Bid, either individually or as a partner in a JV.
A Bidder who submits or participates in more than one bid (other than as a
subcontractor if a subcontractor is permitted to participate in more than one bid)
will cause all the proposals with the Bidder’s participation to be disqualified. This
shall be without prejudice to any applicable criminal, civil and administrative
penalties that may be imposed upon the persons and entities concerned.

20. Format and Signing of Bid


20.1 Bidders shall submit their bids through their duly authorized representative using
the appropriate forms provided in Section XI of the SBDs (ANNEX IIA-11) on
or before the deadline specified in the ITB Clause 22 in two (2) separate sealed
bid envelopes, and which shall be submitted simultaneously. The first shall
Page 36 of 129

contain the technical component of the bid as provided in ITB Clause 14.2a, and
the second shall contain the financial component of the bid as provided in ITB
Clause 14.2a.

20.2 Forms as mentioned in ITB Clause 20.1 must be completed without any
alterations to their format, and no substitute form shall be accepted. All blank
spaces shall be filled in with the information requested.

20.3 The Bidder shall submit one original of the Technical Proposal and one original
of the Financial Proposal as described in ITB Clause 20.1 and clearly mark each
as “ORIGINAL - TECHNICAL PROPOSAL” and “ORIGINAL – FINANCIAL
PROPOSAL”. In addition, the Bidder shall submit copies of the Technical
Proposal and the Financial Proposal, and clearly mark them “COPY NO… -
TECHNICAL PROPOSAL” and “COPY NO…. – FINANCIAL PROPOSAL”.
In the event of any discrepancy between the original and the copies, the original
shall prevail.

20.4 The original copy of the Bid as indicated in the BDS shall be typed or written in
indelible ink and shall be signed by the Bidder or a person or persons duly
authorized to bind the Bidder to the contract. Each page of the Bid Form and the
accomplished Bill of Quantities shall be signed by the Bidder or its duly
authorized representative. Failure to do so shall be a ground for the rejection of
the Bid.

20.5 Any interlineations, erasures, alterations or overwriting shall be valid only if they
are signed or initialed by the person signing the Bid.

20.6 Commissions or gratuities are not allowed.

21. Sealing and Marking of Bids


21.1 The Bidder shall enclose the original of the Technical Proposal in one sealed
envelope marked as “ORIGINAL - TECHNICAL PROPOSAL”; whereas, the
original of the Financial Proposal shall be enclosed in another sealed envelope
marked as “ORIGINAL - FINANCIAL PROPOSAL”. Both envelopes shall then
be placed in another single envelope marked as “ORIGINAL BID.”

21.2 Each copy of the Technical Proposal and Financial Proposal, shall be similarly
sealed duly marked as “COPY NO… - TECHNICAL PROPOSAL” and “COPY
NO… – FINANCIAL PROPOSAL” respectively and the outer envelope as
“COPY NO”.

21.3 These envelopes containing the original and the copies shall then be enclosed in
one single envelope that shall:

a. indicate the name of the Contract to be bid;

b. bear the name and address of the Bidder;

c. be addressed to the Procuring Entity in accordance with ITB Clause 7;


Page 37 of 129

d. bear the specific identification of this bidding process indicated in the


BDS; and

e. bear a warning “DO NOT OPEN BEFORE…” the time and date for the
opening of Bids , in accordance with ITB Clause 21.

21.4 If all envelopes are not sealed and marked as required, the Procuring Entity will
assume no responsibility for the misplacement or premature opening of the Bid. If
a Bid is not sealed and marked as required, the bidder or its authorized
representative shall acknowledge the condition of such Bid as submitted;
otherwise the Bid shall be disqualified.

D. Submission and Opening of Bids

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.

23. Late Bids


Any Bid submitted after the deadline for the receipt of Bids prescribed by the Procuring
Entity, pursuant to ITB Clause 18, shall be declared “Late” and shall not be accepted by
the Procuring Entity.

24. Modification and Withdrawal of Bids


24.1 The Bidder may modify its Bid after it has been submitted provided that the
modification is received by the Procuring Entity prior to the deadline prescribed
for the receipt of Bids by the BAC. The Bidder shall not be allowed to retrieve its
original Bid, but shall be allowed to submit another Bid equally sealed, properly
identified, linked to its original bid marked as “TECHNICAL MODIFICATION”
or “FINANCIAL MODIFICATION” and stamped “received” by the BAC. Bid
modifications received after the applicable deadline shall not be considered and
shall be returned to the Bidder unopened.

24.2 A Bidder may, through a Letter of Withdrawal, withdraw its Bid after it has been
submitted, for valid and justifiable Reasons; Provided That the Letter of
Withdrawal is received by the Procuring Entity not later than the deadline
prescribed for the receipt of Bids.

24.3 Bids requested to be withdrawn in accordance with ITB Clause 20.2 shall be
returned unopened to the Bidders. A Bidder may also express its intention not to
participate in the bidding through a letter which should reach and be stamped by
the BAC before the deadline for submission and receipt of Bids. A Bidder that
withdraws its Bid shall not be permitted to submit another Bid, directly or
indirectly, for the same contract.

24.4 No Bid may be modified after the deadline for the receipt of Bids. No Bid may be
withdrawn in the interval between the deadline for the receipt of Bids and the
Page 38 of 129

expiration of the period of Bid validity specified by the Bidder in accordance with
ITB Clause 13.1. Withdrawal of a Bid during this interval may result in the
forfeiture of the Bidder’s Bid Security, pursuant to the ITB Clause 14.5, and the
imposition of administrative, civil and criminal sanctions as prescribed by R.A.
9184 and its IRR.

25. Receipt of Bids under Electronic Bidding


If, as indicated in the BDS, Electronic Bidding is adopted for this procurement pursuant
to GPPB Resolution No. 23-2013, dated 30 July 2013, the following procedure shall be
observed with regard to the submission and receipt of bids:

a. On-line Bidders may submit their eligibility requirements to the Procuring Entity
through the e-bidding facility of PhilGEPS.

b. Joint Ventures

(1) In case of joint venture, each partner of the joint venture must: (i) be
registered in the PhilGEPS, (ii) secure Certified Membership Status, and
(iii) electronically send its respective eligibility documents.

(2) The joint venture partners must identify and designate the Primary and
Secondary Partner(s).

(3) Before the PhilGEPS will accept submissions of Technical and Financial
Proposals from the Primary Partner, there must be a confirmation from the
Secondary Partner(s) as to existence of, or agreement to enter into, a joint
venture.

(4) Upon Confirmation, the Primary Partner shall be required by the


PhilGEPS to upload the Joint Venture Agreement or a duly notarized
statement.

c. With regard to the requirement for a Bid Security as part of the Technical
Proposal under Section 5.6.2a(2) above, the following guidelines shall be
observed:

(2) On-line bidders may submit the Bid Security in cash through the
PhilGEPS electronic payment facility.

(3) In case of other forms of Bid Security, the on-line bidder shall prepare and
submit a scanned copy of the Bid Security together with the electronic bid.
However, the original Bid Security must be submitted to the BAC
concerned before the end of business hours on the day of bid submission, a
failure of which shall automatically render the bid submission as non-
compliant.

(4) If the on-line bidder sends the original Bid security through registered
mail or private courier, the indicated date of receipt by the postal service
Page 39 of 129

or private courier shall be considered as the date of submission to the BAC


concerned, without prejudice to any verifications during post-
qualification.

d. On-line Bidders, or the Primary Partner in the case of Joint Ventures, shall
electronically submit their bids through the Bidder’s On-line Nominee, at any
time before the closing date and time specified in the BDs.

e. The actual time of bid submission of an On-line Bidder shall be the time indicated
on the PhilGEPS Server when the bidder clicks the “Submit” button which shall
be automatically recorded by the PhilGEPS. Upon receipt of a bid, the PhilGEPS
shall automatically generate a bid receipt page that can be printed by the on-line
bidder. This contains the recorded “submission time” which shall be considered as
the Official Submission Time of the bidder.

f. An On-line Bidder may modify its bid at any time before the closing date and
time for the submission and receipt of bids.

g. An On-line Bidder may withdraw its bid before the deadline for the submission
and receipt of bids.

h. The PhilGEPS shall bar all incoming bids after the closing date and time.

26. Eligibility Check

26.1 Unless otherwise indicated in the BDS, after determining the names of the bidders
that submitted bids for the contract at hand, the BAC of the Procuring Entity,
assisted by its BAC Secretariat, shall check if each bidder that submitted bids is
eligible to bid for the contract being procured. This shall be done electronically by
computer using the data and program in the DPWH Civil Works Registry
(CWR).The submission of the Original Receipt (OR) for payment of the BDs for
the contract issued by any DPWH field office is sufficient for the BAC of the
Procuring Entity to undertake the electronic eligibility evaluation of contractors.

26.2 The BAC Secretariat of the Procuring Entity shall enter into the CWR the
Contract Profile (CP) for the contract being procured. The CP will give the basic
contract data, including the ABC, works similar to those of the contract to be bid,
and contract duration.

26.3 In case a bidder is already enrolled in the CWR and submits the Original Receipt
(OR) for payment of the BDs for the contract issued by any DPWH field office,
together with its bid, the BAC Secretariat shall enter into the CWR the PCAB
License Number and/or name of the bidder.

26.4 In case a bidder is not previously enrolled in the CWR and submits its Eligibility
Requirements – i.e., Class “A” and Class “B” Documents under its CCASR - as
part of its bid, together with Original Receipt (OR) for payment of the BDs for the
contract issued by any DPWH field office, the BAC Secretariat shall immediately
Page 40 of 129

encode and enter into the CWR the appropriate data and information – e.g.,
SLCC, NFCC, etc. - from the submitted Documents.

26.5 In both cases, the CWR program will then electronically process and match the
prospective bidder’s capability or eligibility data in the CWR – e.g., value of
Single Largest Completed Contract (SLCC) similar to the contract being procured
and actual NFCC - against the eligibility requirements for the contract derived
from the CP – e.g., SLCC similar to the subject contract and costing at least 50%
of ABC, and NFCC at least equal to ABC. The computer program will thus
automatically determine whether or not the prospective bidder meets the
following eligibility requirements:

a. The cost of the bidder’s SLCC is at least 50% of the ABC of the project to be
procured.

b. The bidder’s NFCC is at least equal to ABC of the project to be procured.

The program will also generate the results of the Eligibility Check, including the
Notices of Ineligibility. The reasons for ineligibility will also be automatically
shown in the Notices of Ineligibility.

26.6 During the bids opening session, the BAC will issue the Notices of Ineligibility to
the bidders concerned. If any of the bidders immediately agrees to their
ineligibility as indicated in the Notices, the BAC shall promptly not consider its
bid and thus return it to the bidder unopened. If, on the other hand, any of the
bidders indicate its intent to seek a reconsideration of its declared ineligibility, the
BAC shall set aside its sealed bid which shall be signed on its cover by the bidder
and other competing bidders and members of the BAC. If, after evaluating the
bidder’s request for reconsideration, the BAC finds the bidder to be eligible for
the contract at hand, the BAC shall set the date and time for the opening of the
bids of the bidders concerned.

26.7 The BAC shall then proceed with the opening and preliminary examination of the
bids of the bidders that are declared eligible.

27. Opening and Preliminary Examination of Bids


27.1 The BAC shall open the Bid envelopes in the presence of Bidders’ representatives
who choose to attend, at the time, on the date, and at the place specified in the
BDS. Bidders’ representatives who are present shall sign a register evidencing
their attendance.

27.2 The BAC shall read out and record letters of withdrawal, and return the unopened
envelopes containing the corresponding withdrawn Bid to the Bidders concerned.
If the withdrawing Bidder’s representative is present, the BAC shall return the
original Bid and all copies thereof to that representative during the Bid opening. If
the representative is absent, the BAC shall return the unopened Bid by registered
mail. The Bidder may withdraw its Bid before the deadline for submission and
Page 41 of 129

receipt of Bids, provided that its letter of withdrawal contains a valid justification
requesting such withdrawal, subject to appropriate administrative sanctions.

27.3 The BAC shall not accept Bids of ineligible Bidders. The BAC shall open the
Bids of eligible Bidders only, in accordance with the following Clauses.

27.4 Outer envelopes marked “TECHNICAL MODIFICATION” or “FINANCIAL


MODIFICATION” shall be identified but not opened. The BAC shall announce
the presence and type of modification from the information contained on the outer
envelope.

27.5 The BAC shall then conduct the Preliminary Examination of the Bids. The
purpose of this examination is solely to determine the “presence-or-absence” of
each of the required documents comprising the bid, as stated in Clause 14 above,
using a simple non-discretionary “pass (if present) – or - fail (if absent)” criterion,
with the aid of checklists.

27.6 The BAC shall first open and undertake the Preliminary Examination of the
envelopes containing the Technical Proposals and modifications, if any, one at a
time, and reading out and recording the following:

a. Name of the Bidder.

b. Whether there is a technical modification or substitution.

c. Presence, amount and validity of the Bid Security.

d. Presence or absence of each document comprising the Technical Proposal


vis-à-vis a checklist of the required documents.

27.7 The BAC of the Procuring Entity shall determine each Bidder’s compliance with
the documents required to be submitted for the Technical Proposal of the Bid, as
prescribed in ITB Clause 10. For this purpose, the BAC shall check the submitted
documents in the Technical Proposal against a checklist (Form DPWH-INFR-
31) of required documents to ascertain if the latter are all present in the
Technical
Proposal. If the required document is present, the Technical Proposal shall be
rated as “passed” for that particular requirement. On the other hand, if the
required document is absent, i.e., missing, incomplete or patently insufficient, the
Technical Proposal shall be rated as “failed” for that particular requirement. In
case one or more of the required documents in the Technical Proposal of a
particular Bid is absent - i.e., missing, incomplete, or patently insufficient - the
BAC shall rate the Technical Proposal as “failed” and immediately return to the
Bidder concerned its second envelope (Financial Proposal) unopened. If all of the
required documents in the Technical Proposal are present, the Technical Proposal
is rated as “passed.”

27.8 Unless otherwise specified in the BDS, on the same day the BAC shall then open
the Financial Proposal (second envelope) of each bidder whose Technical
Proposal was rated as “passed.” The BAC shall check the submitted documents
in the Financial Proposal against a checklist of required documents (Form
Page 42 of 129

DPWH-INFR-32) to ascertain if the latter are all present in the Financial


Proposal. If the required document is present, the Financial Proposal shall be
rated as “passed” for that particular requirement. In case one or more of the
required documents in the Financial Proposal (second envelope) of a particular
Bid is absent - i.e., missing, incomplete or patently insufficient - and/or if the
submitted total bid price exceeds the ABC, the BAC shall rate the Financial
Proposal and, thus, the entire bid, as “failed.” If all of the required documents in
the Financial Proposal are present, the entire bid is rated as “passed.” Bids that
are so rated as “passed” shall immediately be considered for detailed evaluation of
the Bids.

27.9 The BAC shall prepare the minutes of the proceedings of the Bid opening that
shall include, as a minimum: (a) the Abstract of Bids as Read including the name
of each Bidder, its Bid prices, Bid Security, and findings of the Preliminary
Examination of Bids; and (b) the attendance sheet. The BAC members shall sign
the Abstract of Bids as Read and the BAC Observers may witness the same. A
copy of the Abstract of Bids as Read shall be made available to all interested
Bidders. The minutes of the proceedings of the Bid opening shall be available to
the public upon written request and payment of a specified fee to cover the cost of
materials.

