Professional Documents
Culture Documents
BIDDING DOCUMENTS
FOR
CONTRACT ID:_______________________________
CONTRACT NAME:____________________________
CONTRACT LOCATION:__________________________
PART-C EARTHWORKS
1003(3)a1 Individual Removal of Trees (150-300mm.Ø) 219,488.40
1003(3)a2 Individual Removal of Trees (301-500mm.Ø) 65,846.55
1003(3)a3 Individual Removal of Trees (501-750mm.Ø) 29,265.15
1003(3)a4 Individual Removal of Trees (751-900mm.Ø) 10,974.45
101(1) Removal of Structures and Obstruction 243,790.98
101(3)b2 Removal of Actual Structures/Obstruction
62,684.32
(PCCP Unreinforced/0.20m.thk.)
101(3)d Removal of Actual Structure/Obstruction 13,930.65
(Sidewalk -0.10m.thk.)
101(4)d Removal of Actual Structures/Obstruction 4,819.81
(RCPC-610mm.Ø)
101(6) Removal of Structures and Obstruction
9,640.26
(Concrete)
102(2) Surplus Common Excavation 460,667.05
103(1)a Structure Excavation (Common Soil) 547,515.64
104(1)a Embankment from Roadway Excavation 805,928.85
105(1)a Subgrade Preparation (Common Materials) 464,723.08
Submitted by:
BILL OF QUANTITIES
Five Thousand Forty Five Pesos and Forty Four Centavos Only
B.7 Occupational Safety & Health Program 6.47 Mos. 36,423.31 235,658.82
(
Thirty Six Thousand Four Hundred Twenty Three Pesos and Thirty One Centavos Only
B.8 Traffic Management 6.47 Mos. 55,265.70
357,569.08
Fifty Five Thousand Two Hundred Sixty Five Pesos and Seventy Centavos Only
PART-C EARTHWORKS
100(3)a1 Individual Removal of Trees 120.00 each 1,829.07 219,488.40
(150-300mm.Ø)
One Thousand Eight Hundred Twenty Nine Pesos and Seven Centavos Only
100(3)a2 Individual Removal of Trees 35.00 each 1,881.33 65,846.55
(301-500mm.Ø)
One Thousand Eight Hundred Eighty One Pesos and Thirty Three Centavos Only
100(3)a3 Individual Removal of Trees 15.00 each 1,951.01 29,265.15
(501-750mm.Ø)
One Thousand Nine Hundred Fifty One Pesos and One Centavo Only
100(3)a4 Individual Removal of Tress 5.00 each 10,974.45
2,194.89
(751-900mm.Ø)
Two Thousand One Hundred Ninety Four Pesos and Eighty Nine Centavos Only
101(1) Removal of Structures & Obstruction 1.00 L.s. 243,790.98 243,790.98
(
Two Hundred Forty Three Thousand Seven Hundred Ninety Pesos and Ninety Eight Centavos Only
101(3)b2 Removal of Actual 3,208.00 Sq.m. 62,684.32
19.54
Structures/Obstruction (PCCP-
Unreinforced/0.20m.thk.)
Nineteen Pesos and Fifty Four Centavos Only
One Thousand Nine Hundred Twenty Three Pesos and Thirty Four Centavos Only
311(2)f1 PCCP (Reinforced) -0.30m.thk. 48.00 Sq.m. 3,874.80 185,990.40
(
Three Thousand Eight Hundred Seventy Four Pesos and Eighty Centavos Only
PART-F BRIDGE CONSTRUCTION
404(1)e1 Reinforcing Steel (Grade 40) 37,317.71 Kgs. 81.15 3,028,332.17
Eighty One Pesos and Fifteen Centavos Only
405(1)a3 Structural Concrete Class A 455.33 Cu.m. 6,674.20 3,038,963.49
(fc’=20.68Mpa)
Six Thousand Six Hundred Seventy Four Pesos and Twenty Centavos Only
Five Thousand Nine Hundred Forty Six Pesos and Eighty One Centavos Only
Submitted by:
The Venue of the Pre-Bid Conference at BAC Room, DPWH, Camarines Sur
3rd Engineering District Office, Caracyayon, Tigaon, Camarines Sur.
GLENN L. SAÑOSA
BAC Chairman
DPWH, Camarines Sur 3rd District Engineering Office
Caraycayon, Tigaon, Camarines Sur
Tel. Number( 054) -881-01-07
14.2a(3)(b) The minimum work experience requirements for the key personnel are the
following:
171.1 Bids shall be valid until one hundred twenty (120) days from the date set
for bids opening.
20.4 The bidder shall submit one (1) copy original first envelope (Technical) and
One (1) copy of original of second envelope (Financial) components of the
bids.
21.4d The specific identification of this bidding process
22 The date and Time of the Opening of Bids: June 08, 2017
Dropping of Bids: Until 10:00 A.M.
