You are on page 1of 15

Note: This is the Cover Sheet for the Contract-Specific Bidding Documents.

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS

PROCURING ENTITY: Camarines Sur 3rd Distirct Engineering


Office,Caraycayon, Tigaon, Camarines
Sur

BIDDING DOCUMENTS

FOR

CONTRACT ID:_______________________________

CONTRACT NAME:____________________________

CONTRACT LOCATION:__________________________

Date of Opening of Bids:_________________________________

Start date for Issuance of Bidding Documents: _____________________


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# : 17FF0072


PROJECT NAME : Network Development – Off Carriageway Improvement Including
Drainage along Tigaon-Goa-San Jose-Lagonoy-Guijalo via San Vicente
Road,
K0486+760.00 – K0487+137.00
K0487+183.00 – K0488+770.00
K0488+833.00 – K0489+760.00
PROJECT LOCATION : Matacla – Poblacion – Boclod, Goa and San Jose, Camarines Sur

SUMMARY OF BID PRICES


(All Parts of Bill Quantities)

Part No. Part Description Total Amount


PART-A FACILITIES FOR THE ENGINEER
A.1.1(8) Provision of Field Office for the Engineer
656,407.90
(Rental Basis)
A.1.2(2) Provision of 4x4 Pick-Up Type Service Vehicle for
458,722.42
the Engineer on Bare Rental Basis

PART-B OTHER GENERAL REQUIREMENTS


B.5 Project Billboard/Signboard 10,090.88
B.7 Occupational Safety & Health 235,658.82
B.8 Traffic Management 357,569.08
B.9 Mobilization/Demobilization 25,244.21
B.12 Removal and Relocation of Utilities 243,790.98

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

PART-D SUBBASE AND BASE COURSE


200(1) Aggregate Sub Base Course 2,885,400.59

PART-E SURFACE COURSES


311(1)e1 PCCP (Unreinforced) 0.28m.thk. 22,731,955.46
311(2)f1 PCCP (Reinforced) 0.30m.thk. 185,990.40

PART-F BRIDGE CONSTRUCTION


404(1)a Reinforcing Steel (Grade 40) 3,028,332.17
405(1)a3 Structural Concrete, Class “A” (fc’=20.68 Mpa) 3,038,963.49

PART-G DRAINAGE AND SLOPE PROTECTION


STRUCTURES
500(1)a1 Pipe Culverts (RCPC-610mm.Ø- Class II) 31,288.44
500(1)a5 Pipe Culverts (RCPC-1220mm.Ø – Class II) 30,279.10
505(2)a Grouted Riprap (Class A) 2,461,173.40
506(1) Stone Masonry 25,749.69

PART-H MISCELLANEOUS STRUCTURES


600(3) Concrete Gutter (Cast in Place) 696,416.16
600(7) Curb and Gutter (Precast) 593,638.47
612(1) Reflectorized Thermoplastic Pavement Markings
1,658,917.26
(white)
612(2) Reflectorized Thermoplastic Pavement Markings
240,915.51
(Yellow)

TOTAL AMOUNTS PHP 42,535,779.62


Total of All amount in Words ________________________________________________
___________________________________________________________________________
Forty Two Million Five Hundred Thirty Five Thousand Seven Hundred Seventy Nine Pesos and Sixty Two Centavos Only
________________________________________________________________Pesos.

Submitted by:

Name: _______________________ in the capacity of ____________________________


AUTHORIZED MANAGING OFFICER

Signed ____________________________ Date _________________________________


June 7, 2017

Duly authorized to sign the Bid for and in behalf of _______________________________


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# : 17FF0072


PROJECT NAME : Network Development – Off Carriageway Improvement Including
Drainage along Tigaon-Goa-San Jose-Lagonoy-Guijalo via San Vicente
Road,
K0486+760.00 – K0487+137.00
K0487+183.00 – K0488+770.00
K0488+833.00 – K0489+760.00
PROJECT LOCATION : Matacla – Poblacion – Boclod, Goa and San Jose, Camarines Sur