28 Opening and Preliminary Examination under Electronic Bidding


If, as indicated in the BDS, Electronic Bidding is adopted for this procurement pursuant
to GPPB Resolution No. 23-2013, dated 30 July 2013, the following procedure shall be
observed with regard to the opening and preliminary examination:

a. Upon receipt of manually-filed bids, the Bid Opener, before the Bid Opening, but
immediately after the deadline for submission of bids, shall record and input into
the PhilGEPS E-bidding module the date and time each of the bid was manually
received, including the name of the bidder’s authorized representative.

b. The BAC shall open the bids immediately after the deadline for submission and
receipt of bids, and on the bid opening date.

c. Before the decryption of electronic bids, the Bid Opener must first login to the
PhilGEPS and only then can BAC members input their respective USER IDs and
PASSWORDS, provided however, that PhilGEPS decryption will not take place
unless all the members present and logging in constitute quorum.

d. The Bid Opener shall publicly open the first bid envelopes of bidders who
submitted bids manually to determine each bidder’s compliance with the
documents required to be submitted for eligibility, that is, legal, technical and
financial eligibility documents; and for the technical requirements. For this
purpose, the BAC shall check the submitted documents of each bidder against a
checklist of required documents to ascertain if they are all present, using a non-
discretionary “pass/fail” criterion. If a bidder submits the required document, it
shall be rated “passed” for that particular requirement. In this regard, bids that fail
to include any requirement or are incomplete or patently insufficient shall be
Page 43 of 129

considered as “failed”. Otherwise, the BAC shall rate the bidder “passed” in
relation to the eligibility and technical documents in the first envelope.

e. After all the manually submitted first envelopes of bidders were opened, and the
results and findings were encoded in the PhilGEPS Preliminary Examination
Report facility, the Bid Opener shall thereafter proceed to decrypt the electronic
First Bid Envelopes submitted by the On-line Bidders to determine each bidder’s
compliance with the required eligibility and technical documents following the
steps and procedures outlined in Section 5.6.9d above. Thereafter, the Bid Opener
shall input the findings and results into the PhilGEPS’ Preliminary Examination
Report facility.

f. Immediately after determining compliance with the requirements in the first


envelope, the Bid Opener shall forthwith open the manually submitted second bid
envelope of each eligible bidder whose first bid envelope was rated “passed.” The
second envelope of each complying bidder shall be opened within the same day.

g. After all the manually submitted second envelopes of bidders were opened, and
the results and findings were encoded in the PhilGEPS Preliminary Examination
Report facility, the Bid Opener shall thereafter proceed to decrypt the electronic
Second Bid Envelopes of each On-line Bidders whose electronic first bid
envelope was rated “passed” to determine each bidder’s compliance with the
required financial documents following the steps and procedures outlined in
Section 5.6.9f above.

h. In case one or more of the requirements in the second envelope of a particular bid
is missing, incomplete or patently insufficient, and/or if the submitted total bid
price exceeds the ABC, the BAC shall rate the bid concerned as “failed”. The Bid
Opener shall then input the findings and results into the PhilGEPS’ Preliminary
Examination Report facility.

i. Only bids that are determined to contain all the bid requirements for both
components shall be rated “passed” and shall immediately be considered for
evaluation and comparison.

j. The PhilGEPS shall automatically send an electronic mail to all bidders who
failed in the preliminary examination of the first and/or second envelope.

E. Evaluation and Comparison of Bids

29 Process to be Confidential
Members of the BAC, its staff and personnel, Secretariat and TWG, as well as observers,
are prohibited from making or accepting any kind of communication with any bidder
regarding the evaluation of any of the bids until the issuance of the Notice of Award.
Page 44 of 129

30. Clarification of Bids


To assist in the evaluation, comparison and post-qualification of the bids, the Procuring
Entity may ask in writing any Bidder for a clarification of its bid. All responses to
requests for clarification shall be in writing. Any clarification submitted by a Bidder in
respect to its bid and that is not in response to a request by the Procuring Entity shall not
be considered.

31. Detailed Evaluation and Comparison of Bids


a. The Procuring Entity shall evaluate and compare, in detail, only the Bids that are
rated as “complying” (“passed”) for both Technical and Financial Proposals
pursuant to ITB Clause 26.

b. In evaluating the Bids to get the Lowest Calculated Bid, the Procuring Entity shall
undertake the following:

c. The detailed evaluation of the Financial Proposals of the Bids, to establish the
correct calculated prices of the Bids.

d. The ranking of the total bid prices as so calculated from the lowest to highest. The
Bid with the lowest price in the ranking shall be identified as the Lowest
Calculated Bid.

e. To determine the Lowest Calculated Bid, the BAC shall use non-discretionary
“pass/fail” criteria, as stated in the IB, which shall include a consideration of the
following:

(1) Completeness of the bid. Unless the ITB specifically allows partial bids,
bids not addressing or providing all of the required items in the BDs,
including the BOQ, shall be considered as non-responsive and, thus,
automatically disqualified. In this regard, where a required item is
provided, but no price is indicated, the same shall be considered as non-
responsive, but specifying a “0” (zero) or a dash (“-”) for the said item
would mean that it is being offered for free to the Government, except
those required by law or regulations to be provided for (IRR Section
32.2.1a); and

(2) Arithmetical corrections. The BAC shall consider computational errors,


omissions and discounts if allowed in the BDs to enable proper
comparison of all eligible bids. It may also consider bid modifications if
expressly allowed in the BDS. Any adjustment shall be calculated in
monetary terms to determine the calculated prices.

In case a bid offers a discount on the total bid price, the percentage of the
discount to the total bid price shall be applied to all pay items for purposes
of evaluating the value of work accomplished during the implementation
stage.
Page 45 of 129

(3) Evaluation on equal footing. The BAC shall evaluate all bids on an equal
footing to ensure fair and competitive bid comparison. For this purpose, all
bidders shall be required to include the cost of all taxes, such as, but not
limited to, value added tax (VAT), income tax, local taxes, and other fiscal
levies and duties which shall be itemized in the Bid Form and reflected in
the detailed estimates. Such bids, including said taxes, shall be the basis for
bid evaluation and comparison.

(5) Rule on discrepancies. In case of discrepancies between: (a) bid prices in


figures and in words, the latter shall prevail; (b) total price per item and unit
price for the item as extended or multiplied by the quantity of that item, the
latter shall prevail; (c) stated total price and the actual sum of prices of
component items, the latter shall prevail; (d) unit cost in the detailed
estimate and unit cost in the BOQ, the latter shall prevail. The corrected per
item cost for all items shall be the basis for the corrected grand total cost.

(6) Total calculated bid prices. The total calculated bid prices are obtained after
making the detailed evaluation and corrections according to the
abovementioned criteria.

f. The Procuring Entity’s evaluation of bids shall only be based on the bid price quoted
in the Financial Bid Form.

g. In case of discrepancies between:

(1) bid prices in figures and in words, or

(2) total bid prices per pay item and unit prices applied to the quantities per
pay item, or

(3) stated total Bid price and the actual sum of prices of component items, or

(4) unit prices in the detailed estimate and unit bid prices in the Bill of
Quantities,

the latter in each of the above cases shall prevail, and the total Bid amount shall
be corrected accordingly.

h. Based on the detailed evaluation of the bids, those that comply with the
abovementioned requirements shall be ranked in the ascending order of their total
calculated bid prices, as evaluated and corrected for computational errors,
discounts and other modifications, in accordance with the provisions of this ITB
Clause. This will identify the Lowest Calculated Bid. Total calculated bid prices,
as evaluated and corrected for computational errors, discounts and other
modifications, which exceed the ABC shall not be considered, unless otherwise
indicated in BDS 14.3a.

i. The provision in this Clause 31-i is not to be considered in the evaluation of the bids
to determine the technically complying bid or the lowest calculated bid, but shall be
Page 46 of 129

applied by the Procuring Entity during the implementation of the contract,


particularly in making contract payments:

(1) During the evaluation of the bids, the BAC shall take note of any
unbalanced bids on early works and other items for unit-priced contracts.

(2) Unbalanced bids are defined as those where the total bid price for a major
pay item is more than fifty percent (50%) of the corresponding cost of that
pay item in the ABC. A major pay item is defined as that whose cost in the
ABC is 20% or more of the total ABC; if there is no such pay item, then
major pay items are defined as the two pay items in the ABC with the
highest total costs.

(3) Unbalanced bids also include those with a minor pay item whose cost in the
ABC is more than five percent (5%) of the total ABC and where the
corresponding bid price for that pay item is more than one hundred percent
(100%) of the ABC for that item.

(4) For unbalanced bids, during the implementation of the contract works, the
payment for these major and minor pay items shall be made initially at the
unit prices in the ABC, and the remainder - i.e., contract unit price minus
ABC unit price for the major pay item - shall be paid when the work under
the major pay item is completed.

32. Procedure for Detailed Evaluation of Bids under Electronic Bidding


In case Electronic Bidding is adopted pursuant to GPPB Resolution No. 23-2013, dated
30 July 2013, the Procuring Entity shall apply the manual procedure for the detailed
evaluation of bids prescribed under Section 31 of the ITB. In addition, the procuring
Entity shall observe the following guidelines:

a. After conducting the detailed evaluation of all bids using non-discretionary


criterion, the Bid Opener shall input and record the results of the evaluation into
the PhilGEPS’ Evaluation Summary Report facility.

b. The PhilGEPS shall automatically rank the bidders in ascending order based on
their total calculated bid prices to identify the LCB as evaluated and corrected for
computational errors, and other bid modifications. Total calculated bid prices, as
evaluated and corrected for computational errors, and other bid modifications,
which exceed the ABC shall be disqualified. After all bids have been received,
opened, examined, evaluated, and ranked, the system shall thereafter generate the
Abstract of Bids in the form of PhilGEPS Evaluation Summary Report.

c. The BAC shall manually prepare a Resolution whether approving or denying the
Abstract of Bids generated by the system. However, after the BAC Resolution
approving the Abstract of Bids is uploaded in the PhilGEPS, an electronic
message shall be automatically sent to all bidders who participated informing
them that the Abstract of Bids is available for downloading.
Page 47 of 129

33. Post-Qualification of the Lowest Calculated Bid


a. The Procuring Entity shall conduct a Post-Qualification of the Bidder that is
evaluated to have the Lowest Calculated Bid (LCB) to determine definitely if it
complies with and is responsive to all requirements and conditions for eligibility
and of the Bidding for the contract specified in ITB Clauses 5 and 14.

b. Within five (5) calendar days from receipt by the Bidder of the notice from the
BAC that it submitted the LCB, the Bidder shall submit the following post-
qualification documentary requirements (IRR Section 34.2):

(1) Latest income and business tax returns.

(2) Other appropriate licenses and permits required by law and stated in the BDs.

Failure of the Bidder declared as LCB to duly submit the requirements under this
Clause or a finding against the veracity of such, shall be ground for forfeiture of
the bid security and disqualification of the Bidder for award.

c. The determination shall use non-discretionary “pass/fail” criteria and be based


upon examination, verification, and validation of the documentary evidence of the
Bidder’s eligibility/qualifications submitted by the Bidder in the Contractor’s
Confidential Application Statement for Registration (CCASR) in accordance with
Section II: Eligibility Requirements, and in the Technical and Financial Proposals
in accordance with ITB Clause 10. The Procuring Entity shall use the post-
qualification criteria indicated in Form DPWH INFR-37.

d. If the BAC determines that the Bidder with the LCB passes all the criteria for
Post-Qualification, it shall declare the said bid as the Lowest Calculated
Responsive Bid, (LCRB) and recommend to the HoPE the award of contract to
the said Bidder at its submitted price or its calculated bid price, whichever is
lower.

e. If the BAC determines that the Bidder with the LCB fails the criteria for Post-
Qualification, it shall proceed to the next LCB to make a similar determination of
that Bidder’s capabilities. If the second Bidder, however, fails the Post-
Qualification, the procedure for Post-Qualification shall be repeated for the
Bidder with the next LCB, and so on until the LCRB is determined for contract
award.

34. Post-Qualification under Electronic Bidding


If, as indicated in the BDS, Electronic Bidding is adopted for this procurement pursuant
to GPPB Resolution No. 23-2013, dated 30 July 2013, the Procuring Entity shall observe
the following procedure with regard to the post-qualification:

a. Within one (1) day after the approval of the Abstract of Bids, the bidder with the
Lowest Calculated Bid (LCB) should be notified through electronic mail that the
bidder shall undergo post-qualification and submit the post-qualification
Page 48 of 129

requirements within five (5) calendar days as provided for under Section 34.2 of
RA 9184-IRR.

b. If the BAC determines that the bidder with the LCB passes all the criteria for
post-qualification, it shall declare the said bid as the Lowest Calculated
Responsive Bid (LCRB), and recommend to the HoPE the award of contract to
the said bidder at its submitted bid price or its calculated bid price, whichever is
lower or, in the case of quality-based evaluation procedure, submitted bid price or
its negotiated price, whichever is lower.

c. If, however, the BAC determines that the bidder with the LCB fails the criteria for
post-qualification, it shall immediately notify the said bidder electronically in
writing of its post-disqualification and the grounds for it.

d. Immediately after the BAC has electronically notified the first bidder of its post-
disqualification, and notwithstanding any pending request for reconsideration
thereof, the BAC shall initiate and complete the same post-qualification process
on the bidder with the second LCB. If the second bidder passes the post-
qualification, and provided that the request for reconsideration of the first bidder
has been denied, the second bidder shall be post-qualified as the bidder with the
LCRB.

e. If the second bidder, however, fails the post-qualification, the procedure for post-
qualification shall be repeated for the bidder with the next LCB, and so on until
the LCRB, as the case may be, is determined for award, subject to Section 37 of
the IRR.

f. The post-qualification process shall be completed in not more than twelve (12)
calendar days from the determination of the LCB. In exceptional cases, the post-
qualification period may be extended by the HoPE, but in no case shall the
aggregate period exceed forty five (45) calendar days.

g. The BAC or its Bid Opener shall record and encode the post-qualification results
of manually submitted documents in the PhilGEPS. For electronic documents
submitted online, the BAC or its Bid Opener shall decrypt the documents and the
results recorded automatically.

h. After recording the post-qualification summary and uploading the BAC resolution
declaring the bidder with the LCRB in the PhilGEPS, an electronic message shall
be automatically sent to all bidders who participated informing them that the
Notice of LCRB is available for downloading.

35. Right of Procuring Entity to Reject Bids


35.1 Notwithstanding the eligibility or post-qualification of a Bidder, the Procuring
Entity concerned reserves the right to review the qualifications of the Bidder at
any stage of the procurement process if the Entity has reasonable grounds to
believe that the Bidder has made a misrepresentation, or that there has been a
change in the Bidder’s capability to undertake the contract from the time it
Page 49 of 129

submitted its eligibility requirements. Should such review uncover any


misrepresentation made in the eligibility and bidding requirements, statements or
documents, or any changes in the situation of the Bidder which will affect its
capability to undertake the contract so that it fails the preset eligibility or bid
evaluation criteria, the Procuring Entity shall consider the said Bidder as
ineligible and shall disqualify it from submitting a bid or from obtaining an award
for the contract.

35.2 The Procuring Entity reserves the right to reject any and all bids, declare a failure
of bidding, or not award the contract in the following situations, without incurring
any liability to the affected bidders:

a. If there is prima facie evidence of collusion among appropriate public


officers or employees of the Procuring Entity, or between the BAC and
any of the bidders, or among the bidders themselves, or between a bidder
and a third party, including any act which restricts, suppresses or nullifies
or tends to restrict, suppress or nullify competition.

b. If the BAC is found to have failed in following the prescribed bidding


procedures.

c. For any justifiable and reasonable ground where the award of the contract
will not redound to the benefit of the Government as follows:

(1) if the physical and economic conditions have significantly changed so


as to render the contract works no longer economically, financially or
technically feasible as determined by the HoPE;

(2) if the contract works are no longer necessary as determined by the


HoPE; or

(3) if the funds for the contract have been cancelled, withheld or reduced
through no fault of the Procuring Entity.

35.3 In addition, the Procuring Entity may likewise declare a failure of bidding,
without incurring any liability to the affected bidders, when:

a. no bids are received;

b. all prospective bidders are declared ineligible;

c. all bids fail to comply with all the bid requirements or fail post-
qualification; or

d. the bidder with the LCRB refuses, without justifiable cause to accept the
award of contract, and no award is made.
Page 50 of 129

F. Award of Contract
36. Award Criterion
The Procuring Entity shall award the contract to the winning Bidder whose Bid has been
determined, after the evaluation of bids and Post-Qualification, as the LCRB, at its submitted bid
price or its calculated bid price, whichever is lower (IRR Section 34.4).

37. Notice of Award


37.1 Prior to the expiration of the Bid validity period, the Procuring Entity shall issue a
written Notice of Award (NOA) to the Bidder with the LCRB to be received by
the Bidder personally, by registered mail, or electronically, receipt of which must
be confirmed in writing within two (2) days by the Bidder with the LCRB and
submitted personally or sent by registered mail or electronically to the Procuring
Entity.

37.2 The NOA shall state the proposed contract price – i.e., whichever is lower of the
submitted bid price or calculated bid price - together with the documentary
requirements to be submitted by the Bidder to perfect the contract.

