0% found this document useful (0 votes)
18 views45 pages

BD 4

This document provides bidding documents for the construction of a road with drainage in Barangay Camaman-an, Cagayan de Oro City. Key details include: - The project is located in Barangay Camaman-an, Cagayan de Oro City and bids will be opened on March 18, 2024. - The bidding documents are for a road construction project and were prepared according to Philippine law on public procurement. - The documents provide instructions to bidders on project details, eligibility requirements, bid procedures and evaluation.

Uploaded by

gensh.tempo
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
Download as pdf or txt
0% found this document useful (0 votes)
18 views45 pages

BD 4

This document provides bidding documents for the construction of a road with drainage in Barangay Camaman-an, Cagayan de Oro City. Key details include: - The project is located in Barangay Camaman-an, Cagayan de Oro City and bids will be opened on March 18, 2024. - The bidding documents are for a road construction project and were prepared according to Philippine law on public procurement. - The documents provide instructions to bidders on project details, eligibility requirements, bid procedures and evaluation.

Uploaded by

gensh.tempo
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 45

REPUBLIC OF THE PHILIPPINES

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS


REGIONAL OFFICE NO. 10
CAGAYAN DE ORO 2ND
DISTRICT ENGINEERING OFFICE
Macabalan, Cagayan de Oro City

BIDDING DOCUMENTS
FOR

CONTRACT ID : 24KD0038

CONTRACT NAME : CONSTRUCTION OF ROAD WITH


DRAINAGE, BARANGAY CAMAMAN-
AN, CAGAYAN DE ORO

CONTRACT LOCATION : Brgy. Camaman-an, Cagayan de Oro


City

Start Date for Issuance of


Bidding Documents : February 28, 2024

Date of Opening of Bids : March 18, 2024


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.

1
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.

2
TABLE OF CONTENTS

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


Section I. Invitation to Bid .................................................................................8
Section II. Instructions to Bidders.................................................................. 12
1. Scope of Bid ............................................................................................................13
2. Funding Information ...............................................................................................13
3. Bidding Requirements .............................................................................................13
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ....................13
5. Eligible Bidders .......................................................................................................13
6. Origin of Associated Goods ....................................................................................14
7. Subcontracts ............................................................................................................14
8. Pre-Bid Conference .................................................................................................14
9. Clarification and Amendment of Bidding Documents............................................14
10. Documents Comprising the Bid: Eligibility and Technical Components ...............15
11. Documents Comprising the Bid: Financial Component .........................................15
12. Alternative Bids ......................................................................................................16
13. Bid Prices ................................................................................................................16
14. Bid and Payment Currencies ...................................................................................16
15. Bid Security.............................................................................................................16
16. Sealing and Marking of Bids...................................................................................16
17. Deadline for Submission of Bids ............................................................................17
18. Opening and Preliminary Examination of Bids ......................................................17
19. Detailed Evaluation and Comparison of Bids .........................................................17
20. Post Qualification ....................................................................................................17
21. Signing of the Contract ...........................................................................................18
Section III. Bid Data Sheet .............................................................................. 19
Section IV. General Conditions of Contract ................................................. 26
1. Scope of Contract ....................................................................................................27
2. Sectional Completion of Works ..............................................................................27
3. Possession of Site ....................................................................................................27
4. The Contractor’s Obligations ..................................................................................27
5. Performance Security ..............................................................................................28
6. Site Investigation Reports .......................................................................................28

3
7. Warranty..................................................................................................................28
8. Liability of the Contractor .......................................................................................28
9. Termination for Other Causes .................................................................................28
10. Dayworks ................................................................................................................29
11. Program of Work.....................................................................................................29
12. Instructions, Inspections and Audits .......................................................................29
13. Advance Payment....................................................................................................29
14. Progress Payments ..................................................................................................29
15. Operating and Maintenance Manuals......................................................................29
Section V. Special Conditions of Contract..................................................... 31
Section VI. Specifications ................................................................................ 33
Section VII. Drawings ...................................................................................... 35
Section VIII. Bill of Quantities ....................................................................... 36
Section IX. Checklist of Technical and Financial Documents ..................... 39

4
Glossary of
Terms, Abbreviations, and Acronyms

ABC – Approved Budget for the Contract.

