You are on page 1of 18

BID EVALUATION REPORT

AND
RECOMMENDATION FOR AWARD OF CONTRACT

NAME OF PROJECT

PHILIPPINE RURAL DEVELOPMENT PROJECT

IBRD LOAN OR IDA CREDITS NO:


CONTRACT NAME

Construction of Nuevo Trabajo PSCG Single Lane


Bridge and Approaches

IDENTIFICATION NUMBER

02 SNL ADS -10

DATE OF SUBMISSION

September 2013

LOWEST CALCULATED AND


RESPONSIVE BIDDER

EQUI-PARCO Construction Company

BID PROPOSAL

Php 41,060,784.62

Date of Submission of
LGU to RPCO

Calculated Bid Price

MUNICIPALITY OF SAN LUIS


PROVINCE OF AGUSAN DEL SUR

BID EVALUATION REPORT


NAME OF PROJECT: Construction of Nuevo Trabajo PSCG Single Lane
Bridge and Approaches
SUBPROJECT DESCRIPTION: Construction of Single Lane
TABLE 1. IDENTIFICATION
1.1 Name of Borrower
1.2 Loan/Credit Number
1.3 Date of Effectiveness
1.4 Closing Date
( a ) Original
( b ) Revised
1.5 Name of the Project

PSCG Bridge and Approaches

Republic of the Philippines


Base on Loan Agreement, (No
entry until Loan Agreement is
signed)

1.6 Purchaser ( or employer )


( a ) Name
( b ) Address
1.7 Contract Number Identification
1.8 Contract Description
1.9 Cost estimate
1.10 Method of Procurement
1.11 Prior Review Required
1.12 Domestic Preference Allowed
1.13 Fixed Price Contract
1.14 Co-financing, if any
( a ) Agency
( b ) Percent financed by agency

Construction of Nuevo Trabajo PSCG Single


Lane Bridge and Approaches
LGU-San Luis, Agusan del Sur
San Luis, Agusan del Sur
02-SNL-ADS-10
Bridge Construction
EPC
37,383,000.00
NCB __x__LIB_____ Other
Yes______ No___x__
Yes ______ No___x___
Yes ___x___ No ______
Not Applicable
Not applicable

The Municipality of San Luis has availed the Philippine Rural Development Program
(PRDP) of the Department of Agriculture for the Construction of Nuevo Trabajo Single Lane
PSCG Bridge and Approaches .

II SUBPROJECT BIDDING PROCESS


TABLE 2. BIDDING PROCESS
2.1 GENERAL PROCUREMENT
NOTICE
( a ) First Issue Date
(b ) Latest Update
2.2 PRE-QUALIFICATION IF
REQUIRED
(a ) Number of firms Pre-qualified
( b ) Date Banks No Objection
2.3 SPECIFIC PROCUREMENT
NOTICE
(a) Name of National Newspaper
(b) Issued Date
(c) Name of International Publication
(d) Issued Date
(e) PhilGEPS Publication Number
(f) Date Issued
(g) Number of Firms Notified
2.4 STANDARD BIDDING
DOCUMENTS
( a ) Title, Publication Date
(b ) Date of Bank No Objection
( c ) Date of Issue to the Bidders
2.5 NUMBER OF FIRMS ISSUED
DOCUMENTS
2.6 AMENDMENTS TO DOCUMENTS,
IF ANY
( a ) List all issue dates
(b ) Date(s) of Banks No Objection
2.7 DATE OF PRE-BID
CONFERENCE, IF ANY
2.8 DATE OF MINUTES OF PRE-BID
CONFERENCE SENT TO BIDDERS AND BANK

Fixed Date

September 25, 2012


None
Not Applicable
Not Applicable
The Daily Tribune
July 16, 2013
None
Not applicable
<Enter PhilGEPS Number>
<Enter philGEPS date>
Not applicable

Philippine Bidding Documents,


July 16, 2013
NOL1 Date
June 27,2013
July 29, 2013
1st
Issuance
Six (6)