37.3 Notwithstanding the issuance of the NOA, award of contract shall be subject to
the following conditions:

a. Submission by the bidder with the LCRB of the following documents


within ten (10) from the bidder’s receipt of the NOA, as conditions for
signing the contract:

(1) Notice of Award (NOA) with the bidder’s signed “conforme” (Use
Form DPWH-INFR-41)

(2) Authority of Signing Official/Board Resolution/Secretary’s


Certificate

(3) For a joint venture (JV), Contractor’s PCAB Special JV License and
JV Agreement.

(4) Performance Security in accordance with Section 3.9.2.2 of the


DPWH Procurement Manual Volume II (Use Form DPWH-INFR-
43 or DPWH-INFR-44, as applicable).

(5) Construction Methods (Use Form DPWH-INFR-45)

(6) Construction Schedule in the form of PERT/CPM Diagram or


Precedence Diagram and Bar Chart with S-Curve, or other approved
tools of project scheduling, and Cash Flow (Use Form DPWH-
INFR-46).

(7) Manpower Schedule (Use Form DPWH-INFR-47).


Page 51 of 129

(8) Equipment Utilization Schedule (Use Form DPWH-INFR-48).

(9) Construction Safety and Health Program (Use Form DPWH-INFR-


49).

(10) Contractor’s All-Risk Insurance (CARI)

(11) Latest Income Tax and Business Returns duly stamped and received
by BIR and duly validated with the tax payments made. Tax
Clearance from the BIR to prove full and timely payment of taxes.

(12) For a local contractor, Certification under oath stating that the
Contractor is free and clean of all tax liabilities.

(13) For a foreign bidder, valid PCAB License and Registration for the
type and cost of the contract to be bid, when the Treaty or
International or Executive Agreement expressly allows submission
of the PCAB License and Registration for the type and cost of the
contract to be bid as a pre-condition to the NOA.

(14) Integrity Pledge in accordance with Department Order No. 86, series
of 2013.

b. Signing of the contract as provided in ITB Clause 36.

c. Approval of the contract as provided in ITB Clause 36.

38 Performance Security
38.1 Within a maximum period of ten (10) calendar days upon receipt of the NOA
from the Procuring Entity, and in no case later than the signing of the contract by
the winning Bidder and the Procuring Entity, the winning Bidder shall furnish to
the Procuring Entity, the required Performance Security in an amount equal to the
percentage of the total contract price in accordance with the following schedule
and with the conditions specified in GCC Clause 7:
Form Amount
(1) Cash or cashier’s/manager’s check issued by a 10% of contract price
Universal or Commercial Bank
(2) Bank draft/guarantee or irrevocable letter of 10% of contract price
credit
issued by a Universal or Commercial Bank; provided
that it shall be confirmed or authenticated by a Universal
or Commercial Bank if issued by a foreign bank (Use
Form
(3) DPWH-INFR-42)
Surety bond callable upon demand issued by a 30% of contract price
surety or insurance company duly certified by the
Insurance Commission as authorized to issue such
security (Use Form DPWH-INFR-43)
(4) Any combination of the foregoing. Proportionate to share of
form with respect to total
amount of security
Page 53 of 129

38.2 Failure of the winning Bidder to comply with the requirements of ITBClause34
shall constitute sufficient grounds for cancellation of the award and forfeiture of
its Bid Security. In this event, the Procuring Entity shall initiate and complete the
post-qualification of the second Lowest Calculated Bid. The procedure shall be
repeated until the Lowest Calculated and Responsive Bid is identified and
selected for contract award. However, if no Bidder passed post-qualification, the
BAC shall declare the bidding a failure and conduct a re-bidding with re-
advertisement.

39 Documents Comprising the Contract


39.1 The Contract shall consist of the following:

a. Contract Agreement (Use Form DPWH-INFR-50)

b. Documents forming part of the Contract Agreement in the following order


of priority:

(1) Notice of Award (NOA) with the Contractor’s signed “conforme”

(2) Contractor’s Bid in the Form of Bid, including its Technical and
Financial Proposals, as calculated by the Procuring Entity and
conformed by the Contractor through the NOA

(3) Bidding Documents (other than b(4) to b(7) below) with Bulletins

(4) Specifications

(5) Drawings

(6) Special Conditions of Contract (SCC)

(7) General Conditions of Contract (GCC)

(8) Performance Security

(9) Integrity Pledge under Department Order No. 86, series of 2013

c. Other Documents

(1) Construction Methods

1. (2) Construction Schedule in the form of PERT/CPM Diagram or Scope of Bid

The Procuring Entity, [indicate name] invites Bids for the [insert Procurement Project], with Project
Identification Number [indicate number].

[Note: The Project Identification Number is assigned by the Procuring Entity based on its own coding
scheme and is not the same as the PhilGEPS reference number, which is generated after the posting of
the bid opportunity on the PhilGEPS website.]

The Procurement Project (referred to herein as “Project”) is for the construction of Works, as
described in Section VI (Specifications).

2. Funding Information
Page 53 of 129

2.1. The GOP through the source of funding as indicated below for [indicate funding year] in the
amount of [indicate amount].

2.2. The source of funding is:

[If an early procurement activity, select one and delete others:]

a. NGA, the National Expenditure Program.

b. GOCC and GFIs, the proposed Corporate Operating Budget.

c. LGUs, the proposed Local Expenditure Program.

[If not an early procurement activity, select one and delete others:]

a. NGA, the General Appropriations Act or Special Appropriations.

b. GOCC and GFIs, the Corporate Operating Budget.

c. LGUs, the Annual or Supplemental Budget, as approved by the Sanggunian.

3. Bidding Requirements

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

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

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

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

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

5. Eligible Bidders

a. Only Bids of Bidders found to be legally, technically, and financially capable will be evaluated.

b. 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.
Page 53 of 129

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.

c. 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.

d. 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

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

The Procuring Entity has prescribed that:


[Select one, delete other/s]

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


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

b. Subcontracting is not allowed.

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

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

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

8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified date and time and
either at its physical address {[insert if applicable] and/or through videoconferencing/webcasting} as
indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents

Prospective bidders may request for clarification on and/or interpretation of any part of the Bidding
Documents. Such requests must be in writing and received by the Procuring Entity, either at its given
Page 53 of 129

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.

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


Page 53 of 129

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

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

[Select one, delete other/s]

a. Philippine Pesos.

b. [indicate currency if procurement involves a foreign-denominated bid as allowed by the


Procuring Entity, which shall be tradeable or acceptable by the BSP.]

15. Bid Security

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

15.2. The Bid and bid security shall be valid until [indicate date]. Any bid not accompanied by an
acceptable bid security shall be rejected by the Procuring Entity as non-responsive.

16. Sealing and Marking of Bids

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

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

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

17. Deadline for Submission of Bids

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

18. Opening and Preliminary Examination of Bids

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

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

18.2. The preliminary examination of Bids shall be governed by Section 30 of the 2016 revised IRR
of RA No. 9184.
Page 53 of 129

19. Detailed Evaluation and Comparison of Bids

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

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

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

20. Post Qualification

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

21. Signing of the Contract

The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall form part of the
Contract. Additional Contract documents are indicated in the BDS.
Page 54 of 129

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.
Page 57 of 129

STANDARD FORMAT
BID DATA SHEET
ITB Clause
5.2 (1) The following are the “Major Categories of Works” involved in the
contract to be bid:

a. FCSPS – Flood Control: Construction – Slope Protection using


Structural Measures (e.g. Revetment, Retaining structures, Wirenet)

(2) The following are the “Similar Categories of Works” that shall be
considered in the evaluation of the work experience required for the
contract to be bid:

b. RCSPS – Roads: Construction – Slope Protection using Structural


Measures (e.g. Revetment, Retaining structures, Wirenet)
c. FHR – Flood Control: Hydraulics – River Control
d. PHC – Ports/Harbors: Causeway
e. FHD – Flood Control: Hydraulics - Dam

(3) The following “Qualifiers” shall be applied to this contract:


e. N/A
7.1 State either “Subcontracting is not allowed.” or “Subcontracting is allowed.”
specify the portions of Works and the maximum percentage allowed to be
subcontracted.
NOTE: The contractor shall undertake not less than 50% of the contracted
works with its own resources. Subcontracting is allowed subject to the DPWH
evaluation and approval.
10.3 [Specify if another Contractor license or permit is required “No further instructions.”]

10.4 The key personnel must meet the required minimum years of experience set
below:
Key Personnel Min. Years of Similar Min. Years of Total
Experience Work Experience
(Same Position) (Same Position)
Project Manager 3 5
Project Engineer 3 5

Material Engineer 3 5
Foreman 3 5

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 Department of Labor and Employment (DOLE).
Page 57 of 129

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

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

Description Capacity Required


Units
Backhoe (0.80 m3) 0.80 m3 1
Backhoe w/ breaker (0.80 m3) 0.80 m3 1
Dumptruck (12 yd3) 12 yd3 2
One Bagger Mixer 10 MT 1
Water Truck (1000 gal.) 1000 gal. 1
Backhoe (Wheel Type 0.28 cu.m) 0.28 cu.m. 1
Motorized Road Grader (135 HP) 135 HP 1
Vibratory Roller (10 MT) 10 MT 1
Water Struck/Pump(16000 L) 16000 L 1

2) Laboratory Required No.


Minimum
Equipment of Units Capacity/Unit

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
Contracts with the DPWH.

12.0 Insert value engineering clause if allowed, otherwise state “No further
instructions.”

15.1 The bid security shall be in the form of a Bid Securing Declaration or any of
the following forms and amounts:
1. The amount of not less than P 40,000.00 (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 P 100,000.00 (5% of ABC), if bid security is
in Surety Bond.

19.2 Partial bid is not allowed. The infrastructure project is packaged in a single lot
and the lot shall not be divided into sub-lots for the purpose of bidding,
evaluation, and contract award.
20 Environmental Compliance Certificate, Certification that the project site is not
within a geohazard zone
20.4 The Bidder shall submit (1) original and (2) copies of the first (Technical) and
second (Financial) components of its bid.
Page 57 of 129

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).
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 Conference Room, 2nd
Floor DPWH-Cebu 4th DEO, Poblacion, Dalaguete, Cebu.
The deadline for receipt of Bids is on July 5, 2021.
For bids to be submitted electronically/online, the following procedures
should be observed following D.O. 87 -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 [Insert dedicated e-mail address]. 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
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;
Page 57 of 129

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 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.
Page 57 of 129

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
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_cebu4@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_cebu4@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 format with filename “<PCAB ID>_<CONTRACT
ID>_BidWithdrawal.pdf” shall be attached. This e-mail should be sent
to electronicbids_cebu4@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)
Page 57 of 129

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 Tel.
No. (032) 484-8170 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
(Procurement Unit Messenger Account).
If the bidder chooses to attend the bid opening through online
conference, the bidder should join the meeting using the following link
[Insert link].
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 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”.

25 Electronic Bidding in accordance with GPPB Resolution No. 23-2013 will not
be adopted for the Receipt of Bids in this procurement.
Page 57 of 129

27.1 The place of opening of Bids is Conference Room, 2 nd Floor, DPWH-Cebu 4th
District Engineering Office-Poblacion, Dalaguete, Cebu.

The date and time of opening of Bids is July 5, 2021 @ 1:30 P.M.
29 Electronic Bidding in accordance with GPPB Resolution No. 23-2013 will not
be adopted for Bids Opening and Preliminary Examination in this
procurement.

35 Electronic Bidding in accordance with GPPB Resolution No. 23-2013 will not
be adopted for Post-Qualification in this procurement.
Page 94 of 129

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.
Page 94 of 129

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.

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).

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.

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.
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
Page 94 of 129

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.

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.

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.

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.

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.

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.

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.
Page 94 of 129

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.

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.

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.

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.
Page 95 of 129

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.
Page 96 of 129

STANDARD FORMAT
SPECIAL CONDITIONS OF CONTRACT
GCC Clause
2.0 The Intended Completion Date is Thirty (30) Calendar Days

4.1 The Start Date is effective upon the date of the Contractor’s date of receipt
of Notice to Proceed.
6 The Site Investigation Reports are: NONE

7.2 [In case of semi-permanent structures, such as buildings of types 1, 2, and 3 as


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

10
No dayworks are applicable to the contract.
11.1 The Contractor shall submit the Program of Work to the Procuring Entity’s
Representative within ten (10) days of delivery of the Notice of Award.

11.2 The amount to be withheld for late submission of an updated Program of Work
is 1% of the Contract Amount.

13 The amount of the advance payment is 15% of the Contract Amount

14 Materials and equipment delivered on the site but not completely put in place
shall be included for payment.
15.1 The date by which operating and maintenance manuals are required is [date].

The date by which “as built” drawings are required is upon completion of the
project

15.2 The amount to be withheld for failing to supply the As-Built Drawings and/or
Operating and Maintenance Manuals by the date required is [Insert amount in
Pesos equal to 10% of the Contract Price].
Section VIII. Specifications
1.

Notes on Specifications
A set of precise and clear specifications is a prerequisite for Bidders to respond realistically and
competitively to the requirements of the Procuring Entity without qualifying or conditioning their
Bids. In the context of international competitive bidding, the specifications must be drafted to
permit the widest possible competition and, at the same time, present a clear statement of the
required standards of workmanship, materials, and performance of the goods and services to be
procured. Only if this is done will the objectives of economy, efficiency, and fairness in
procurement be realized, responsiveness of Bids be ensured, and the subsequent task of bid
evaluation facilitated. The specifications should require that all goods and materials to be
incorporated in the Works be new, unused, of the most recent or current models, and incorporate
all recent improvements in design and materials unless provided otherwise in the Contract.

Samples of specifications from previous similar projects are useful in this respect. The use of
metric units is mandatory. Most specifications are normally written specially by the Procuring
Entity or its representative to suit the Works at hand. There is no standard set of Specifications
for universal application in all sectors in all regions, but there are established principles and
practices, which are reflected in these PBDs.

There are considerable advantages in standardizing General Specifications for repetitive Works in
recognized public sectors, such as highways, ports, railways, urban housing, irrigation, and water
supply, in the same country or region where similar conditions prevail. The General Specifications
should cover all classes of workmanship, materials, and equipment commonly involved in
construction, although not necessarily to be used in a particular Works Contract. Deletions or
addenda should then adapt the General Specifications to the particular Works.

Care must be taken in drafting specifications to ensure that they are not restrictive. In the
specification of standards for goods, materials, and workmanship, recognized international
standards should be used as much as possible. Where other particular standards are used,
whether national standards or other standards, the specifications should state that goods,
materials, and workmanship that meet other authoritative standards, and which ensure
substantially equal or higher quality than the standards mentioned, will also be acceptable. The
following clause may be inserted in the SCC.

Sample Clause: Equivalency of Standards and Codes

Wherever reference is made in the Contract to specific standards and codes to be met by the
goods and materials to be furnished, and work performed or tested, the provisions of the latest
current edition or revision of the relevant standards and codes in effect shall apply, unless
otherwise expressly stated in the Contract. Where such standards and codes are national, or
relate to a particular country or region, other authoritative standards that ensure a substantially
equal or higher quality than the standards and codes specified will be accepted subject to the
Procuring Entity’s Representative’s prior review and written consent. Differences between the
standards specified and the proposed alternative standards shall be fully described in writing by
the Contractor and submitted to the Procuring Entity’s Representative at least twenty-eight (28)
days prior to the date when the Contractor desires the Procuring Entity’s Representative’s
consent. In the event the Procuring Entity’s Representative determines that such proposed
deviations do not ensure substantially equal or higher quality, the Contractor shall comply with
the standards specified in the documents.

These notes are intended only as information for the Procuring Entity or the person drafting the
Bidding Documents. They should not be included in the final Bidding Documents.
Section VII. Drawings

Please refer to blueprinted plans


Page 100 of 129

Section VIII. Bill of Quantities

Notes on the Bill of Quantities


Objectives

The objectives of the Bill of Quantities are:

a. to provide sufficient information on the quantities of Works to be performed to enable Bids


to be prepared efficiently and accurately; and

b. when a Contract has been entered into, to provide a priced Bill of Quantities for use in the
periodic valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient
detail to distinguish between the different classes of Works, or between Works of the same nature
carried out in different locations or in other circumstances which may give rise to different
considerations of cost. Consistent with these requirements, the layout and content of the Bill of
Quantities should be as simple and brief as possible.