BILL OF QUANTITIES

ITEM NO. D E S C R I P T I O N QUANTITY UNIT Unit Price AMOUNT


(Pesos) (Pesos)
PART-A FACILITIES FOR THE ENGINEER
A.1.1(8) Provision of Field Office for the 6.47 Mos. 101,454.08 656,407.90
Engineer (Rental Basis)
One Hundred One Thousand Four Hundred Fifty Four Pesos and Eight Centavos Only
A.1.2(2) Provision of 4x4 Pick-Up Type Service 6.47 Mos.
70,899.91 458,722.42
Vehicle for the Engineer on Bare
Rental Basis
Seventy Thousand Eight Hundred Ninety Nine Pesos and Ninety One Centavos Only

PART-B OTHER GENERAL REQUIREMENTS


B.5 Project Billboard/Signboard 2.00 each 5,045.44 10,090.88

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

B.9 Mobilization/Demobilization 1.00 L.S. 25,244.21


25,244.21
Twenty Five Thousand Two Hundred Forty Four Pesos and Twenty One Centavos Only
B.12 Removal and Relocation of Utilities 1.00 L.S. 243,790.98 243,790.98
Two Hundred Forty Three Thousand Seven Hundred Ninety Pesos and Ninety Eight 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

101(3)d Removal of Actual 607.00 Sq.m. 13,930.65


22.95
Structures/Obstruction (Sidewalk
00.10m.thk.)
Twenty Two Pesos and Ninety Five Centavos Only
101(4)a1 Removal of Actual 83.00 L.M. 4,819.81
58.07
Structures/Obstruction
(RCPC-610mm.Ø)

Fifty Eight Pesos and Seven Centavos Only


101(6) Removal of Structures & Obstructions 31.50 Cu.m. 306.04 9,640.26
(Concrete)
(
Three Hundred Six Pesos and Four Centavos Only
102(2) Surplus Common Excavation 3,815.68 Cu.m. 120.73 460,667.05
One Hundred Twenty Pesos and Seventy Three Centavos Only
103(1)a Structure Excavation (Common Soil) 1,036.00 Cu.m. 528.49 547,515.64
Five Hundred Twenty Eight Pesos and Forty Nine Centavos Only
104(1)a Embankment from Roadway 1,166.12 Cu.m. 691.12 805,928.85
Excavation
Six Hundred Ninety One Pesos and Twelve Centavos Only
105(1)a Subgrade Preparation 11,81900 Sq.m. 464,723.08
39.32
(Common Materials)
Thirty Nine Pesos and Thirty Two Centavos Only

PART-D SUBBASE AND BASE COURSE


200(1) Aggregate Sub-Base Course 1,290.47 Cu.m. 2,885,400.59
2,235.93
Two Thousand Two Hundred Thirty Five Pesos and Ninety Three Centavos Only

PART-E SURFACE COURSES


311(1)e1 PCCP (Unreinforced) -0.28m.thk.) 11,819.00 Sq.m. 1,923.34 22,731,955.46

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

PART-G DRAINAGE AND SLOPE PROTECTION


STRUCTURES
500(1)a1 Pipe Culverts (RCPC -610mm.Ø- 4.00 L.M. 31,288.44
7,822.11
Class II)
(
Seven Thousand Eight Hundred Twenty Two Pesos and Eleven Centavos Only
500(1)a5 Pipe Culverts (RCPC-1220mm.Ø – 1.00 L.M. 30,279.10 30,279.10
Class II)
Thirty Thousand Two Hundred Seventy Nine Pesos and Ten Centavos Only
505(2)a Grouted Riprap (Class A) 674.71 Cu.m. 2,461,173.40
3,647.75
Three Thousand Six Hundred Forty Seven Pesos and Seventy Five Centavos Only
506(1) Stone Masonry 4.33 Cu.m. 5,946.81 25,749.69

Five Thousand Nine Hundred Forty Six Pesos and Eighty One Centavos Only

PART-H MISCELLANEOUS STRUCTURES


600(3) Concrete Gutter (Cast in Place) 1,804.00 L.M. 386.04 696,416.16

Three Hundred Eighty Six Pesos and Four Centavos Only


600(7) Curb & Gutter (Precast) 1,539.00 Pc. 593,638.47
385.73
Three Hundred Eighty Five Pesos and Seventy Three Centavos Only
612(1) Reflectorized Thermoplastic Pavement 837.00 Sq.m. 1,981.98 1,658,917.26
Markings (white)
One Thousand Nine Hundred Eighty One Pesos and Ninety Eight Centavos Only
612(2) Reflectorized Thermoplastic Pavement 99.00 Sq.m. 2,433.49 240,915.51
Markings (yellow)
(
Two Thousand Four Hundred Thirty Three Pesos and Forty Nine Centavos Only