/Release of
PBD

Not applicable
Not applicable
July 29, 2013 (10:00 am)
August 1, 2013

Atleast 3 days
after pre-bid
conference

The Invitation to Bid was advertised once on July 16, 2013 in The Daily Tribune and in
the PhilGEPS. Six (6) bidders were issued the bidding documents. A pre-bid conference was
held on July 29, 2013 (10:00am) at the Legislative Hall, San Luis, Agusan del Sur, to clarify
the requirements and specific provisions in the bidding document. Members of the BAC and
representatives of prospective contractors attended the conference. Clarifications were
made particularly on the bid security form and other requirements necessary to compose
their bid proposal.

III. BID SUBMISSION AND OPENING AND PRELIMINARY EXAMINATION


TABLE 3. BID SUBMISSION AND OPENING AND PRELIMINARY EXAMINATION
3.1 SUBMISSION DEADLINE
( a ) Original Date and Time
August 15, 2013 (10:00am)
( b ) Extensions, if any
N/A
3.2 BID OPENING DATE, TIME
August 15, 2013 (10:00am)
3.3 RECORD OF BID OPENING,
DATE SENT TO BANK
N/A
3.4 NUMBER OF BIDS SUBMITTED
Three (3)
3.5 BID VALIDITY
a) Originally Specified
Ninety (90) days
b) Extensions if any
Not Applicable
c) Date of Banks No Objection, if required
Not Applicable
The bidding for the Construction of Nuevo Trabajo Single Lane PSCG Bridge and
Approaches was conducted on August 15, 2013 at Legislative Hall, San Luis, Agusan del
Sur, on the scheduled bid opening. A total of Three (3) bidders submitted their bids before
the closing time. The opening of bids was chaired by the BAC chairman and attended by all
BAC members, observers, contractors and representatives and end-users for the project.
Each bids for the project was read out. There was no modification.
IV. ENVELOPE 1
TABLE 4. (ELIGIBILITY & TECHNICAL DOCUMENTS)

Name of
Bidder

Eligibility &
Technical
Documents

Bid Security
Amount

Form

Validity
(days)

Acceptance for
Financial Proposal
( P/F)

EQUI-PARCO
Bank
120
Const.
Pass
760,000.00
Pass
Guarantee days
Company
BBC
Bank
120
Pass
561,000.00
Pass
Construction
Guarantee days
ADFIL
Bank
120
Pass
561,000.00
Pass
Corporation
Guarantee days
Note: BDS Clause 24.2, During Bid Opening, if the first envelope lacks any of the documents
listed in World Bank BDS 12.1(a), the bid shall be declared non-responsive. The financial proposal
contained in the second bid envelopes of all the bidders shall be read. The first and second envelopes
shall not be returned to the bidders.

BDS requirements:
ELIGIBILITY DOCUMENTS
a. Registration Certification of the Company
b. List of relevant contracts as specified in ITB Clause 5.4 hereof;
b.1 One Project of 80% value for the last 5-years with same nature and
complexity (list of on-going & completed projects)
b.2 Average 3-years turn-over of Total Projects > 100%
c. Audited financial statement for the past three years
d. In case of Joint Venture, the JV Agreement, if existing, or a signed Statement
from the partner companies that they will enter into a JV in case of award of
contract
TECHNICAL DOCUMENTS
e. Bid Security, as to form, amount, and validity period
- Bid Securing Declaration (prescribed template); or
- Cash/ Cashiers or Managers Check; or
- Bank Guarantee (Commercial Banks)
f. Project requirements, which shall include the following:
(i) List of Contractors personnel (viz Project Engineer Licensed Engineer with
at least 10 or 15 years (as required under SCC Clause 6.5) of relevant
experience in road construction, Materials Engineers - Civil Engineer with at
least 5 years of relevant work in materials and quality control, duly accredited
by DPWH), to be assigned to the contract to be bid, with their complete
qualification and experience data
(ii) List of Contractors equipment units, which are owned, leased and/or under
purchase agreements, supported by certification of availability of equipment
from the equipment lessor/vendor for the duration of the project