Daywork Schedule

A Daywork Schedule should be included only if the probability of unforeseen work, outside the items
included in the Bill of Quantities, is high. To facilitate checking by the Entity of the realism of rates
quoted by the Bidders, the Daywork Schedule should normally comprise the following:

a. A list of the various classes of labor, materials, and Constructional Plant for which basic
daywork rates or prices are to be inserted by the Bidder, together with a statement of the
conditions under which the Contractor will be paid for work executed on a daywork basis.

b. Nominal quantities for each item of Daywork, to be priced by each Bidder at Daywork rates
as Bid. The rate to be entered by the Bidder against each basic Daywork item should include
the Contractor’s profit, overheads, supervision, and other charges.

Provisional Sums

A general provision for physical contingencies (quantity overruns) may be made by including a
provisional sum in the Summary Bill of Quantities. Similarly, a contingency allowance for possible
price increases should be provided as a provisional sum in the Summary Bill of Quantities. The
inclusion of such provisional sums often facilitates budgetary approval by avoiding the need to
request periodic supplementary approvals as the future need arises. Where such provisional sums
or contingency allowances are used, the SCC should state the manner in which they will be used, and
under whose authority (usually the Procuring Entity’s Representative’s).
Page 101 of 129

The estimated cost of specialized work to be carried out, or of special goods to be supplied, by other
contractors should be indicated in the relevant part of the Bill of Quantities as a particular
provisional sum with an appropriate brief description. A separate procurement procedure is
normally carried out by the Procuring Entity to select such specialized contractors. To provide an
element of competition among the Bidders in respect of any facilities, amenities, attendance, etc., to
be provided by the successful Bidder as prime Contractor for the use and convenience of the
specialist contractors, each related provisional sum should be followed by an item in the Bill of
Quantities inviting the Bidder to quote a sum for such amenities, facilities, attendance, etc.

Signature Box

A signature box shall be added at the bottom of each page of the Bill of Quantities where the
authorized representative of the Bidder shall affix his signature. Failure of the authorized
representative to sign each and every page of the Bill of Quantities shall be a cause for rejection of
his bid.

These Notes for Preparing a Bill of Quantities are intended only as information for the Procuring
Entity or the person drafting the Bidding Documents. They should not be included in the final
documents.
Page 102 of 129

Contract ID : 21HG0178
Contract Name : Repair/Maint. of Slope Protection along Santander-Barili-Toledo Road, K0158+950,
Ginatilan, Cebu

Location of the Contract : Ginatilan, Cebu

BILL OF QUANTITIES

SUMMARY

Part No. Part Description Total Amount


(Pesos)
PART B OTHER GENERAL REQUIREMENTS
PART C EARTHWORKS
PART G DRAINAGE AND SLOPE PROTECTION STRUCTURES
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 ____________________________________________

DPWH-INFR-18-2016 Page 1 of 1
Contract ID : 21HG0178
Contract Name : Repair/Maint. of Slope Protection along Santander-Barili-Toledo Road, K0158+950,
Ginatilan, Cebu

Location of the Contract : Ginatilan, Cebu

Part No. Part B Part Description: Other General Requirements


Pay
Item Description Unit Quantity Unit Price Amount
No. (Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)
In words: Pesos In figures: Php
_____________________ _____________________
_____________________ _____________________
B.5 Project Billboard/Sign Board each 2.00 _____________________
_____________________
In figures: Php
_____________________
In words: Pesos In figures: Php
_____________________ _____________________
_____________________ _____________________
B.7(1) Occupational Safety and Health month 1.00 _____________________
Program _____________________
In figures: Php
_____________________
In words: Pesos
_____________________
_____________________
Sub-Total: Part B _____________________
_____________________
In figures: Php
_____________________

Part No. Part C Part Description: Earthworks


Pay Item
Description Unit Quantity Unit Price Amount
No.
(Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)
In words: Pesos In figures: Php
_____________________ _____________________
_____________________ _____________________
101(6) Removal of Structures and Cu.m. 304.00 _____________________
Obstruction (Concrete) _____________________
In figures: Php
_____________________
In words: Pesos In figures: Php
_____________________ _____________________
_____________________ _____________________
103(1)a Structure Excavation Cu.m. 207.00 _____________________
(Common Soil) _____________________
In figures: Php
_____________________
In words: Pesos In figures: Php
_____________________ _____________________
_____________________ _____________________
104(1)b Embankment from roadway Cu.m. 220.00 _____________________
excavation (Soft Rock) _____________________
In figures: Php
_____________________
In words: Pesos
_____________________
_____________________
Sub-Total: Part C _____________________
_____________________
In figures: Php
_____________________

Part No. Part G Part Description: Drainage and Slope Protection Structures
Pay Item
Description Unit Quantity Unit Price Amount
No.
(Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)
In words: Pesos In figures: Php
____________________ _____________________
____________________ _____________________
506(1) Stone Masonry Cu.m. 312.00 ____________________
____________________
In figures: Php
____________________
In words: Pesos
_____________________
_____________________
Sub-Total: Part G _____________________
_____________________
In figures: Php
_____________________
In words: Pesos
_____________________
GRAND TOTAL _____________________
_____________________
_____________________
In figures: Php
_____________________

Submitted by:

Name and Signature of Bidder’s Representative Date:


Position
Name of Bidder

DPWH-INFR-17-2016 Page 5 of 5
Page 113 of 129

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.
Contract ID : 21HG0178
Contract Name : Repair/Maint. of Slope Protection along Santander-Barili-Toledo Road, K0158+950,
Ginatilan, Cebu

Location of the Contract : Ginatilan, Cebu


Department of Public Works and Highways
Cebu 4th District Engineering Office
Poblacion, Dalaguete, Cebu

PRELIMINARY EXAMINATION OF TECHNICAL PROPOSAL


Date of Submission/Opening of Bids :
July 5, 2021
Name of Contractor __________________________
Approved Budget for the Contract(ABC) : : Php 2,000,000.00
TOTAL AMOUNT OF BID : __________________________
-------------------------------------------------------------------------------------------------------------------------------------
TECHNICAL REQUIREMENTS
Bid Security in the prescribed form, amount and validity period
a. Acceptable Forms : Surety Bond callable upon Demand issued by Surety or Bid Securing Declaration in
Insurance Company duly certified by the Insurance accordance to form and substance as
Commission as authorized to issue such security (5% of prescribed in the IRR of RA 9184
the ABC)
Form Submitted by Contractor Cash or cashier’s/manager’s check issued by a Bank draft/guarantee or
Universal or Commercial Bank (2% of the ABC) irrevocable letter of credit issued
by a Universal or Commercial Bank
(Use Form DPWH-INFR-10 or 11)-(2%
of ABC)
b. Amount (Required) :
Amount Submitted by ( ) Sufficient ()
Contractor Insufficient
c. Validity Period :
d. Issuing Company :
e. Official Receipt No. :
f. Callable on Demand :
g. Certificate from Insurance : (to be filled up by the DPWH
Commission Personnel)

Edelberto R. Francisco

Marlon D. Marollano
Ma. Ligaya A. Señor
Amelia B. Caracut

Regular Member
Erwin S. Elegino

Vice Chairman
Prov. Member

Prov. Member

Chairman
1. Bid Security in the prescribed form, amount and validity period.
2. Eligibility Requirements under Section 23.1 of the IRR.
ELECTRONIC EVALUATION

ELIGIBLE INELIGIBLE

i. A valid PCAB license and registration for the type and cost of the contract to
be bid (special PCAB License and Valid JVA 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 shall be included in the
bid).
Registration Certificate from SEC, DTI for sole proprietorship, or CDA for
ii. cooperatives or any proof of such registration as stated in the BDS.

iii. Mayor’s permit issued by the city or municipality where the principal place of
business of the prospective bidder is located.
iv. Tax Clearance, reviewed and approved by the BIR

3. Project Requirements, which shall include the following:

i. Organization Chart for the Contract to be Bid.


ii. List of Contractor’s Personnel, (see Clause 14.2a(3)(b), BDS of Bidding Documents) to
be assigned to the contract to be bid, with their complete qualification and experience
data.
iii. List of Contractor’s Equipment Units which are owned, leased and/or under purchase
agreements, supported by Certification of proof of ownership/lease/purchase and
certificate of availability of equipment from lessor/vendor for the duration of the project.
(see Clause 14.2a(3)(c), BDS of BDs)

Omnibus sworn Statement by the prospective bidder or its authorized


4. representative in the form prescribed by GPPB.

5. Bookbinding and paging of the bid proposal per D.O. No. 90 s. 2002

6. NFCC computation and Statement of Total Assets and Liabilities

7. PhilGEPS Certificate of Registration and Membership

8. Statement of SLCC
Note: Any missing, incomplete or patently insufficient document in the above-mentioned checklist is a ground for
outright rejection of the bid.

Overall Rating : ( ) Passed/Complying ( ) Failed/Non-Complying BAC INITIAL

DPWH-INFR-31-2016 Page 1 of 1
Contract ID : 21HG0178
Contract Name : Repair/Maint. of Slope Protection along Santander-Barili-Toledo Road, K0158+950,
Ginatilan, Cebu

Location of the Contract : Ginatilan, Cebu


Department of Public Works and Highways
Cebu 4th District Engineering Office
Poblacion, Dalaguete, Cebu

PRELIMINARY EXAMINATION OF FINANCIAL PROPOSAL

Date of Submission/Opening of Bids : July 5, 2021

Name of Contractor : __________________________

Approved Budget for the Contract (ABC) : Php 2,000,000.00

TOTAL AMOUNT OF BID AS READ (Php) : ________________________________ (to be filled up by the DPWH
__ Personnel)

Edelberto R. Francisco

Marlon D. Marollano
Ma. Ligaya A. Señor
Amelia B. Caracut

Regular Member
Erwin S. Elegino
FINANCIAL REQUIREMENTS

Vice Chairman
Prov. Member

Prov. Member

Chairman
1. Bid Form

2. Bid Prices in the Bill of Quantities

Detailed Estimated including a Summary Sheet indicating the Unit


3. Prices of Construction Materials, Labor Rates and Equipment Rentals
used in coming up with the bid;

4. Quarterly/Monthly Cash Flow and Payment Schedule

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


mentioned checklist is a ground for outright rejection of the bid.
BAC INITIAL

Overall Rating : ( ) Passed/Complying ( ) Failed/Non-Complying

DPWH-INFR-32-2016 Page 1 of 1
Department of Public Works and Highways
-----------------------------------------------------------------------------------------------------------

Department of Public Works and Highways


Registry of Contractors for Civil Works Projects
Contractor’s Confidential Application Statement for Registration (CCASR)

(Please read the attached Instructions)

I, of legal age, with postal address at


, after having been duly sworn in
accordance with the law, hereby depose and say:
1. That I am the: of
the duly authorized to make this
statement, as evidenced by the attached written authority from the proprietor/governing
board of the firm,
2. That I hereby present the following information for registration with the Department of
Public Works and Highways.

A. GENERAL INFORMATION
1. Name of Firm/Company :
a. Head Office Address :Number: Street Name:
Municipality/City: Province: Region:
Postal Code: Country:
b. Telephone Number :
c. Fax Number :
d. Email Address :
e. Company TIN :

2. Foreign Contractors Only


a. Nationality :
b. Philippine Address :Number: Street Name:
Municipality/City: Province: Region:
Postal Code:
c. Telephone Number :
d. Fax Number :
e. Email Address :
f. Percentage of Filipino
Ownership : (if applicable)

3. Person Managing the Affairs of the Firm: Attach Annex “A”


a. Name :
b. Designation :
c. Telephone Number :
d. Specimen Signature :

3. Authorized Liaison Officers: Attach Annex “B”


a. Name : 1. 2.
b. Designation : 1. 2.
c. Telephone Number : 1. 2.
d. Specimen Signature : 1. 2.

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016
Department of Public Works and Highways
-----------------------------------------------------------------------------------------------------------

A. LEGAL ASPECTS
1. PCAB License Information (if applicable)
Contractor Particulars
(Please refer to your PCAB License)

❑ Sole Proprietor: Attach Annex “D” Head Office Location (Region):


❑ Partnership: Attach Annex “E”
❑ Corporation: Attach Annexes “E” and “F”
❑ Cooperative: Attach “G”
License Particulars

License First Issue Date (mm/dd/yy) / / License No.


Validity Period of this License/Renewal (mm/dd/yy) From: / / To: / /
Principal Classification: Category
Other Classifications

Registration Particulars

Registration Date (mm/dd/yy): / / Number:


Validity Period of this Registration (mm/dd/yy): From: / / To: / /
Kinds of Project Respective Size Ranges

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016
Department of Public Works and Highways
-----------------------------------------------------------------------------------------------------------

2. Ownership

Tax ID Number
NAME(S) of Owner/Stockholders
(TIN)

3. City/Municipal Business Permit: Attach Annex “C”

4. BIR Tax Clearance (per EO 398, series of 2005): Attach Annex “H”
Date issued:
Validity period:
Tax Identification Number:

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016
Department of Public Works and Highways (DPWH)
-----------------------------------------------------------------------------------------------------------------------------------------------------
B. TECHNICAL ASPECTS (Contractor’s Work Experience)

1. List of all contracts completed by the contractor both in government and in the private sector: Attach Annex “I”

Contractor’s
Contract Date Major
Owner’s Role & Dimensions Total As Built Cost
Contract Categories of
Contract Name Name and Partici- Start Actual Refer to Per Major Work
ID Work Code Attachment A
Address pation % Completion Refer to Attachment A
Category (PhP)
mm/dd/yy mm/dd/yy

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016
Department of Public Works and Highways (DPWH)
-----------------------------------------------------------------------------------------------------------------------------------------------------
2. List of all on-going contracts including those already awarded but not yet started, both in government and in the private sector: Attach Annex “J”
NOTE: Cost must be in Philippine Pesos computed on the date of the signing of the contract.

Contract Date Percent Major Estimated Total


Contract Owner’s Partici- Categories of Dimen- Cost per Major
Name of Contract Start Completion
ID Name and pation % mm/dd/yy mm/dd/yy
WA TE Work Code sions Work Category
Address Refer to Attachment A (PhP)

Key: WA = Work Accomplished TE = Time Elapsed

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016
Department of Public Works and Highways (DPWH)
-------------------------------------------------------------------------------------------------------
C. FINANCIAL ASPECTS (Amounts shall be in Philippine Pesos): Attach Annex “K”
CY -1 CY -2 CY -3 CY –4 CY -5
Total Assets
Current Assets
Total Liabilities
Current Liabilities
Total Net Worth
Current Net Worth
Gross Annual
Turnover
(construction)

Note: CY-1 = Current Year minus one


Taxpayer Identification Number (TIN) _
D. AFFIDAVIT
I hereby certify that all information provided herein, including the annexes and
enclosures thereto, is true and correct, and I hold myself liable, criminally or civilly, for any
misrepresentation or false statement made herein.

I hereby authorize the Department of Public Works and Highways to investigate and
verify the said information.

In witness thereof, I have hereunto affixed my signature this day of


, 20 at , Philippines.

(Affiant)

(Republic of the Philippines )


PROVINCE/CITY OF )

SUBSCRIBED and SWORN TO before me this _ day of ,


20 at affiant exhibited to me his/her Government-issued ID (insert
type of ID) No. issued at on .

Notary Public
Doc. No. Until
Page No. PTR No.
Book No. Issued at
Series No. Issued on

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016
Department of Public Works and Highways (DPWH)
-------------------------------------------------------------------------------------------------------

CONTRACTOR’S CONFIDENTIAL APPLICATION STATEMENT FOR


REGISTRATION (CCASR)

INSTRUCTIONS FOR CONTRACTOR’S APPLICATION

1. The Contractor-Applicant shall accomplish/answer all items in the Application Statement using the
English language. Answers must be given to all questions in the aforesaid statement. All blanks shall be
properly filled up. If necessary, additional sheets may be added to the form or, if the form has limited
space, it can be reproduced and enlarged to suit the Contractor-Applicant’s needs. Documents submitted
on forms or in any format other than that prescribed in the aforesaid Statement shall be considered non-
complying and will be rejected outright. Forms that may require attachments shall be clearly marked,
i.e., Attachments to Form No.1; Attachments to Form No. 2, etc.