ARCC – Allowable Range of Contract Cost.

BAC – Bids and Awards Committee.

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


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

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


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

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

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

CDA – Cooperative Development Authority.

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

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

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

CPI – Consumer Price Index.

5
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.

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.


6
SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

UN – United Nations.

7
Section I. Invitation to Bid

Notes on the Invitation to Bid


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

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

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

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

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

d. Any important bid evaluation criteria.

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

8
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
CAGAYAN DE ORO CITY 2ND DISTRICT ENGINEERING OFFICE
Macabalan, Cagayan de Oro City

Invitation to Bid for


24KD0038 – Construction of Road with Drainage,
Barangay Camaman-an, Cagayan de Oro City

1. The DPWH – Cagayan de Oro 2nd District Engineering Office, through the FY 2024
General Appropriations Act (RA11975), intends to apply the sum of Four Million Nine
Hundred Thousand Pesos Only (Php. 4,900,000.00) being the Approved Budget for the
Contract (ABC) to payments under the contract for 24KD0038 – Construction of Road
with Drainage, Brgy. Camaman-an, Cagayan de Oro City. Bids received in excess of
the ABC shall be automatically rejected at bid opening.

2. The DPWH – Cagayan de Oro 2nd District Engineer Office through its Bids and Awards
Committee now invites bids for the hereunder Works:

Construction of Road with Drainage, Barangay Camaman-an,


Name of Contract :
Cagayan de Oro
Contract ID No. : 24KD0038
Locations : Barangay Camaman-an, Cagayan de Oro City
Road concreting with drainage, total length of 379.00 meters. Section
Scope of Works : 1 (114.00 meters), Section 2 (165.00 meters) and Section 3 (100.00
meters)
ABC : Php. 4,900,000.00
Contract Duration : 51 Calendar Days

3. Prospective Bidders should be (1) registered with and classified by the Philippine
Contractors Accreditation Board (PCAB) with Size Range Small B, PCAB LICENSE
Category of “C & D” for General Engineering. 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.

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

9
Calculated Responsive Bidder (LCRB) who was determined as such during post-
qualification.

5. Interested bidders may obtain further information from the DPWH – Cagayan de Oro 2nd
District Engineering Office and inspect the Bidding Documents at DPWH – Cagayan de
Oro 2nd DEO, Macabalan, Cagayan de Oro City during weekdays from 8:00 AM to
5:00 PM.

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


28, 2024 to March 18, 2024 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 Five Thousand Pesos Only (Php. 5,000.00).

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

8. The DPWH – Cagayan de Oro 2nd District Engineering Office will hold a Pre-Bid
Conference* on March 5, 2024 at 2:00 PM at Conference Room of DPWH – Cagayan
de Oro 2nd DEO, which shall be open to prospective bidders.

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


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

10. Bids must be duly received by the BAC Secretariat at the address below for manual
submission or at [email protected] for electronic submission
on or before March 18, 2024 until 2:00 PM. All bids must be accompanied by a bid
security in any of the acceptable forms and in the amount stated in ITB Clause 18.

11. Bid opening* shall be on March 18, 2024, 2:00 PM at Conference Room of DPWH –
Cagayan de Oro 2nd DEO. 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.

12. In consistent with DO 127 s. 2018, “if at the time of the post-qualification procedure, the
BAC verifies that any of the deficiencies is due to the contractor’s fault or negligence
pursuant to 34.3 (b)(ii)(c) of the 2016 Revised Implementing Rules and Regulations of
Republic Act No.9184 (2016 RIRR of RA 9184), the Procuring Entity shall disqualify the
contractor from the award without any right to reimburse fees and incidental cost paid for
the procurement of infrastructure contract subject of the Bid.”