GRAND TOTAL IN FIGURE: PHP 42,535,779.62


GRAND TOTAL IN WORDS:
Forty Two Million Five Hundred Thirty Five Thousand Seven Hundred Seventy Nine Pesos and Sixty Two Centavos Only

Submitted by:

Name: _______________________ in the capacity of ___________________________


AUTHORIZED MANAGING OFFICER

Signed ____________________________ Date _________________________________


June 7, 2017

Duly authorized to sign the Bid for and in behalf of _______________________________


BID DATA SHEET
ITB Clause
1.1 The PROCURING ENTITY is Department of Public Works and Highways,
Camarines Sur 3rd Engineering District Office, Caraycayon, Tigaon,
Caraycayon, Tigaon, Camarines Sur.

The scope of the Works under this Contract :

Network Development-Off Carriageway Improvement Including Drainage


along Tigaon-Goa-San Jose-Lagonoy-Guijalo via San Vicente Road,
Matacla-Poblacion-Boclod Section, Goa and San Jose, Camarines Sur
K0486+760.00 – K0487+137.00
K0487+183.00 – K0488+770.00
K0488+833.00 – K0489+760.00
CONTRACT ID#17FF0072
2. The Approved Budget for the contract (ABC) Php. 43,404,627.84
The Funding Source is the Government of the Philippines, through GAA
Year, 2017 covered by ABM/_______________________

9.1 The date and time of the Pre-Bid Conference is:


May 26, 2017_ at 10:00 A.M.

The Venue of the Pre-Bid Conference at BAC Room, DPWH, Camarines Sur
3rd Engineering District Office, Caracyayon, Tigaon, Camarines Sur.

11.1 The PROCURING ENTITY’s address is

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:

Key Personnel Cost of Largest Year of Experience


Project Handle in Proposed
Position

1. PROJECT MANAGER : 50% of the ABC


2. PROJECT ENGINEER : 50% of the ABC
3. MATERIALS ENGINEER : 50% of the ABC
4. FOREMAN 50% of the ABC
101.1a(8) The minimum work equipment requirements:

Const. Equipment Required Number Minimum Capacity/Unit


4-Dump Trucks (10.00 cu.m.)
1-Payloader (1.50 cu.m.)
1-Backhoe (0.80 cu.m.)
1-Backhoe with Breaker
1-Motorized Road Grader, G710A
1-Vibratory Roller (10 mt)SP56
1-Water Truck (1,000 gal.)
4-Transit Mixer (5.00 cu.m.)
2-Concrete Vibrator
1-Concrete Batch Plant (30.cu.m.)
1-Batching Plant
1-Concrete Screeder (5.5 hp)
1-Cargo Truck (10T. 270 hp)
2-Unit 1-Bagger Concrete Mixer
1-Concrete Saw (7.5 hp)
1-Bar Cutter, Single Phase
1-Bar Bender
1-Cutting Outfit
1-Welding Machine
1-Applicator Machine
1-Kneading Machine
14.3a For locally funded projects, No further instruction
12.1 (a) AS AMENDED
“Unless otherwise indicated in the BDS, the first envelope shall contain the
following eligibility and technical documents
(a) Eligibility Documents-
CLASS “A” Documents
….
(v) NFCC computation in accordance with ITB Clause 5.5; and’
(vi) Tax Clearance per Executive Order 398, series of 2005, as
finally reviewed and approved by BIR

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.

26.1 Place of the Opening of Bids:


BAC Room, DPWH, Camarines Sur 3rd District Engineering Office,
Caraycayon, Tigaon, Camarines Sur
15. There is no provision for a value engineering change proposal.