2. The information/data submitted by the Contractor-Applicant are to be used by the DPWH in


determining, according to its judgment, the eligibility and qualification of the Contractor. In view
thereof, Contractor-Applicants are encouraged to communicate with the DPWH for any clarification or
interpretation of the documents. Requests for reconsideration will not be entertained on any erroneous
interpretations or conclusions made by the Contractor-Applicant. A Contractor-Applicant submitting its
qualifications as a prospective Contractor for review and consideration waives any claim against any
decision thereon. The signing by the Contractor or his duly authorized representative of the Contractor-
Applicant’s Application Statement for Registration acknowledges the truth and correctness of all
statements made therein; otherwise, the Contractor shall be liable for perjury as provided in the Revised
Penal Code.

3. Aside from the main Contractor’s Confidential Application Statement for Registration, the following
documents shall be annexed to and form part of the Statement:

Annex “A” Appointment or authority of the Authorized Manager of the Organization with specimen
signature duly notarized
Annex “B” Appointment or authority of the officially designated Liaison Officer with specimen
signature duly notarized and copies of two (2) valid ID’s showing his/her proper
identification
Annex “C” Certified Copy of Contractor’s PCAB License for the current year
Annex “D” Certified Copy of Registration of Business Name
Annex “E” Certified Copy of SEC Certificate of Registration
Annex “F” Certified Copy of Articles of Incorporation (if applicable)
Annex “G” Certified true copy of valid and current Mayor’s Business Permit
Annex “H” Certified Copy of BIR Tax Clearance, using BIR Form 17.14B
Annex “I” Certified true copy of Contract Agreement and of Certificate of Completion/Acceptance
from the Implementing Office/Owner, with Contract ID (pursuant to DO No. 241, series
of 2001, scope of work, and Contract cost, for completed contracts
Annex “J” Certified true copy of Contract Agreement from the Implementing Office/Owner, with
Contract ID (pursuant to D.O. No. 241, series of 2001), scope of work, Contract costs
and statement from the Implementing Office as to %WA and %TE for all ongoing
contracts, including private contracts and those already awarded but not yet started,
including certified true copy of NTP.
Annex “K” Audited Financial Statement as reflected in Contractor’s Income Tax Return stamped
received by the Bureau of Internal Revenue for the last five years
Annex “L” Letter authorizing verification of the integrity of the Registration documents

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016
Department of Public Works and Highways (DPWH)
-------------------------------------------------------------------------------------------------------
4. Each page of the annexes, attachments and other supporting documents shall be marked in the right top
corner, e.g., Annex “A”, Page 1 of 5; Annex “A”, Page 2 of 5; etc.

5. The Contractor’s Confidential Application Statement for Registration, including Annexes, shall be
submitted in one (1) envelope. The envelope should be captioned “Application for Registration” and
submitted to the DPWH Head Office: BAC-TWG/Secretariat. All documents submitted shall be treated
as confidential and will not be returned.

6. The DPWH will inform all applicants of the result of their application. It reserves the right to accept or
reject any application without any liability to the affected applicants or any obligation to inform the
applicants of the grounds for the action taken thereon.

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016
Department of Public Works and Highways (DPWH)
-------------------------------------------------------------------------------------------------------

Attachment A - TABLE OF MAJOR CATEGORIES OF WORK

Code Description of Category of Work Unit of Measure


BCB Bridges- Construction- Bailey lineal meter (lm)
BCC Bridges- Construction- Concrete lm
BCS Bridges- Construction- Steel lm
BCP Bridges- Construction- With Bored Piles lm
BEL Building - Electrical set
BIH Buildings/ Industrial Plant- High Rise storey
BIL Buildings/ Industrial Plant- Low Rise storey
BRB Bridges- Rehabilitation- Bailey lm
BRC Bridges- Rehabilitation- Concrete lm
BRP Bridges- Rehabilitation- With Bored Piles lm
BRR Bridges- Rehabilitation- Retrofitting lm
BRS Bridges- Rehabilitation- Steel lm
BRT Bridges- Rehabilitation-Timber lm
FEN Perimeter Fence square meter(sq.m)
FEX Foundation Excavation cu. m
FHD Flood Control/ Hydraulics/ Dams cu. m
FHG Flood Control/ Hydraulics/ Dredging cubic meter (cu.m)
FHN Flood Control/ Hydraulics/ Drainage lm
FHP Flood Control/ Hydraulics/ Pumping Station unit
FHR Flood Control/ Hydraulics/ River Control lm
FHW Flood Control/ Hydraulics/ Water Supply lm
MBG Maintenance of Buildings storey
MFC Maintenance of Flood Control cu. m
MRB Maintenance of Roads and Bridges kilometer (km)
PHC Ports/ Harbors- Causeway lm
PHW Ports/ Harbors- Wharf lm
RCA Roads- New Construction- Asphalt km
RCG Roads- New Construction- Gravel km
RCP Roads- New Construction- PCCP km
REC Reclamation Works cu. m
RRA Roads- Rehabilitation- Asphalt km
RRG Roads- Rehabilitation- Gravel km
RRP Roads- Rehabilitation- PCCP km
TEA Traffic Engineering- Signage piece
TEG Traffic Engineering-Guardrails piece
TEP Traffic Engineering- Pavement Markings lm
TES Traffic Engineering- Signalization set
TEP-S Traffic Engineering- Pavement Studs piece
TLS Transmission Lines km

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016
Department of Public Works and Highways (DPWH)
-------------------------------------------------------------------------------------------------------

ANNEX “L”

LETTER AUTHORIZING VERIFICATION OF THE INTEGRITY OF REGISTRATION


DOCUMENTS

Name of the Head of the Procuring Entity


Position of the Head of the Procuring Entity
Name of the Procuring Entity
Address

Dear :

(Name of Firm)

I hereby request that our application for inclusion of the above-mentioned firm in the DPWH Registry of
Contractors for Civil Works be approved.

I am fully aware that:

1. all documents submitted in support of this application are subject to verification by the DPWH, and

2. any discovered misrepresentation of information and/or manifestations of fraud on the application


documents submitted by our firm applicant or its Authorized Representative/Agent/Liaison Officer
shall be subjected to investigation which may result in the disapproval/denial/suspension/revocation of
this application and blacklisting of our firm and myself as its Authorized Managing Officer; and

Name and Signature


Authorized Managing Officer

Republic of the Philippines)


)S.S.

SUBSCRIBED AND SWORN TO before me this _ day of , 20 at


; affiant exhibited to me his Community Tax Certificate No.
issued at on 20 .

Doc. No. ;
Page No. ;
Book No. ; Name and Signature
NOTARY PUBLIC
(Until December 31, 20 )

----------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-05-2016
Department of Public Works and Highways (DPWH)
----------------------------------------------------------------------------------------------

Republic of the Philippines DEPARTMENT OF PUBLIC


WORKS AND HIGHWAYS Manila

CONTRACTOR’S REGISTRATION CERTIFCATE

Contractor Identification Number: No.


Effective Dates: From Date to Date

This is to certify that Name of Contractor, with office address at Address of the Contractor, is a
duly registered contractor with the DPWH Registry of Contractors for Civil Works Projects, and
recognized to undertake the following types, sizes, and cost ranges of civil works projects,
subject to the eligibility check by the DPWH for every particular contract to be bid:

Type, Size, and Cost Range


Type, Size, and Cost Range
Type, Size, and Cost Range, etc.

This Contractor’s Registration Certificate (CRC) is personal and non-transferable and may be
renewed only at the instance of the herein named Contractor. Any misuse of this CRC shall
cause the forfeiture of the established right and consequent debarment of the herein named
Contractor.

The Contractor’s Information (CI) is attached as part of this CRC.

The herein named Contractor is advised to immediately inform this Office, within seven (7) days
upon receipt hereof, of any correction and updating of its CRC and CI so that these can be
adjusted accordingly.

Every time the Contractor submits to the Bids and Awards Committee a bid for a particular
contract, it shall also include therein an update of its CI, including the latest list and status of its
on-going contracts and contracts awarded but not yet started.

Given at Manila, Philippines, on date .

Name and Signature


Head, Central BAC Secretariat/
Technical Working Group

--------------------------------------------------------------------------------------------------------------
DPWH-INFR-1016 Page 1 of 1
Department of Public Works and Highways
-------------------------------------------------------------------------------------------------------------------------------------

Republic of the Philippines DEPARTMENT OF PUBLIC


WORKS AND HIGHWAYS Manila
CONTRACTOR’S INFORMATION
Date last updated

Date Printed:
Name of Firm/Company:
Contractor ID: Tax Account No.

--------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-07-2016 Page 1of 1
Department of Public Works and Highways
-------------------------------------------------------------------------------------------------------------------------------------

General Information Foreign Contractor

Address: Nationality:
Philippine Address:
Telephone Number:
Fax Number: Telephone Number:
E-mail Address: Fax Number:
E-mail Address:
Legal Aspects: Percent of Filipino Ownership:

PCAB License Information Person Managing Affairs of Firm

Type of Firm: Name:


Head Office Location: Designation:
Telephone Number:
License First Issue Date:
License Number: Authorized Liaison Officer
Validity Period: From To Name:
Principal Classification: Designation:
Category: Telephone Number:
Other Classifications:
Authorized Liaison Officer
Name:
Designation:
Registration Date: Telephone Number:
Registration Number:
Validity Period: From To

Projects

Kinds Respective
of Projects Size Ranges

--------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-07-2016 Page 1of 1
Department of Public Works and Highways
-------------------------------------------------------------------------------------------------------------------------------------

Building and Industrial Plant


Dam, Reservoir and Tunneling
Irrigation and Flood Control
Park-Playground or Recreational Work
Port, Harbor and Offshore Engineering
Road, Highway, Pavement, Railway, Airport, Horizontal Structure, Bridge
Sewerage and Sewage System
Water Supply
Water Treatment Plant and System

Completed Projects
Contract Name of Owner Participation Contract Contract Major Dimensions Total As Built
ID Contract Percentage Date Date Categories Cost Per Major
Started Completed of Work Work Category

Ongoing Projects
Contract Name of Contract Owner Participation Contract Contract % % Major Dimensions Total As Built
ID Percentage Date Date WA1 TE2 Categories Cost Per Major
Started Completed of Work Work Category

Financial Aspects

Record Total Current Total Current Total Current


Year Assets Assets Liabilities Liabilities Net Worth Net Worth

1
WA = Work Accomplished
2
TE = Time Elapsed

--------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-07-2016 Page 1of 1
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
--------------------------------------------------------------------------------------------------------------
Registry of Contractors for Civil Works Projects
Contract Profile for Eligibility Processing

Date: / /

Advertisement Date:
Procuring Entity:
Deadline for Receipt of Bids:
Approved Budget for the Contract (ABC): P

Major Categories of Work Unit of Dimension Cost Estimate for Similar Major Categories
of the Contract to be Measure Each Major of Work*
Procured Category of Work

*“Similar Major Categories of Work” for this Contract shall be selected from the attached overall list of
Major and Similar Categories of Work.

Submitted by:

Name and Signature


Head, Implementing Unit

Noted By:

BAC Chairman, Procuring Entity) Date:

Notes: 1. The BAC Chairman of the Procuring Entity shall submit this form, duly accomplished, to the
DPWH Procurement Service, at least 10 calendar days before the first day of Advertisement
of the Invitation to Bid.
2. All blanks should be filled up.

--------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-08-2016 Page 1 of 1
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
--------------------------------------------------------------------------------------------------------------

OVERALL LIST OF MAJOR AND SIMILAR CATEGORIES OF WORK


Major Categories of Work Table
Code Category of Work Description Unit of Code Category of Work Description Unit of
Measure Measure
BCB Bridges- Construction- Bailey lm FHW Flood Control/ Hydraulics/Water Supply lm
BCC Bridges- Construction- Concrete lm MBG Maintenance of Buildings stories
BCP Bridges- Construction- with Bored Piles lm MFC Maintenance of Flood Control cu. m
BCS Bridges- Construction- Steel lm MRB Maintenance of Roads and Bridges km
BIH Buildings/ Industrial Plant- High Rise stories PHC Ports/ Harbors- Causeway lm
BIL Buildings/ Industrial Plant- Low Rise stories PHW Ports/ Harbors- Wharf lm
BRB Bridges- Rehabilitation- Bailey lm RCA Roads- New Construction- Asphalt km
BRC Bridges- Rehabilitation- Concrete lm RCG Roads- New Construction- Gravel km
BRP Bridges- Rehabilitation- with Bored Piles lm RCP Roads- New Construction- PCCP km
BRR Bridges- Rehabilitation- Retrofitting lm RRA Roads- Rehabilitation- Asphalt km
BRS Bridges- Rehabilitation- Steel lm RRG Roads- Rehabilitation- Gravel km
FHD Flood Control/ Hydraulics/ Dams cu. m RRP Roads- Rehabilitation- PCCP km
FHG Flood Control/ Hydraulics/ Dredging cu. m TEA Traffic Engineering- Signage piece
FHP Flood Control/ Hydraulics/ Pumping Station unit TEP Traffic Engineering-Pavement Marking lm
FHN Flood Control/ Hydraulics/ Drainage lm TES Traffic Engineering- Signalization set
FHR Flood Control/ Hydraulics/ River Control lm FEN Perimeter Fence sq. m

--------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-08-2016 Page 1 of 1
Department of Public Works and Highways
Contract ID :
Contract Name :
Location of the Contract:

BID FORM

Date:

To: Name of Procuring Entity


Address

We, the undersigned, declare that:

a. we have examined and have no reservation on the Bidding Documents (BDs), including
Supplemental/Bid Bulletins, for the above stated Contract;

b. we offer to execute the Works for this Contract in accordance with the said BDs, including
the Bid Data Sheet, General and Special Conditions of Contract, Specifications and Drawings
therein;

c. we present our Bid to execute the Works, consisting of our Technical Proposal (Annex “A”)
and our Financial Proposal (Annex “B”);

d. our Technical Proposal includes the following required documents:

(1) Bid Security in the required form, amount and validity period, using Form DPWH-INFR-
09, 10, or 11, as applicable (Annex “A-1”)
(2) Organizational Chart for the Contract, using Form DPWH-INFR-13 (Annex “A-3”)
(3) Contractor’s Certification on Key Personnel for the Contract, with the Key Personnel’s
Affidavits of Commitment to Work on the Contract, using Form DPWH-INFR-14
(Annex “A-4”)
(4) List of Contractor’s Major Equipment Pledged for the Contract, using Form DPWH-
INFR-15 (Annex “A-5)
(5) Omnibus Sworn Statement required under RA 9184-IRR Sec. 25.2b)iv), using Form
DPWH-INFR-15 (Annex “A-6”);

e. our Financial Proposal includes the following required documents:

(1) Tis Bid Form (Annex “B-1”)


(2) Bid prices in the Bill of Quantities Form, using Forms DPWH-INFR-16 and 17 (Annex
“B-2”)
(3) Detailed estimates (Annex “B-3”)
(4) Cash flow by quarter, using Form DPWH-INFR-18 (Annex “B-4”);

f. the total price of our Bid for this Contract based on the unit prices in the said Bill of
Quantities, excluding any discounts offered in item (g) below, is: total Bid price in words
and in figures with a duration of _90_ calendar days.

g. the discounts we offer and the methodology for their application for this Contract are:
;

DPWH-INFR-09-2016 Page 1 of 2
Department of Public Works and Highways
Contract ID :
Contract Name :
Location of the Contract:

h. our Bid shall be valid for a period of days after the date fixed
for the opening of bids in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted by you at any time before the expiration of that
period;

i. if our Bid is accepted and we receive from you a Notice of Award, we commit, within ten
(10) calendar days after our receipt of the said Notice, (1) to submit to you the required
Performance Security and other documents prescribed in the Bidding Documents, and (2)
to sign the Contract Agreement;

j. we understand that, if the contract is awarded to us, this Bid, together with your written
acceptance thereof through your Notice of Award, shall constitute a binding contract
between us, until a formal Contract Agreement is prepared and executed;

k. we understand that you are not bound to accept the Lowest Calculated Bid or any other Bid
that you may receive; and

l. we acknowledge that failure to sign each page of this Form of Bid and the accomplished
Bill of Quantities shall be a ground for the rejection of our Bid.