Pass (If all of the above documents are present)


Fail (If any of the above documents are absent)

V. ENVELOPE 2
TABLE 5. FINANCIAL PROPOSAL
Name of Bidders
EQUI-PARCO
Const. Company
BBC Construction
ADFIL Corporation

Pass

42,908,766.36

Acceptance for Financial


Proposal
( Pass/Fail)
Pass

Pass
Pass

43,617,827.74
43,498,393.13

Pass
Pass

Financial
Document

Bid Price

VI. ABSTRACT OF BIDS:


TABLE 6. ABSTRACT OF BIDS

FINDINGS OF
Ranking
PRELIMINARY
EXAMINATION
EQUI-PARCO
Passed both in
1 (Lowest Bid)
Const.
42,908,766.36
760,000.00
Technical & Financial
Company
Proposal
Passed both in
3
BBC
43,617,827.74
561,000.00
Technical & Financial
Construction
Proposal
Passed both in
2
ADFIL
43,498,393.13
561,000.00
Technical & Financial
Corporation
Proposal
Note: BDS Clause 24.2 The Financial proposals in the second envelope of all the bidders shall
be read. The first and second envelopes shall not be returned to the bidders.
NAME OF
BIDDERS

BID PRICE
(Php)

BID
SECURITY

VII. DETAILED EVALUATION AND COMPARISON OF BIDS


The Bid Documents submitted by EQUI-PARCO Construction Company, BBC
Construction, and ADFIL Corporation after having passed the financial proposal were
subjected for detailed evaluation and comparison of bids.
XXXX <Please provide text description on what have occurred during the detailed
evaluation of the bids of each of the bidders, what are the reasons for the price corrections
e.g. arithmetical corrections in unit prices of what items>
TABLE 7: LOWEST CALCULATED BID

Name of
Bidder

Bid Price
(Php)

Corrected
Price
(Php)

EQUIPARCO
42,908,766.36 41,060,784.62
Const.
Company
BBC
43,617,827.74 40,831,701.11
Construction

Completeness
(P/F)

Ranking

Acceptance
for Post
Qualification

Pass

Pass

1(Lowest
Calculated
Pass
Bid)
Based on Comparison of Bids, the lowest calculated bid is offered by ADFIL
Corporation.
ADFIL
Corporation

43,498,393.13 40,624,949.29

VII POST QUALIFICATION


A. For Lowest Calculated Bid ( ADFIL Corporation)
1. BANKs CONFIRMATION on Bid Security (Written Confirmation from the
issuing Bank):
If BG, attach the
confirmation from the Bank

Bidder
ADFIL Corporation

Ranking Bid Security


(Php)
1

561,000.00

Bank

Remarks

DBP Butuan City Branch

Pass

2. EXPERIENCE
a) To be considered eligible and qualified a Bidder must have a successful
experience as prime contractor in the construction of at least one (1) work of a
nature and complexity equivalent to the Works generally in the last five (5)
years (to comply with this requirement, single works cited should be at least
eighty percent (80%) of EPC), such being verifiable
from completion
certificates;
Name of
Client /
Amount of
Date
Bidder
Project
Ranking
Agency
Contract
Completed
Implemented
Rehabilitation of
Wawa Bridge
ADFIL
along AgusanJune 25,
DPWH XIII 110,862,073.31
1
Corporation
Davao
2011
Road,Agusan
del Sur
ADFIL Corporation passed in the criteria of experience particularly the criteria on one
(1) project of the same nature and complexity for the last 5-years of at least 80% with a
biggest project in this category of 272.89% of the EPC.

b.) Have an annual turnover from all works averaged over the last three (3)
years equal to one hundred percent (100%) of the EPC.
Bidder