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

c.) Surety Bond Callable on demand Thirty Percent (30%)


issued by a Surety or Insurance
Company duly certified by the
Insurance Commission as
authorized to issue such security
Department of Public Works and Highways

Contract ID# :
Contract Name :
Location of the Contract :
----------------------------------------------------------------------------------------------------------------
BIDDER’S CHECKLIST OF REQUIREMENTS FOR ITS BID, INCLUDING
TECHNICAL AND FINANCIAL PROPOSALS

The TECHNICAL Proposals shall contain the following;

1. If Joint Venture, PCAB Special JV License

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

3. Duly initialed Organizational Chart for the Contract (Form DPWH-INFR-13)

4. Duly initialed Contractor’s List of Key Personnel for the Contract (Form DPWH-
INRA.13)

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

6. Sworn statement under RA 9184-IRR Sec.25.2b)iv) (Form DPWH-INFRA-15)

a. Signatory is proprietor/duly authorized representative of bidder.


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

The FINANCIAL Proposals shall contain the following:

1. Duly signed Bid Form

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

3. Duly initialed Detailed Estimates

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


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

BID FORM

Date: ______________________
October 9, 2017

The BAC Chairman


DPWH, Camarines Sur 3rd Engineering District Office
Caraycayon, Tigaon, Camarines Sur

We, the undersigned declare that:

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”);

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 the RA 9184-IRR Sec. 25.2b)iv), USING Form
DPWH-INFR-15 (Annex “A-6”);

e.) Our Financial Proposals 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-17 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: 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

h.) Our Bid shall be valid for a period of _______________________


120 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 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

Standard Form Number: SF-INFR-51


Revised on August 11, 2004

AFFIDAVIT OF SITE INSPECTION

I, ___________________________________________, Filipino of legal age,


married/single and resident of ____________________________________________ after
having been sworn in accordance with law depose and say;

1. That I am the ___________________________ of the _____________________


with Office address at ________________________________________________

2. That I have inspected the site for the


_______________________________________;

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;

IN WITNESS WHEREOF, I have hereunto set my hands this _____________ day of


_________________, 2017 at ____________________________________.

________________________
Affiant

SUBSCRIBED AND SWORN BEFORE ME this ___________ day of __________, 2017.


Affiant exhibited to me his/her Resident Certification Number_________________ Issued
on _______ _________at __________________________, Philippines.

NOTARY PUBLIC

Doc. No.________
Page No. ________
Book No. _______
Series of 2017
INTEGRITY PLEDGE
FOR DPWH CONSTRUCTOR

We believe that corruption detracts from the contribution of infrastructure projects to


national development.

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.

In view of the following, we pledge the following:

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.

6. We will ensure that our employees embrace our commitment to integrity by


developing or enchancing our internal Code of Conduct.

7. We will continue to participate in dialogues with DPWH and fellow contractors to


address any concerns in a fair and transparent manner.

______________________________________
Owner/Proprietor

______________________________
Date Signed
Contract ID#
Contract
Name:
Location

OMNIBUS SWORN STATEMENT

AFFIDAVIT

I, _________________________. Of legal age, married, Filipino, and resident


_________________________, after having been duly sworn with law, do hereby depose
and state that;

1. That I am the sole proprietor of _________________________, with Office address


at ___________________________________________;

2. As the owner and sole proprietor of ____________________________, I have full


power and authority to do, execute and perform any and all acts necessary to
represent it in the bidding for the ______________________________________;

3. _________________________________________ is not blacklisted or


barred from bidding by the Government of the Philippines of any of its agencies,
offices, corporations, or Local Government/foreign or international financing
institution whose blacklisting rules have been recognized by the Government
Procurement Policy Board;

4. Each of the documents submitted is 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. ______________________________________ Construction is authorizing


the Head of the Procuring Entity or its duly authorized representatives to verify all
the documents submitted;

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;

8. That, our firm ______________________ complies with responsibilities of


prospective eligible bidders provided in the PBD’s.

9. That, I/or my representative had conducted site inspection of the projects.

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

SUBSCRIBED AND SWORN TO BEFORE me this ______ day of _________, 2017.


Affiant exhibited to me his/her Community Tax Certificate No.__________________, Issued
at _______________________________________________.

Doc. No. _________


Page No. _________ NOTARY PUBLIC
Book No. ________
Series of 2017

You might also like