Name:
In the capacity of:
Signed:
Duly authorized to sign the Bid for and on behalf of:
Date:____________________

DPWH-INFR-09-2016 Page 2 of 2
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
--------------------------------------------------------------------------------------

FORM OF BID SECURITY: BANK GUARANTEE

WHEREAS, Name of Bidder , hereinafter called “the Bidder,” has submitted its bid
dated for the Contract ID and Name , hereinafter called “the Bid.”

KNOW ALL MEN by these presents that We, Name of Bank of Name of Country ,
having our registered office at , hereinafter called “the Bank,”
are bound unto Name of Procuring Entity , hereinafter called “the Entity,” in the sum of
amount in words and figures for which payment well and truly to be
made to the said Entity the Bank binds itself, its successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this day of 20 .

THE CONDITIONS of this obligation are that:

1) if the Bidder withdraws the Bid during the period of bid validity specified in the
Form of Bid; or

2) if the Bidder does not accept the correction of arithmetical errors of its bid price
in accordance with the Instructions to Bidder; or

3) if the Bidder having been notified of the acceptance of the Bid and award of
contract to it by the Entity during the period of bid validity:

a) fails or refuses to submit the requirements for and to execute the Form of
Contract in accordance with the Instructions to Bidders, if required; or

b) fails or refuses to furnish the Performance Security in accordance with the


Instructions to Bidders;

we undertake to pay to the Entity up to the above amount upon receipt of its first written
demand, without the Entity having to substantiate its demand, provided that in its demand the
Entity will note that the amount claimed by it is due to the occurrence of any one or
combination of the three (3) conditions stated above.

The Guarantee will remain in force up to a period of days after the


opening of bids as stated in the Instructions to Bidders or as it may be extended by the Entity,
notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this
Guarantee should reach the Bank within the said period.

Name and Signature of Bank’s Authorized Signatory Date:

Position

------------------------------------------------------------------------------------------------------------------
DPWH-INFR-10-2016 Page 1 of 1
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
-----------------------------------------------------------------------------------

FORM OF BID SECURITY: IRREVOCABLE LETTER OF CREDIT

Date of Issuance

Name of Head of Procuring Entity


Position
Name of Procuring Entity
Address

Irrevocable Letter of Credit No.


For: Contract ID and Name

WHEREAS, Name of Bidder , hereinafter called the “Bidder,” has undertaken to


submit to you a bid for the above stated Contract, and whereas you have stipulated in the
Instructions to Bidders for the said Contract that the Bidder shall furnish you with an
irrevocable standby Letter of Credit for a sum specified therein as Bid Security for the
faithful compliance of the obligations of the Bidder:

WHEREAS, the Conditions of this obligation are that:

1) if the Bidder withdraws the Bid during the period of bid validity specified in the
Form of Bid; or

2) if the Bidder does not accept the correction of arithmetical errors of its bid price in
accordance with the Instructions to Bidder; or

3) if the Bidder having been notified of the acceptance of the Bid and award of contract
to it by the Entity during the period of bid validity:

a) fails or refuses to submit the requirements for and to execute the Form of
Contract in accordance with the Instructions to Bidders; or

b) fails or refuses to furnish the Performance Security in accordance with the


Instructions to Bidders;

we undertake to pay to the Entity up to the above amount upon receipt of its first written demand,
without the Entity having to substantiate its demand, provided that in its demand the Entity will
note that the amount claimed by it is due to the occurrence of any one or combination of the three
(3) conditions stated above.

WHEREAS, we have agreed to guarantee this obligation of the Bidder.

THEREFORE, we hereby affirm that we are guarantors and responsible to you, on behalf of
the Bidder, up to the total amount of amount of guarantee and we undertake to pay
you, upon first written demand declaring the Bidder to be in default under the Instructions to

------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-11-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
-----------------------------------------------------------------------------------
Bidders and without cavil or argument, any sum or sums within the limits of _amount of
guarantee as aforesaid, without you needing to prove or show grounds or reasons for
your demand for the sum specified therein.

This irrevocable guarantee is valid until one hundred twenty (120) calendar days after the
date of opening of bids for the said Contract on date .

This certification is being issued in favor of the said Bidder in connection with your
requirements of the bidding for the said Contract. We are aware that any false statements
issued by us make us liable to perjury.

Name and Signature of Authorized Financing Institution


Official Designation

Concurred by:

Name and Signature of Bidder’s Authorized Representative


Official Designation

------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-11-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------
REPUBLIC OF THE PHILIPPINES )
CITY OF ) S.S.
x-------------------------------------------------------x

BID-SECURING DECLARATION

Invitation to Bid: [Insert reference number]


Contract ID:
Contract Name:

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
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 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;

(c) I am/we are declared as the bidder with the Lowest Calculated and 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’S


AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

---------------------------------------------------------------------------------------------------------
DPWH-INFR-12-2016 Page 1 of 2
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------
SUBSCRIBED AND SWORN to before me this day of [month] [year] at [place of
execution], Philippines. Affiant/s is/are personally known to me and was/were identified by
me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice
(A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
.
Witness my hand and seal this day of [month] [year].

NAME OF NOTARY PUBLIC


Serial No. of Commission
Notary Public for until
Roll of Attorneys No.
PTR No. , [date issued], [place
issued]
IBP No. , [date issued], [place issued]
Doc. No.
Page No.
Book No.
Series of .

Note: This must be dry-sealed.

---------------------------------------------------------------------------------------------------------
DPWH-INFR-12-2016 Page 2 of 2
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------------

CONTRACTOR’S ORGANIZATIONAL CHART FOR THE CONTRACT

Submit a copy of the Organizational Chart that the Contractor intends to use to execute the
Contract 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

----------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-13-2016 Page 1 of 1
----------------------------------------------------------------------------------------------------

LIST OF CONTRACTOR’S KEY PERSONNEL TO BE ASSIGNED TO THE


CONTRACT, WITH THEIR QUALIFICATION DATA

Date of Issuance

Name of Head of Procuring Entity


Position
Name of Procuring Entity
Address

Dear Sir/Madame:

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

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

Proposed Position (as Name Years of Experience


applicable) Total (Similar Similar
and Related) Position
Project Manager
Project Engineer
Materials Engineer
Construction Safety Officer
Foreman
Others (specify)

2. We submit the enclosed Curriculum Vitae and Affidavits of Commitment to Work on the
Contract of these key personnel.

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
provisions of the Contract, including the Conditions of Contract, Specifications, and
Drawings, and that they shall be personally present in the jobsite during the period of
their assignment in the Contract.

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

5. We understand that any violation of the abovestated conditions shall be a sufficient


ground for us to be disqualified from this Contract and future biddings of the DPWH.

Very truly yours,

------------------------------------------------------------------------------------------------------------
DPWH-INFR-14-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------------------

Name and Signature of Bidder’s Authorized Representative

------------------------------------------------------------------------------------------------------------
DPWH-INFR-14-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
--------------------------------------------------------------------------------------------------------------------------------------
LIST OF CONTRACTOR’S MAJOR CONSTRUCTION AND LABORATORY EQUIPMENT UNITS TO BE ASSIGNED TO THE CONTRACT,
SUPPORTED BY CERTIFICATIONS OF AVAILABILITY
Business Name :
Business Address :

Description Model/Year Capacity / Plate No. Motor No. / Location Condition Proof of Ownership /
Performance / Size Body No. Lease/Purchase
A. Owned1
i.
ii.
iii.
iv.
v.

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

C. Under Purchase Agreements3


i.
ii.
iii.
iv.
v.
1
Attched 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 equipment units under C (Purchase Agreements) shall be available for this contract.
Minimum major construction equipment requirement as prescribed in the Bid Data Sheet: Minimum major laboratory equipment requirements as prescribed in Bid Data Sheet:

Name and Signature of Bidder’s Representative Date:

----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-15-2016 Page 1of 1
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
--------------------------------------------------------------------------------------------------------------------------------------
Position
Name of Bidder

----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-15-2016 Page 1of 1
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------
OMNIBUS SWORN STATEMENT
AS REQUIRED BY RA 9184-IRR SECTION 25.2b)iv)

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][insert “as shown in the attached duly notarized Special Power of Attorney”
for the authorized representative];

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 the [Name of the
Project] of the [Name of the Procuring Entity] accompanied by the duly notarized
Special Power of Attorney, Board/Partnership Resolution, or Secretary’s Certificate,
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;

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;

---------------------------------------------------------------------------------------------------------
DPWH-INFR-16-2016 Page 1 of 3
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------

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/Implementing 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//Implementing 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/Implementing
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;

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


Bidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otherwise, affecting the implementation of the


Contract;

c) Make an estimate of the facilities available and needed for the contract to be bid, if
any; and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project];
and

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.

IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20 at


, Philippines.

[Bidder’s Representative/Authorized Signatory]

---------------------------------------------------------------------------------------------------------
DPWH-INFR-16-2016 Page 2 of 3
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------

SUBSCRIBED AND SWORN to before me this day of [month] [year] at [place of


execution], Philippines. Affiant/s is personally known to me and was identified by me
through competent evidence of identity as defined in the 2004 Rules on Notarial Practice
(A.M. No. 02-8-13-SC). Affiant exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
.

Witness my hand and seal this day of [month] [year].

NAME OF NOTARY PUBLIC


Serial No. of Commission
Notary Public for until
Roll of Attorneys No.
PTR No. , [date issued], [place
issued]
IBP No. , [date issued], [place issued]
Doc. No.
Page No.
Book No.
Series of .

---------------------------------------------------------------------------------------------------------
DPWH-INFR-16-2016 Page 3 of 3
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
--------------------------------------------------------------------------------------

BILL OF QUANTITIES

Part No. Part Description:

(Columns (1), (2), (3), and (4) are (Columns (5) and (6) are
to be filled up by the Procuring Entity) to be filled up by the Bidder)

Pay Description Unit Quantity Unit Price Amount


Item (Pesos) (Pesos)
No.

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


In words: Pesos In figures: Php
<Description of
1st Item>

In figures: Php

In words: Pesos In figures: Php


<Description of
2nd Item>

In figures: Php

In words: Pesos In figures: Php


<Description of
3rd Item>

In figures: Php

In words: Pesos In figures: Php


<Description of
4th Item>

In figures: Php

------------------------------------------------------------------------------------------------------------------
DPWH-INFR-17-2016 Page 1 of 2
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
--------------------------------------------------------------------------------------
In words: Pesos In figures: Php
<Description of
5th Item>

In figures: Php

In words: Pesos In figures: Php


<Description of
6th Item, etc.>

In figures: Php

In words: Pesos
Sub-Total for this Page

In figures: Php

Submitted by:

Name and Signature of Bidder’s Representative Date:

Position
Name of Bidder

------------------------------------------------------------------------------------------------------------------
DPWH-INFR-17-2016 Page 2 of 2
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------
SUMMARY OF BID PRICES
(All Parts of Bill of Quantities or BOQ)

Instructions for completing the Summary of Bid Prices:

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

2. Part Description – Enter the “Part Description” corresponding to the “Part No.”

3. Total Amount – Enter the “Total Amount” in Pesos for all pages having the same “Part
Description”

Part No. Part Description Total Amount

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

----------------------------------------------------------------------------------------------------------------------
DPWH-INFR-18-2016 Page 1 of 1
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
--------------------------------------------------------------------------------------------------------------------------------------

CASH FLOW BY QUARTER


PARTICULAR TOTAL. YEAR YEAR
1st Q 2nd Q 3rd Q 4th Q 1ST Q 2ND Q 3RD Q 4TH Q
ACCOMPLISHMENT, IN % 100.0%
CASH FLOW, IN PhP
CUMULATIVE ACCOMPLISHMENT, IN % 100.0%
CUMULATIVE CASH FLOW, IN PhP

PARTICULAR TOTAL. YEAR YEAR


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

Submitted by:

Name and Signature of Bidder’s Representative Date:


Position
Name of Bidder

----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-19-2016 Page 1 of 1
BIDDER’S CHECKLIST OF REQUIREMENTS FOR ITS BID, INCLUDING
TECHNICAL AND FINANCIAL PROPOSALS

The Technical Proposal shall contain the following:

❑ If Joint Venture, PCAB Special JV License

❑ Bid Security (Form DPWH-INFR-09, 10, or 11, as applicable)

❑ Duly initialed Organizational Chart for the Contract (Form DPWH-INFR-12)

❑ Duly initialed Contractor’s List of Key Personnel for the Contract (Form DPWH-
INFR-13)

❑ Duly initialed List of Contractor’s Major Equipment (Form DPWH-INFR-14)

❑ Sworn statement under RA9184-IRR Sec. 25.2b)iv) (Form DPWH-INFR-15)

❑ Signatory is proprietor/duly authorized representative of bidder.


❑ Full power and authority to perform acts or represent bidder.
❑ Not “blacklisted” or barred from bidding.
❑ Each document is authentic copy of original, complete, and correct.
❑ Authorizing Head of Procuring Entity to verify all documents submitted.
❑ Not related to HOPE, BAC, TWG, Secretariat, PMO/IU, within 3rd civil
degree.
❑ Complies with existing labor laws and standards.
❑ Aware of and undertaken responsibilities as a bidder.
❑ Did not give any commission, amount, fee, or consideration.

The Financial Proposal shall contain the following:

❑ Duly signed Bid Form

❑ Duly signed Bid Prices in the Bill of Quantities (Forms DPWH-INFR-16 and 17)

❑ Duly initialed Detailed Estimates

❑ Duly initialed Cash Flow by Quarter (Form DPWH-INFR-18)

----------------------------------------------------------------------------------------------------------------------
DPWH-INFR-20-2016 Page 1 of 1
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------------

PERFORMANCE SECURITY: IRREVOCABLE LETTER OF CREDIT

Date:

Name of Head of Procuring Entity


Position
Name of Procuring Entity
Address
Fax Number

Subject: Irrevocable Letter of Credit No.


For Contract ID and Name

WHEREAS, Name of Contractor , hereinafter called “Contractor,” has undertaken to


enter into a contract with you to execute Contract ID and Name , and whereas you
have stipulated in the said Contract that the Contractor shall furnish you with an irrevocable
standby Letter of Credit for a sum specified therein as Performance Security for the faithful
compliance of the Contractor’s obligations in accordance with the Contract.

WHEREAS, we have agreed to guarantee this obligation by the Contractor.

THEREFORE, we hereby affirm that we are guarantors and responsible to you, on behalf of
the Contractor, up to the total amount of amount of guarantee and we undertake
to pay you, upon first written demand declaring the Contractor to be in default under the
Contract and without cavil, or argument, any sum or sums within the limits of amount of
guarantee as aforesaid, without you needing to prove or to show grounds or reasons for
your demand for the sum specified therein.

The right to institute action on this guarantee pursuant to Act No. 3688 of any individual,
firm, partnership, corporation and association supplying the Contractor with labor and
materials for the prosecution of the works is hereby acknowledged and confirmed.

This irrevocable guarantee is valid until the issuance by you of the Certificate of Acceptance
of the completed Contract works after the end of the one-year Defects Liability Period of the
Contract.

This certification is being issued in favor of the said Contractor in connection with the
requirements of the bidding by your office for the abovementioned contract. We are aware
that any false statements issued by us make us liable for perjury.

Name and Signature of Authorized


Financing Institution Officer :
Official Designation :

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

DPWH-INFR-43-2016 Page 1 of 2
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------------

Concurred By:

Name and Signature of Contractor’s


Authorized Representative :
Official Designation :

Note:
The amount committed should be machine validated.

ACKNOWLEDGMENT

REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.

SUBSCRIBED AND SWORN to before me this day of , 20 ,


affiant exhibiting to me his/her [insert Government ID No. ] issued on
at , Philippines.

Notary Public
Until 31 December 20
PTR No.
Issued at:
Issued on:
TIN No.
Doc. No.
Page No.
Book No.
Series of .

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

DPWH-INFR-43-2016 Page 2 of 2
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
---------------------------------------------------------------------------------------------

PERFORMANCE SECURITY: BANK GUARANTEE

To : Name of Head of the Procuring Entity


Address

WHEREAS, Name and Address of Contractor , hereinafter called “the


Contractor,” has undertaken to enter into a contract with you to execute Contract ID and
Name_, hereinafter called “the Contract;”

WHEREAS, you have stipulated in the said Contract that the Contractor shall furnish you
with a Bank Guarantee by a recognized bank for the sum specified therein as Performance
Security for compliance with his obligations in accordance with the Contract; and

WHEREAS, we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE, we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the Contractor, up to a total of amount of guarantee, and we undertake to pay you,
upon your first written demand and without cavil or argument, any sum or sums within the
limits of amount of guarantee as aforesaid without your needing to prove or to show grounds
or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the
Contract to be performed thereunder or of any of the Contract documents which may be made
between you and the Contractor shall in any way release us from any liability under this
guarantee, and we hereby waive notice of any such change, addition or modification.