ADFIL
Corporation

Name of Project
Client /
Implemented
Agency
1.Rehabilitation of Wawa
Bridge along AgusanDavao Road,Agusan del DPWH
XIII
Sur
2. Rehab./Reconst. Of
Damage PavedNational
Roads along Butuan CityCagayan de Oro-Iligan
DPWH
Road ( Agusan Misamis
III
Oriental Section), LibertadBancasi Section, Butuan
City
3. Rehab/Reconst. Of
Damage Paved National
Roads along Daang
DPWH
Maharlika ( SurigaoIII
Agusan Road), AmpayonTaguibo Section, Butuan
City

TOTAL

Amount of
Contract

Year
Completed

110,862,073.31

June 25, 2011

54,953,400.14

November
16,2009

56,883,818.75

November
16,2009

222,699,292.20

(Note: Following this table is your data interpretation of the above table which varies for every subproject:
Example shown below)

The volume of annual turnover of ADFIL Corporation has an average of 74,233,097.40


which is 182.73% of the EPC. Therefore, ADFIL Corporation passed the criteria on
experience.

3. The following are the minimum essential equipment required under ITB Clause
12.1(b)(ii.3) of the Bid Data Sheet of the Final Bidding Document.
1. EQUIPMENT: ADFIL CORPORATION
Required
Equipment

As
Plate No.

Motor No.

Chassis No.

Proof of
Ownership

RDZ411

10PC1-956319

CXZ19J-2031491

OR/CR

GPL-282

8DC9-295572

FV415J-500634

OR/CR

RDZ962

10PC1-954072

CXZ19J-2027244

OR/CR

GMJ-264

8DC9-282941

FV415J-20010

OR/CR

CTE995

10PB1309831

CXZ21J2017504

OR/CR

GHF355

D9AYK034278

KMCDB19YPLW00
4057

OR/CR

RFX177

10PE1-163140

CYM81Q13000219

OR/CR

RFX687

10PC1-935160

CXM19K-1977460

OR/CR

8DC2-69961

175-3A-0403

10355609

4046B164JAC

KOMATSU

S6D155-4-14069

D150-1-8196

KOMATSU

NH 22026157299

D60PG-33599

NONE

S6D125-154382

21256

DEED OF
SALE

NONE

UMD-274

10PB1300050

JALCX271P30020
4

OR/CR

Brand
ISUZU
(10 Wheelers)

MITS./FUSO
(10 Wheelers)

ISUZU
( 10 Wheelers)

1. Dump Truck

(4-owned , 4Leased)

FUSO
(10 Wheelers)
ISUZU
(12 Wheelers)

HYUNDAI
(10 Wheelers)

ISUZU
(10 Wheelers)

ISUZU
(10 Wheelers)

2. Pay loader

(1-owned , 1Leased)

3. Bulldozer (1owned , 1Leased)

4. Road Roller
5.
6.
7.

(1-owned)
Grader (1owned)
Back Hoe (1owned)
Water truck
(1-owned)

Validated

TCM
PAYLOADER
TCM LOG
LOADER

KOMATSUGD705A-4
ISUZU

(10 Wheelers)

CASH
INVOICE
(6 sets)

8. Bar Bender
(4-owned)

9. Transit Mixer
(1-owned)

ISUZU

(10Wheelers)

RHZ953

10.

Concrete
Mixer (2owned)

11.

Concrete
Vibrator (4owned)

DEED OF
SALE
DEED OF
SALE
SALES
INVOICE
CASH
INVOICE

10PE1-174660

CXZ81K23002880

GX240

3688525

OR/CR
CASH
INVOICE
CASH
INVOICE
NONE

12.