Opening of Bids : 2:00 P.M.
18.1 As amended: The procuring entity shall prescribed at least two (2) forms
of performance security taken from two (2) categories below that bidders
may opt to use, denominated in Philippine Pesos and posted in favor of the
Procuring Entity.
Amount of Performance Security
FORM OF PERFORMANCE SECURITY (Equal to Percentage of the Total Contract
Price)
b.) Bank Draft/guarantee or
irrevocable letter of credit issued Ten Percent (10%)
by a Universal or Commercial
Bank; Provided, however, that it
shall be comfirmed or
authenticated by a Universal or
Commercial Bank, if issued by a
foreign bank
Contract ID# :
Contract Name :
Location of the Contract :
----------------------------------------------------------------------------------------------------------------
BIDDER’S CHECKLIST OF REQUIREMENTS FOR ITS BID, INCLUDING
TECHNICAL AND FINANCIAL PROPOSALS
4. Duly initialed Contractor’s List of Key Personnel for the Contract (Form DPWH-
INRA.13)
2. Duly signed Bid Prices in the Bill of Quantities (Forms DPWH-INFR-16 and 17)
BID FORM
Date: ______________________
October 9, 2017
a.) We have examined and have no reservation to 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 Proposals (Annex “A”)
and our Financial Proposals (Annex “B”);
(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 the RA 9184-IRR Sec. 25.2b)iv), USING Form
DPWH-INFR-15 (Annex “A-6”);
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: PHP 5,756,802.24
Five Million Seven Hundred Fifty Six Thousand Eight Hundred Two Pesos and Twenty Four Centavos Only
g.) The discount we offered and the methodology for their application for this Contract
are:_________________________________________________________;
DPWH-INFRA-09-2016
Page 1 of 2
Department of Public Works and Highways
Contract ID# 17FF0108
Contract Name Construction of Two Units, One (1) Storey Two (2) Classroom with Toilet Attached School Building
Location of the Contract Calawit Community School, San Jose, Camarines Sur
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 continue 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: __________________________________________________________________
MARILYN P. NOVILLA
In the Capacity of _________________________________________________________
MANAGER
Signed: _________________________________________________________
Duly authorized to sign the Bid for and on behalf of _____________________________
FIRMABUILT CONSTRUCTION
Date: _____________________
October 9, 2017
Page 2 of 2
Republic of the Philippines
Department of Public Works and Highways
OFFICE OF THE DISTRICT ENGINEER
Camarines Sur 3rd District Engineering Office
Caraycayon, Tigaon, Camarines Sur
Contract ID#
Contract Name:
Location
3. That I am making this statement as part of the requirement for the Technical
Proposal of the Department of Public Works and Highways, Camarines Sur
3rd Engineering District, Tigaon., Camarines Sur;
________________________
Affiant
NOTARY PUBLIC
Doc. No.________
Page No. ________
Book No. _______
Series of 2017
INTEGRITY PLEDGE
FOR DPWH CONSTRUCTOR
We recognize that the national executive government, in particular the DPWH leadership, is
taking initiatives to reduce corruption and promote integrity.
We realize that such initiative cannot be successful without our full cooperation.
As professionals, business owners and development partners, we are fully aware of our
responsibility to our stakeholders and society to conduct our business with the highest
degree of professionalism and ethical standards.
1. We will promote healthy, competition and will not engage in collusion and rigging
that make a mockery of the bidding process.
2. We will provide value-for-money services by including in our bid offers only the cost
that go directly to the project and reasonable profit, and by executing projects in
accordance with engineering standards.
3. We will not engage in bribery in cash or in any other form and we will not offer or
yield demand or request for payoff money.
4. We will maintain only one book of accounts and we will ensure that our financial
reports are accurate and transparent.
5. We will install internal controls and systems for good governance and accountability.
______________________________________
Owner/Proprietor
______________________________
Date Signed
Contract ID#
Contract
Name:
Location
AFFIDAVIT
6. I am not related to the Head of the Procuring Entity, member of the Bids and Award
Committee (BAC), The Technical Working Group and the BAC Secretariat, the Head
Of the project Management Office or the end/user unit, and the project consultants
by the consanguinity or affinity up to the third civil degree;
7. That, our firm, ____________________ complies with the existing labor laws and
standards;
10. That, I am making this statement in compliance with Section 25 of the Revised
Implementing Rules and Regulations of RA 9184, and in accordance with the
requirements of the DPWH, Camarines Sur 3rd Engineering District Office, Tigaon,
Camarines Sur;
11. That, I understand and accept that any false statements in this respect will render
___________________________________________________ and its authorized
officers liable for prosecution to the full extend of the law.
IN WITNESS WHEREOF, I have hereunto set my hands this _____ of _________, 2017at
Tigaon, Camarines Sur.
_________________________
Affiant