The right to institute action on this guarantee pursuant to Act No. 3688 of any individual,
firm, partnership, corporation and association supplying the Contractor with labor and
materials for the prosecution of the works is hereby acknowledged and confirmed.

This guarantee shall be valid until the date of issuance to the Contractor of your Certificate of
Acceptance of the completed Contract works after the end of the one-year Defects Liability
Period of the Contract.

SIGNATURE AND SEAL OF THE GUARANTOR

NAME OF BANK

ADDRESS

DATE

----------------------------------------------------------------------------------------------------------------------------
DPWH-INFR-44-2016 Page 1 of 1
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
--------------------------------------------------------------------------------------

CONSTRUCTION METHODS OUTLINE


OF NARRATIVE DESCRIPTION

1.0 INTRODUCTION

Refer to the Bidding Documents and related materials.

2.0 BRIEF DESCRIPTION OF CONTRACT WORKS

State the general features of the contract works. Use tables and drawings as necessary.

3.0 CONSTRUCTION METHODS AND PROCEDURES

3.1 Methodology or General Approach

State the general approach in construction in terms of the use of equipment-


intensive or labor-based methods, any special techniques, methods or
procedures to ensure completion on time and quality of the materials,
workmanship, and completed structure, according to the approved
specifications and drawings/plans.

3.2 Program of Work

Progress bar chart with S-curve of activities in the contract works.

3.3 Financial Program

Cash flow schedule, provision for working capital, schedule of receipts, etc.

Submitted by:

Name and Signature of Bidder’s Representative Date:


Position
Name of Bidder

------------------------------------------------------------------------------------------------------------------
DPWH-INFR-45-2016 Page 1 of 1
Dep a rtmen t of Pu blic W o rks and Highways

Co n tra ct ID:

Co n tra ct Name:
Lo ca tion of the Contract:

Co n s tru ction Schedule

Na me of Contractor:

Note: En tr ie s are p r ovide d as illu str a tive e x a m p le o nly.

M O N T H L Y A C C O M P L I S H M E N T

I TE M NO . DE S C RI PT I O N UNI T Q UA NT I T Y U NI T CO S T T O T AL CO S T % WEI G H T 1st MO NT H 2nd MO NT H 3rd MO NT H 4th MO NT H 5th MO NT H 6th MO NT H 7th MO NT H 8 th MO NT H 9 th MO NT H 1 0 th M O NT H 1 1 th MO NT H 1 2 th MO NT H 1 3 th M O NT H

30 C. D. 60 C. D. 90 C. D. 120 C. D. 150 C. D. 180 C. D. 210 C. D. 240 C. D. 270 C. D. 300 C. D. 330 C. D. 360 C. D. 390 C. D.

PA RT A FACI L I T I ES FO R T H E E NG I NE E R

P rovi de Tem porary Fi el d Offi ce Lab o r at o ry and Li vi n g Qu art ers fo r the En gi n eer and ADB -P M O St aff (on R ent al 0.011% 0.011% 0.011%
A. 1. 1(a) mo. 3. 00 26, 320 . 00 78, 960 . 00 0. 033 %
B asis )

0.028% 0.028% 0.028%


A. 1. 1(b ) Oper at e and M ai nt ai n Tem p o r ary Fi el d Offi ce, Lab o rat o ry and Li vi n g Qu art ers fo r the En gi n eer and ADB -P M O St aff m o. 3. 0 0 67, 352 . 88 202 , 058. 6 4 0. 083 %

0.498% 0.498% 0.498%


A. 1. 1(c) P rov i de C om bi n ed Fi el d Offi ce and Lab o rat o ry B uil di n g for the En gi n eer and ADB -P M O St aff l.s. 1. 00 3, 626, 951 . 70 3, 626 , 951. 7 0 1. 494 %

0.496% 0.496% 0.496%


A. 1. 1(d ) P rovi de Li vi ng Quart ers for the En gi n eer and ADB -P M O St aff l.s. 1. 00 3, 613 , 894. 60 3, 613 , 894. 60 1. 488 %

Ope rat e/ M ai nt ai n C om bi ned Fi eld Offi ce, Lab o rat o ry and Livi n g Qu art ers for the En gi n eer and ADB -P M O St aff 0.071% 0.071% 0.071% 0.071% 0.071% 0.071% 0.071% 0.071% 0.071% 0.071%
A. 1. 1(e) m o. 11. 00 172 , 491. 71 1, 897 , 408. 8 1 0. 781 %
(S chedu l e A)

F urni s h Equ i p m ent, F urnit u re/Fi xt u res and Ap pli an ces for the Co m b i n ed Fi el d Offi ce, Lab o r at o ry and Livi n g 0.244% 0.244% 0.244%
A. 1. 1(f) l.s. 1. 00 1, 775 , 040. 55 1, 775 , 040. 55 0. 731 %
Quart ers for the En gi neer and ADB -P M O St aff (S ch ed ul es B and C)

0.217% 0.217% 0.217%


A. 1. 1(g ) P rovi de and M ai nt ai n Lab o r at o ry Testi n g Eq ui pm en t and App arat u s (S ch ed ul e D) l.s. 1. 00 1, 579 , 701. 70 1, 579 , 701. 70 0. 650 %

0.007% 0.007% 0.007% 0.007% 0.007% 0.007% 0.007% 0.007% 0.007% 0.007% 0.007% 0.007% 0.007%
A. 1. 1(h ) P rovi de and M ai nt ai n C om m u ni cati o n F acilit y for the En gi neer m o. 14. 00 17, 860 . 00 250 , 040. 0 0 0. 103 %

P rovi de S uppli es and Co n s um abl e St o res for Fiel d Offi ce, Lab o rat o ry and Li vi n g Qu art ers fo r the En gi neer and 0.045% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045% 0.045%
A. 1. 1(i ) m o. 14. 00 108 , 753. 49 1, 522 , 548. 8 6 0. 627 %
A DB -P M O St aff (S ch ed ul es E & F)

P rovi de, Ope rat e and M ai nt ai n Pi ck -u p Ty pe or its eq u i v al en t b rand n ew di es el en gi ne wit h co m p l et e acces s o ri es for t h e 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244% 0.244%
A. 1. 2(a) veh -m o. 56. 00 148, 426 . 00 8, 311, 856 . 0 0 3. 423 %
Eng i n eer (4 unit s )

0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015% 0.015%
A. 1. 3(a) P rov i de and M ai nt ain S urv ey In st ru m en t s/ Eq ui p m en t fo r the Ass ist an ce to the En gi n eer (S ch ed ul e G) m o. 14. 00 36, 735 . 20 514, 292 . 8 0 0. 212 %

0.041% 0.041% 0.041% 0.041% 0.041% 0.041% 0.041% 0.041% 0.041% 0.041% 0.041% 0.041% 0.041%
A. 1. 3(b ) P rovi si on of S urv ey P ers o n nel (S ch ed u l e H) m o. 14. 00 100, 674 . 00 1, 409, 436 . 0 0 0. 580 %

0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003% 0.003%
A. 1. 4 P rogres s P hot ograp hs set 14. 00 6, 448. 4 0 90, 277. 60 0. 037 %

PA RT B OT H E R G E NE R AL RE Q UI RE ME NT S

0.053% 0.053% 0.053% 0.053% 0.053% 0.053% 0.053% 0.053% 0.053% 0.053% 0.053% 0.053% 0.053%
SP L-1 C on st ructi on S afety and Healt h l.s. 1. 00 1, 792 , 624. 71 1, 792 , 624. 7 1 0. 738 %

0.026% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026% 0.026%
SP L-2 Envi ron m ent al and So ci al S afeg uar d s l.s. 1. 00 880, 140 . 80 880, 140 . 8 0 0. 362 %

0.022%
SP L-3 P roj ect Bill bo ard each 5. 00 10, 528. 00 52, 640 . 00 0. 022 %

PA RT C E ART H WO RK S

0.156%
101(3 ) R em ov al of Exi sti ng As p h alt C o n cret e P av em e n t s q. m. 1, 885. 0 0 200 . 34 377 , 640. 9 0 0. 156 %

0.114% 0.114% 0.114% 0.114% 0.114% 0.114% 0.114% 0.114% 0.038%


105(2 ) S ubgrade P repar ati on (Ex isti n g P av em en t ) s q. m. 66, 005 . 00 35. 03 2, 312 , 155. 15 0. 952 %

0.290% 0.290% 0.290% 0.290% 0.290%


SP L10 8 C rack and Seat (Existi ng P o rtl an d C em en t C o ncret e P av em e n t ) s q. m. 5, 000. 0 0 703 . 83 3, 519 , 150. 0 0 1. 449 %

PA RT E SURF A CE CO U RS E S

cu. m . co m pact ed 0.337% 1.265% 1.265% 0.928%


3 00 Aggre gat e S urface C o u rs e C o m p act ed in Pl ace 9, 901. 0 0 931. 01 9, 217 , 930. 0 1 3. 796 %
in pl ace

0.030% 0.030%
301(1 ) Bit umi nou s P ri m e C o at, MC -7 0 C ut -B ack As p halt tonn e 2. 00 72, 942. 46 145 , 884. 9 2 0. 060 %

0.095% 0.286% 0.382% 0.382% 0.382% 0.382% 0.382% 0.331% 0.191% 0.191%
302(2) Bitum inou s Tack Coa t, Emu lsif ied Aspha lt, SS-1 tonne 97.00 75,221.52 7,296,487.44 3.005%

1.329% 2.658% 2.658% 2.658% 2.658% 2.658% 1.949%


310(1) Bitum inou s Conc rete Su rfa ce (Wea rin g) Cou rse , Hot Laid (50mm thick) sq.m. 42,588.00 944.60 40,228,624.80 16.565%

2.549% 4.248% 4.248% 5.777% 5.777% 5.777% 5.777% 5.777% 4.248% 4.248%
310(2) Bitum inou s Conc rete Su rfa ce (Wea rin g) Cou rse , Hot Laid (80mm thick) sq.m. 89,483.00 1,314.24 117,602,137.92 48.427%

0.384% 0.384%
310(3) Bitum inou s Conc rete Su rfa ce (Wea rin g) Cou rse , Hot Laid (100mm thick) sq.m. 1,177.00 1,584.27 1,864,685.79 0.768%

0.017% 0.011%
SPL 312 Sea lin g of Cra ck s and Join ts in Ex isting Po rtla nd Cemen t Conc re te Pavement l.m. 500.00 135.78 67,890.00 0.028%

0.099% 0.296% 0.296% 0.296% 0.296% 0.296% 0.197%


SPL 313 Pa tching of Potho le s in Ex istin g Asp ha lt Conc rete Pavement sq.m. 1,000.00 4,309.91 4,309,910.00 1.775%

PART F B RIDGE CONST RUCTION (MACASOY)

0.612%
101(2) Rem ova l of Conc rete Brid ge Structures each 1.00 1,485,575.35 1,485,575.35 0.612%

0.045%
101(3)a Remova l of Ex istin g Conc rete Pa vemen t (230mm) sq.m. 274.73 394.95 108,504.61 0.045%

0.054%
102(2)a Roa d wa y Exca va tion (Su rp lu s Common) cu.m. 865.66 150.19 130,013.48 0.054%

0.013%
103(1)a Structu re Exca va tion (Common Soil) cu.m. 95.78 326.57 31,278.87 0.013%

0.122%
103(2)a Brid ge Exca va tion (Sof t Rock) cu.m. 236.54 1,252.57 296 ,282 .91 0.122%

0.004%
105(1) Sub gra de Pre pa ra tion (Comm on Material) sq.m. 274.73 35.72 9,813.36 0.004%

0.052%
200 Aggre ga te Su bba se Course cu.m. 82.42 1,521.63 125,412.74 0.052%

0.060% 0.181% 0.060%


400(4)a Preca st Con c rete Pile, Fu rn ished (4 00mmx 400mm -type B) l.m. 120.00 6,098.03 731,763.60 0.301%

0.146%
400(14)a Pre ca st RC Piles, (Driven) l.m. 112.00 3,171.96 355,259.52 0.146%

0.034% 0.045%
400(16)a Test Pile s, Fu rn ished and Driven (400mm x 400mm) l.m. 30.00 6,333.57 190,007.10 0.078%

0.063% 0.013%
401(2) Con c rete Ra ilin g Ty pe (Double) l.m. 40.00 4,559.15 182,366.00 0.075%

0.183% 0.183% 0.229%


404(b) Re in fo rc ing Stee l Bar, Gra de 60 Brid ge Structu res & Oth e r Ma jo r Structures) kgs. 25,577.53 56.43 1,443,340.02 0.594%

0.055%
404(c) Re info rc in g Stee l Bar, Gra de 40 (M ino r Structures) kgs. 2,065.80 65.20 134,690.16 0.055%

0.328% 0.066%
405(b ) St ruct ural C on cret e, Cl ass A, M aj o r St ru ct u res -B ri d g e S u p erst ru ct u res (fc'= 2 8M P a) cu. m . 72. 16 13, 235. 71 955 , 088. 83 0. 393 %

0.456% 0.016%
4 05(c) St ruct ural C on cret e, Cl as s A, M aj o r St ru ct u res -B ri d ge S u p erst ru ct u res (fc' = 2 0. 7 M P a) cu. m . 91. 50 12, 527. 44 1, 146 , 260. 76 0. 472 %

0.210% 0.007%
405(d ) St ruct ural C on cret e, Cl ass A, M aj o r St ru ct u res -B ri d ge F o ot i ng (fc'= 2 0 . 7 M P a) cu. m . 62. 30 8, 472 . 3 3 527 , 826. 1 6 0. 217 %

0.015%
405(2)b St ruct ural C on cret e, Cl ass B, (Lean C o n cret e) cu. m . 2. 86 12, 431 . 42 35, 553 . 86 0. 015 %
0.132% 0.395% 0.395% 0.395% 0.395% 0.026%
406(1)c P rest res s ed St ru ct u ral C o n cret e M em b ers (Gi rd er Ty pe IV- 2 5 m et ers ) l.m. 4. 00 1, 054, 892 . 27 4, 219 , 569. 0 8 1. 738 %

0.057%
4 12 El ast o m eri c B eari n g P ad each 8. 0 0 17, 180 . 80 137, 446 . 4 0 0. 057 %

0.772% 0.680%
505(6 ) Grout ed Ri prap , (Cl ass B ) cu. m. 584. 67 6, 029. 9 4 3, 525, 525 . 0 2 1. 452 %

0.235%
5 06 St one M as onry cu. m. 95. 78 5, 954. 4 8 570, 320 . 09 0. 235 %

PA RT H MI S CE L L ANE O US S T R U CT U RE S

0.392%
605(1)a Warni ng Si gns, R efl ecti v e each 40. 00 23, 801. 64 952 , 065. 60 0. 392 %

0.113%
605(2 ) R egul at ory Si gns, R efl ecti v e each 36. 00 7, 605. 04 273, 781 . 4 4 0. 113 %

0.110%
605(3 ) Inform at ory Si gns, R efl ect i ve each 27. 00 9, 934. 85 268, 240 . 9 5 0. 110 %

2.519%
612(1 ) R efl ect ori zed Therm o pl asti c P av em en t M arki n gs, ( Wh it e) s q. m. 5, 913. 00 1, 034. 57 6, 117 , 412. 41 2. 519 %

0.411%
6 12(2 ) R efl ect ori zed Therm o pl asti c P av em en t M arki n gs, (Y ell o w) s q. m. 934. 0 0 1, 069 . 0 3 998, 474 . 0 2 0. 411 %

0.095% 0.473%
6 20 C h evro n Si gns each 230. 0 0 5, 999. 1 1 1, 379, 795 . 3 0 0. 568 %

PA RT J MO B I L I Z AT I O N A N D DE MO B I L I Z AT I O N

0.271% 0.271%
SP L 800 Mobi li zati o n and Dem o bili zati o n (1 % Ci vil Wo rk C o st ) l.s. 1. 00 1, 974, 000 . 00 1, 974 , 000. 0 0 0. 813 %