Welding
Machine (4owned)
13. Diesel
Hammer (1owned)
14. Drop
Hammer (1owned)
15. Compress
or Machine
(1-owned)
16. Water
Pump (2owned)
17. Buggy
Cart (6owned)
18. Steel
Form (5owned, 5leased)
19. T/M
Crane, (1owned, 1Leased)
20. Bar
Cutter (4owned)
21. Prime
Mover (1owned)
22. 37.5 KVA
Transformer
(1-owned)
23. Generator
Set (3Phase) (1owned)

CASH
INVOICE
(5 units)
10-3028

SALES
INVOICE
CASH
INVOICE
CASH
INVOICE
CASH
INVOICE
(4 units)
CASH
INVOICE
(15pcs.)
CASH
INVOICE
(200pcs)

FUSO
(10 Wheelers)

CUMMINS

(6 Wheelers)

MBJ-708

8DC8-134932

5342266

OR/CR

LDS-910

NH220-35624

ADGR-316927

OR/CR
CASH
INVOICE
(8 sets)

ISUZU

(10 Wheelers)

LMF814

10PC1-936594

WZ431-1958798

OR/CR
SALES
INVOICE

CUMMINS

DEED OF
SALE

ADFIL Corporation failed to meet the minimum equipment requirement as specified in


the Bidding documents. The Bidder has no road roller, no back hoe and no concrete vibrator.
Therefore, ADFIL Corporation, the Lowest Calculated Bid failed in the criteria for the
equipment and will now proceed with the post-qualification of the second lowest calculated
bid (BBC Construction)

10

B. Post-qualification of the second lowest calculated bid: (BBC Construction )


1. Banks Confirmation on Bid Security (Written Confirmation from the issuing
Bank):
Bidder

Ranking Bid Security


(Php)

BBC Construction

561,000.00

Bank

Remarks

DBP Butuan City Branch

Pass

2.EXPERIENCE:
a. ) To be considered eligible and qualified a bidder must have a successful
experience as a prime contractor in the construction of at least one ( 1 ) work of a nature
and complexity equivalent to the works in the last five ( 5 ) years ( to comply with this
requirement, single works cited should be at least eighty ( 80% ) of the EPC, such being
verifiable from completion certificates.
Bidder
BBC
Construction

Name of
Project
Implemented
Completion of
Matabao Bridge

Client /
Agency
DPWH XIII

Amount of
Contract

Date
Completed

Remarks

9,293,070.20

April 25,
2007

22.76% of
the EPC
(FAILED)

Therefore, BBC Construction, the Second Lowest Calculated Bid failed in the criteria
for the experience and will now proceed with the post-qualification of the third lowest
calculated bid (Equi-Parco Construction Company).

C. Post-qualification of the third lowest calculated bid (Equi-Parco Construction


Company)
1. Banks Confirmation on Bid Security: (Written Confirmation from the issuing
Bank):
Bidder
Equi-Parco

Ranking Bid Security


(Php)
3

760,000.00

Bank

Remarks

DBP Butuan City Branch

Pass
11

Construction &
Company
2. EXPERIENCE:
a. ) To be considered eligible and qualified a bidder must have a successful
experience as a prime contractor in the construction of at least one ( 1 ) work of a nature
and complexity equivalent to the works in the last five ( 5 ) years ( to comply with this
requirement, single works cited should be at least eighty ( 80% ) of the EPC, such being
verifiable from completion certificates.
Bidder

EQUI-PARCO
Const.
Company

Name of
Project
Implemented
Completion/Con
st of Cagayan
de Oro 3rd
Bridge and
Access Road
(Phase VII)

Client /
Agency

DPWH X

Amount of
Contract

269,829,746.90

Date
Completed

Remarks

Nov. 9, 2010

657.15% of
the EPC
(PASSED)

b.) Have an annual turnover from all works averaged over the last three (3) years
equal to one hundred percent (100%) of the EPC.
Bidder
Name of Project
Client /
Amount of
Year
Implemented
Agency Contract
Completed
Completion/Const
of
EQUI-PARCO
Cagayan de Oro 3rd Bridge
Const. Company
DPWH X 269,829,746.90
Nov. 9, 2010
and Access Road (Phase
VII)
TOTAL
Average
Cross-checking with the ITR:
YEAR
2011
2010
2009
Total
Average (3 years):
Remark:

269,829,746.90
89,943,248.97

Passed:
(240.60% of
the EPC)

SALES/REVENUE
(Construction)
P3,191,774,827.00
P2,555,493,794.00
P1,002,059,077.00
P6,749,327,698.00
P2,249,775,899.33
Passed (6,018% of the EPC)

12

3. The following are the minimum essential equipment required under ITB Clause
12.1(b)(ii.3) of the Bid Data Sheet of the Final Bidding Document.

EQUIPMENT: EQUI-PARCO Construction Company


Required
Equipment

1. Dump Truck

(4-owned , 4Leased)

2. Pay loader (1owned , 1Leased)

3. Bulldozer (1owned , 1Leased)

As
Plate No.

Motor No.

Chassis No.

Proof of
Ownership

KDU 332

8DC10-282445

FV416J-50430

OR/CR

ZTG 671

WD61550150715
73783

LGGGLLDTX8L003
058

OR/CR

MDM 162

1507L677966

LGGGDLDT89L004
968

OR/CR

MDM 182

507L678000

LGGGDT19L00788
7

OR/CR

GGM 746

8DC10-307856

FB416J-510410

OR/CR

MBM 193

1507L678804

LGGGGLLDT99LO
O7801

OR/CR

MDH 883

8DC11-377526

FV191J-731990

OR/CR

CRV 834

10PC1-981805

CXZ19J-3009827

OR/CR

LIUGONG

69950960

126648

LIUGONG

1209E027334

149755

KOMATSU

S6D155-4-22510

D155A-1-11490

SHANTUI

41113752

111521

Brand
FUZO
(10Wheelers)
CHENGLONG
(6 Wheelers)
DONFENG
(10Wheelers)
DONFENG
(6 Wheelers)
MITSUBISHI
(10Wheelers)
DONFENG
(10Wheelers)
FUZO
(10Wheelers)
ISUZU
(10Wheelers)

4. Road Roller
5.
6.
7.

(1-owned)
Grader (1owned)
Back Hoe (1owned)
Water truck
(1-owned)

Validated

KD10-12802

LIUGONG

69556466

P00820

LIUGONG

6BT 5.9C152

21878638

10PE1-400866

SRZ-581-1918244

ISUZU
(10Wheelers)

TDR 739

(4-owned)
(1-owned)
10. Concrete
Mixer (2owned)
11. Concrete

OR/CR
CASH
INVOICE
(7 units)

8. Bar Bender
9. Transit Mixer

DEED OF
SALE
DEED OF
SALE
DEED OF
SALE
DEED OF
SALE
DEED OF
SALE
DEED OF
SALE
DEED OF
SALE

KCG 624

8DC8-226363

FV313J-53497

OR/CR
CASH
INVOICE
(3 units)
CASH

13

Vibrator (4owned)
12. Welding
Machine (4owned)
13. Diesel
Hammer (1owned)

INVOICE
(5 units)
CASH
INVOICE
(4 units)
K45-4521

CASH
INVOICE
(2 units)

14. Drop Hammer


(1-owned)

15. Compressor

CASH
INVOICE

Machine (1owned)

16. Water Pump


(2-owned)

17. Buggy Cart


(6-owned)

18. Steel Form (5owned, 5leased)

19. T/M Crane,

50684

(1-owned, 1Leased)

60771

20. Bar Cutter (4owned)

21. Prime Mover


(1-owned)
22. 37.5 KVA Transformer
(1-owned)
23. Generator Set
(3-Phase) (1owned)

DEED OF
SALE

ISUZU

MVH 489

8DC11-305990

VVR300-1967287

CASH
INVOICE
(3 units)
CASH
INVOICE
(7 units)
CASH
INVOICE
(20 pairs)
DEED OF
SALE
DEED OF
SALE
CASH
INVOICE
( 5 units)
OR/CR
CASH
INVOICE
CASH
INVOICE

EQUI-PARCO Construction Company meet the minimum equipment required by the


project.