PA RT K DA Y WO RK S

SP L 900 Daywork s P.S 1. 0 0 - - 0. 000 %

PART L PROVISIONAL SUM

SPL 1000 Prov isiona l Sum P.S. 1.00 - - 0.000%

TOTAL 242,846,037.34 100.000%

MONTHLY (%) 2.220 % 2.198 % 6.342 % 7.533 % 9.0685 % 10.806 % 10.825 % 10.819 % 10.931 % 10.309 % 7.124 % 6.683 % 4.364%
SCHE DULED ACCOMPLISHMENT
CUMULATIVE (%) 2.220 % 4.418 % 10.761 % 18.294 % 27.362 % 38.169 % 48.993 % 59.812 % 70.743 % 81.053 % 88.177 % 94.860 % 99.224%

MONTHLY Php 5,391,262.64 5,338,622.64 15,401,606.36 18,293,852.31 22,022,523.38 26,242,933.81 26,287,107.38 26,274,164.00 26,545,168.55 25,036,055.26 17,300,637.37 16,229,788.18 10,596,736.83
SCHE DULED CASH FL OW
CUMUL ATIVE Php 5,391,262.64 10,729,885.28 26,131,491.65 44,425,343.96 66,447,867.34 92,690,801.15 118,977,908.53 145,252,072.52 171,797,241.08 196,833,296.34 214,133,933.70 230,363,721.89 240,960,458.72

DPWH-INFR-46-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:

Manpower Schedule

Name of Contractor:

Entries are example only


MANPOWER 1st Month 2nd Month 3rd Month 4th Month 5th Month 6th Month 7th Month 8th Month 9th Month 10th Month 11th Month 12th Month 13th Month 14th Month

NO. CATEGORY 30 C.D. 60 C.D. 90 C.D. 120 C.D. 150 C.D. 180 C.D. 210 C.D. 240 C.D. 270 C.D. 300 C.D. 330 C.D. 360 C.D. 390 C.D. 420 C.D.
1 Project Manager 1 1 1 1 1 1 1 1 1 1 1 1 1 1
2 Deputy Project Manager (Operation) 1 1 1 1 1 1 1 1 1 1 1 1 1 1
3 Deputy Project Manager (Administration) 1 1 1 1 1 1 1 1 1 1 1 1 1 1
4 Project Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1 1
5 Bridge/Structural Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1 1
6 Highway/Pavement Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1 1
7 Materials/Quality Control Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1 1
8 Safety Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1 1
9 Construction Foreman 1 1 1 1 1 1 1 1 1 1 1 1 1 1
10 Geodetic Engineeer 1 1 1 1 1 1 1 1 1 1 1 1 1 1
11 Quantity Engineer 0 1 1 1 1 1 1 1 1 1 1 1 1 1
12 Office Engineer 1 1 1 1 1 1 1 1 1 1 1 1 1 1
13 Autocad Operator/Draftsman 1 1 1 1 1 1 1 1 1 1 1 1 1 0
14 Office Staff 0 1 1 1 1 1 1 1 1 1 1 1 1 0
15 Financing and Accounting 1 1 1 1 1 1 1 1 1 1 1 1 1 1
16 Purchasing and Supplying 1 1 1 1 1 1 1 1 1 1 1 1 1 0
17 Human Resources/Manpower 1 1 1 1 1 1 1 1 1 1 1 1 1 1
18 Camp Management/Security 2 4 4 6 6 6 6 6 6 6 5 5 4 2
19 Equipment In-Charge 1 1 1 1 1 1 1 1 1 1 1 1 1 1
20 Laboratory Technician 1 1 1 1 1 1 1 1 1 1 1 1 1 0
21 Laboratory Aide 1 1 1 1 1 1 1 1 1 1 1 1 1 0
22 Clerk Typist/Encoder 1 1 1 1 1 1 1 1 1 1 1 1 1 0
23 Instrumentman 1 1 1 2 2 2 2 2 2 2 2 1 1 0
24 Survey Aides 2 2 2 2 2 2 2 2 2 2 2 1 1 1
25 Health and Environment 0 1 1 1 1 1 1 1 1 1 1 1 1 1
26 First Aider/Health Personnel 1 1 1 1 1 1 1 1 1 1 1 1 1 1
27 Utility Personnel 1 1 1 1 1 1 1 1 1 1 1 1 1 1
28 Laundry Woman 1 1 1 1 1 1 1 1 1 1 1 1 1 1
29 Heavy Equipment Operator 4 8 8 10 10 15 15 15 15 15 15 8 6 4
30 Driver For Vehicles 3 5 7 8 8 8 8 8 8 8 8 8 7 3
31 Truck Driver 2 6 8 10 12 19 19 19 19 19 12 12 6 4
32 Skilled Laborer 3 8 8 12 16 16 16 16 16 16 16 12 8 6
33 Semi-Skilled Laborer 5 8 8 15 21 21 21 21 21 15 15 10 8 4
34 Unskilled Laborer 8 10 15 20 25 25 25 25 25 25 18 15 10 5
35 Field Watchmen 0 5 5 10 16 16 16 16 16 12 12 9 4 0
Total 52 82 91 120 143 155 155 155 155 145 130 106 80 48

DPWH-INFR-47-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:

Major Equipment Utilization Schedule

Name of Contractor:

E ntri es are exampl e o nl y

EQUIPMENT 1st Month 2nd Month 3rd Month 4th Month 5th Month 6th Month 7th Month 8th Month 9th Month 10th Month 11th Month 12th Month 13th Month 14th Month

NO. DESCRIPTION MAKE/TYPE MIN. CAPACITY TOTAL 30 C.D. 60 C.D. 90 C.D. 120 C.D. 150 C.D. 180 C.D. 210 C.D. 240 C.D. 270 C.D. 300 C.D. 330 C.D. 360 C.D. 390 C.D. 420 C.D.
1 Concrete Batching Plant LQC-80-II 80 tons/hr 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
2 Aggregate Crusher PE750X1060 175 tons/hr 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
3 Washing and Screening Plant 4YZS2160 175 tons/hr 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
4 Asphalt Paver RP403 3-4.10m/75 Kw 2 0 1 1 2 2 2 2 2 2 2 2 1 0 0
5 Asphalt Distributor XLS50 12000L 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
6 Bulldozer with Ripper SD-32 W 320 Hp 1 1 1 1 1 1 1 1 1 1 1 1 0 0 0
7 Bulldozer with Ripper D20A-5 39 Hp 1 0 1 1 1 1 1 1 1 1 1 0 0 0 0
8 Crawler Dozer D6HL6P 165 Hp 2 0 1 1 1 2 2 2 2 1 1 1 0 0 0
9 Hydraulic Excavator MS180-8 0.80 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 0 0 0
10 Hydraulic Excavator XE335C 1.40 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 1 1 0
11 Wheel Loader 865-2 3.10 cu.m. 1 0 1 1 1 1 1 1 1 1 0 0 0 0 0
12 Wheel Loader 840-2 2.00 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
13 Wheel Loader 850-2 3.00 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 0 0 0
14 Crawler Loader ZY-65 C 2.60 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
15 Motor Grader GR180R 195 Hp 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
16 Motor Grader GD31-3H 135 Hp 1 0 1 1 1 1 1 1 1 1 1 0 0 0 0
17 Vibratory Tandem Roller XD111E 11 tons 2 0 1 2 2 2 2 2 2 2 2 1 1 0 0
18 Vibratory Drum Roller XS 142 14 tons 1 0 0 0 1 1 1 1 1 1 1 1 0 0 0
19 Pneumatic Tired Roller XP201 12-20 tons 2 0 1 2 2 2 2 2 2 2 2 2 1 0 0
20 Dump Truck EQ3121GLJ6 20 cu.m. 15 0 5 8 8 10 15 15 15 15 15 12 8 4 4
21 Dump Truck NKR58E-7109892 2.15 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 1 1 0
22 Dump Truck CXZ71J-3016497 11 cu.m. 1 0 0 1 1 1 1 1 1 1 1 1 0 0 0
23 Dump Truck CXZ19J-3008234 12 cu.m. 1 0 1 1 1 1 1 1 1 1 1 1 1 0 0
24 Dump Truck NKR58E-7143065 2.15 cu.m. 1 0 0 1 1 1 1 1 1 1 1 1 1 1 0
25 Water Truck with Pump CLW51116SST3 1000 Gals. 2 0 1 1 1 2 2 2 2 2 2 2 1 1 0
26 Generator Set 3Ø/380V-50HZ 40,000 W 1 0 0 1 1 1 1 1 1 1 1 1 1 1 0
27 Generator Set DCA45SPI 36,000 W 1 1 1 1 1 1 1 1 1 1 1 1 0 0 0
28 Generator Set SH100LDE3 100,000 W 1 0 0 0 1 1 1 1 1 1 1 1 1 1 0
Total 2 27 35 38 42 47 47 47 46 45 39 25 10 4

DPWH-INFR-48-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------------

CONTRACTOR’S CONSTRUCTION SAFETY AND HEALTH PROGRAM

Date

To: Name of the Head of the Procuring Entity


Address

Pursuant to the provisions of Section 37.2.3 of the Implementing Rules and Regulations of
Republic Act No. 9184 and in accordance with the provisions of Department Order No. 129,
series of 2014, of the Department of Public Works and Highways (DPWH) and the
provisions of the Memorandum dated 17 July 2014 of the Department of Labor and
Employment (DOLE), we hereby submit to you, as part of the contract documents for the
abovementioned contract awarded to us, our Construction Health and Safety Program which,
once approved by the DPWH and concurred in by the DOLE Regional Office concerned,
shall be implemented by us for the said contract.

1. Construction Safety and Health Committee: State the composition of the Contractor’s
Construction Safety and Health Committee, if one has been formed. Otherwise, state
an undertaking of the Contractor to organize such committee and appoint its members
before the start of construction work at the project site.

2. Specific Safety Policies: State the specific safety policies which the Contractor
undertakes to observe and maintain in its construction site, including the frequency of
and persons responsible for conducting toolbox and gang meetings.

3. Penalties and Sanctions: State the penalties and sanctions for violations of the
Construction Safety and Health Program.

4. Training: State the frequency, content and persons responsible for orienting,
instructing, and training all workers at the site with regard to the Construction Safety
and Health Program under which they operate.

5. Waste Disposal: State the manner of disposing waste arising from the construction.

Submitted by:

Name and Signature of Authorized Officer of the Bidder


Position

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

DPWH-INFR-49-2016
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
------------------------------------------------------------------------------------------
Name of Procuring Entity
Address

CHECKLIST OF CONTRACT DOCUMENTS AND SUPPORTING DOCUMENTS

A. The Contract itself shall include the following:

1. Contract Agreement

2. Documents forming part of the Contract Agreement in the following order of


priority:

a. Notice of Award with the Contractor’s signed “conforme”

b. Contractor’s Bid comprised of its Technical and Financial Proposals, as


calculated by the Procuring Entity and conformed by the Contractor through
the NOA

c. Bidding Documents (BDs), other than items (2)(d) to (2)g below for the
Contract, with Bulletins.

d. Specifications

e. Drawings

f. Special Conditions of Contract (SCC)

g. General Conditions of Contract (GCC)

h. Performance Security

i. Integrity Pledge under Department Order No. 86, series of 2013

j. Other Contract Documents

(1) Construction Methods

(2) Construction Schedule in the form of PERT/CPM Diagram or Precedence


Diagram and Bar Chart with S-Curve, or other approved tools of project
scheduling, and Cash Flow

(3) Manpower Schedule

(4) Equipment Utilization Schedule

(5) Construction Safety and Health Program, as initially approved by the


Head of the Procuring Entity

-----------------------------------------------------------------------------------------------------------------------
DPWH-INFR-50-2016 Page 1 of 2
(6) Contractor’s All Risk Insurance (CARI)

The documents in items 1 and 2b to 2g above shall be provided by the Procuring Entity.
As indicated in the NOA, the documents in items 2a, and 2h to 2j shall be submitted by
the winning bidder to the Procuring Entity within ten (10) calendar days from the date of
its receipt of the NOA.

B. The following are the required supporting documents for the Contract:

1. Approved Program of Work (Annex “L””)

2. Certificate of Availability of Funds (CAF) (Annex “N”)

3. Abstract of Bids as Calculated (Annex “O”)

4. Approved BAC Resolution Declaring the Bidder with the LCRB and
Recommending Award thereto (Annex “P”)

-----------------------------------------------------------------------------------------------------------------------
DPWH-INFR-50-2016 Page 2 of 2
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------

FORM OF CONTRACT AGREEMENT

KNOW ALL MEN BY THESE PRESENTS:

This CONTRACT AGREEMENT, made this day of month , _year_, by and


between:

The GOVERNMENT OF THE REPUBLIC OF THE PHILIPPINES through the


Department of Public Works and Highways (DPWH) represented herein by
, duly authorized for this purpose, with main
office address at , hereinafter referred to as the
“PROCURING ENTITY”;

-and-

, a single proprietorship/partnership/corporation/
joint venture organized and existing under and by virtue of laws of the Republic of the
Philippines, with main office address at , represented
herein by , duly authorized for this purpose,
hereinafter referred to as the “CONTRACTOR;”

WITNESSETH:

WHEREAS, the PROCURING ENTITY is desirous that the CONTRACTOR execute the Works
under Contract ID and Name, hereinafter called “the Works,” and the PROCURING ENTITY
has accepted the Calculated Bid of the CONTRACTOR for the execution and completion of the
Works at the calculated unit bid prices shown in the attached Bill of Quantities, or a total
Contract price of amount in words and numbers.

NOW, THEREFORE, for and consideration of the foregoing premises, the parties hereto agree
as follows:

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

2. The following documents shall be attached, deemed to form, and be read and construed
as part of this CONTRACT AGREEMENT, and shall be interpreted in the following
order of priority:

a. This Contract Agreement

b. Documents forming part of the Contract Agreement:

(1) Notice of Award (NOA) with the Contractor’s signed “conforme”

--------------------------------------------------------------------------------------------------------------------
DPWH-INFR-51-2016 Page 1 of 3
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------
(2) Contractor’s Bid in the Form of Bid, including its Technical and Financial
Proposals, as calculated by the Procuring Entity and conformed to by the
Contractor through the NOA.

(3) Bidding Documents with Bulletins

(4) Specifications

(5) Drawings

(6) Special Conditions of Contract (SCC)

(7) General Conditions of Contract (GCC)

(8) Performance Security

(9) Integrity Pledge under Department Order No. 86, series of 2013

(10) Other Documents

(a) Construction Methods

(b) Construction Schedule in the form of PERT/CPM Diagram or


Precedence Diagram and Bar Chart with S-Curve, or other
approved tools of project scheduling, and Cash Flow.

(c) Manpower Schedule

(d) Equipment Utilization Schedule

(e) Construction Safety and Health Program initially approved by the


Head of the Procuring Entity

(f) Contractor’s All Risk Insurance (CARI)

3. In consideration of the payments to be made by the PROCURING ENTITY to the


CONTRACTOR as hereinafter mentioned, the CONTRACTOR hereby covenants with
the PROCURING ENTITY to execute and complete the Works and remedy any defects
therein in conformity with the provisions of this CONTRACT AGREEMENT in all
respects.

4. In consideration of the execution and completion of the Works by the CONTRACTOR,


the PROCURING ENTITY hereby covenants to pay the CONTRACTOR the unit prices
in the CONTRACTOR’s Calculated Bid, as applied to the actual quantities accomplished
as certified by the PROCURING ENTITY under the provisions of this CONTRACT
AGREEMENT, at the times and in the manner prescribed by this CONTRACT
AGREEMENT.

--------------------------------------------------------------------------------------------------------------------
DPWH-INFR-51-2016 Page 2 of 3
Department of Public Works and Highways
Contract ID:
Contract Name:
Location of the Contract:
----------------------------------------------------------------------------------------
IN WITNESS WHEREOF, the parties hereto set their respective hands on the day, month and
year first above written.

PROCURING ENTITY: CONTRACTOR:

Represented by: Represented by:

Witnessed by:

APPROVED (if the contracting party for the Procuring Entity is not the approving authority):

Date of Approval

--------------------------------------------------------------------------------------------------------------------
DPWH-INFR-51-2016 Page 3 of 3

You might also like