14

4. KEY PERSONNEL: EQUI-PARCO CONSTRUCTION COMPANY


KEY PERSONNEL
Name

Position

Ruben A. Javier

Structural Engineer

Geovanni B. Torralba

Project Engineer

Andrade L. Pena

Const. Foreman

Armando A. Abaday

Materials Engineer

Bio Data

Technical Requirements
PRC License/
Experienced
Accreditation

Present

Present

Present

Present

Present

Present

Present

Present

Remarks

PRC Lic. # 0024715


Valid Until:12/17/2013
PRC Lic. # 0081420
Valid Until:2/20/2013

Pass
Pass
Pass

PRC Lic. # 0081014


Valid Until:9/23/2012
Certificate of
Accreditation valid
until : 3/2/2013

Pass

EQUI-PARCO Construction Company meet the minimum required on technical


requirements of key personnel therefore pass for these particular criteria.
5. NET FINANCIAL CONTRACTING CAPACITY (NFCC): (use the Current ITR)
NFCC = {(Current assets minus current liabilities)(k) minus the value of all outstanding or
uncompleted portions of the projects under ongoing contracts, including awarded contracts
yet to be started coinciding with the contract to be bid.
Where: K = 10 for a contract with a duration of one year or less, 15 for a contract duration of
more than one year up to two years, and 20 for a contract duration of more than two years.
1. Current Assets
2. Current Liabilities
3. Value of all Outstanding Contracts
4. K
5. NFCC = {(10)(48,538,152.00-4,053,501.00)-(0)
6. Remarks

P48,538,152.00
P4,053,501.00
0
10
Php 444,846,510.00
Passed

15

RECOMMENDATIONS:
The result of bids submitted by the Bidders: EQUI-PARCO Construction Company,
BBC Construction and ADFIL Corporation .
After the preliminary, detailed and post evaluation the ADFIL Corporation (lowest
calculated bid), failed in the required minimum equipment for not having owned 1-unit
Back Hoe, 1-unit Road Roller and 1-unit Concrete Vibrator hence considered not
responsive bid.
On the other hand BBC Construction (second lowest calculated bid) failed in the
evaluation for having a single experience of only a 22.76% of the bid amount which fall short
of the requirement of at least 80% of the bid amount.
Furthermore, after passing all the minimum requirements set by the PRDP, EQUIPARCO Construction Company was found to have the lowest calculated and responsive
bidder for the Construction of Nuevo Trabajo Single Lane PSCG Bridge and
Approaches in the amount not to exceed FORTY ONE MILLION SIXTY THOUSAND
SEVEN HUNDRED EIGHTY FOUR & 62/100 PESOS (PHP41,060,784.62)
Prepared by:

BAC Technical Working Group

SONIA L. TIMIDAN

JIMMY S. PITOS

JULIUS P. MANLAP

TWG MEMBER

TWG MEMBER

TWG MEMBER

Noted by:
NAPOLEON C. BASCON
BAC Chairman
RANDY MARTINEZ
BAC Member

GLENN BRIONES
BAC Member

16

RAMIL DELA CRUZ


BAC Member

JARED GONZALES
BAC Member

Proposed Contract Award


1. Lowest evaluated responsive bidder (proposed
for contract award)
(a) name
EQUI-PARCO CONSTRUCTION COMPANY
AMBANGAN,AMBAGO VILLAGE,
(b) address
BUTUAN CITY
2. If bid submitted by agent, list actual supplier.
(a) name
(b) address

RUBEN A. JAVIER
.
AMBANGAN,AMBAGO VILLAGE, BUTUAN
CITY

3. If bid from joint venture, list all partners,


nationalities, and estimated shares of contract.
4. Principle country (ies) of origin of
goods/materials.
5. Estimated date (month, year) of contract
signing.
6. Estimated delivery to project site/completion
period.

7. Bid Price(s) ) ( Red -out)


8. Corrections for Errors
9. Discounts
10. Other Adjustments
11. Proposed Award
12. Disbursement Category.

Philippines
OCTOBER 2013
395 Calendar days

Currency(ies)
PESO

Amount(s) or
%
42,908,776.36
(-) 1,847,991.74

N/A
41,060,784.62

17

18

You might also like