13. The DPWH – Cagayan de Oro 2nd 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

10
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.

14. For further information, please refer to:

CYNTHIA B. PECORE NOEL B. ALFONSO


Head, BAC Secretariat BAC Chairperson
DPWH CDO 2nd DEO, Macabalan DPWH CDO 2nd DEO, Macabalan
(088) 856-8774 (088) 856-8774
[email protected] [email protected]

Approved by:

NOEL B. ALFONSO
Chief, Maintenance Section
BAC Chairperson

* In compliance to Department Order No. 06 s. 2024 re: “YouTube Livestreaming, Posting (Video Uploading) of DPWH Procurement Activities, and Post
Award Disclosure Reporting”, the public may view the livestreaming of Pre-Bidding Conference and Opening of Bids for the above-mentioned project
on the DEO’s YouTube Channel DPWH Cagayan de Oro 2nd DEO Procurement LS (@DPWHCagayandeOroCity2ndDEO)

You may visit the following websites:

For downloading of Bidding Documents:


https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement

For online bid submission: [email protected]

February 28, 2024

11
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.

12
1. Scope of Bid
The Procuring Entity, DPWH – Cagayan de Oro 2nd District Engineering Office
invites Bids for the Construction of Road with Drainage, Barangay Camaman-an,
Cagayan de Oro, with Project Identification Number 24KD0038.

2. Funding Information
2.1. The GOP through the source of funding as indicated below for FY 2024
General Appropriations Act (RA11975) in the amount of Four Million Nine
Hundred Thousand Pesos Only (Php. 4,900,000.00).

2.2. The source of funding is:

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

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

13
5.2. The Bidder must have an experience of having completed a Single Largest
Completed Contract (SLCC) that is similar to this Project, equivalent to at
least fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to
current prices using the PSA’s CPI, except under conditions provided for in
Section 23.4.2.4 of the 2016 revised IRR of RA No. 9184.

A contract is considered to be “similar” to the contract to be bid if it has the


major categories of work stated in the BDS.

5.3. For Foreign-funded Procurement, the Procuring Entity and the foreign
government/foreign or international financing institution may agree on another
track record requirement, as specified in the Bidding Document prepared for
this purpose.

5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of
the 2016 IRR of RA No. 9184.

6. Origin of Associated Goods


There is no restriction on the origin of Goods other than those prohibited by a
decision of the UN Security Council taken under Chapter VII of the Charter of the
UN.

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

The Procuring Entity has prescribed that:


a. Subcontracting is not allowed.

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, Conference Room of Main Building,
DPWH – Cagayan de Oro 2nd District Engineering Office, Macabalan, Cagayan de
Oro City on March 5, 2024 at 2:00 in the afternoon 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 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.

14
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), with Affidavit of Commitment
to Work, 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.

15
12. Alternative Bids
Bidders shall submit offers that comply with the requirements of the Bidding
Documents, including the basic technical design as indicated in the drawings and
specifications. Unless there is a value engineering clause in the BDS, alternative Bids
shall not be accepted.

13. Bid Prices


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

14. Bid and Payment Currencies


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

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

a. Philippine Pesos.

15. Bid Security


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

15.2. The Bid and bid security shall be valid until 120 Calendar days. 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 (1) original copy of the first and second components of
its Bid and two (2) additional copies for both components marked “Copy 1” and
“Copy 2” using A4 sized bond papers.

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

16
copy of its Bid, which must be digitally signed. An electronic copy that cannot be
opened or is corrupted shall be considered non-responsive and, thus, automatically
disqualified.

17. Deadline for Submission of Bids


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

18. Opening and Preliminary Examination of Bids


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

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

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


2016 revised IRR of RA No. 9184.

19. Detailed Evaluation and Comparison of Bids


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

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

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.

17
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.

18
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.

19
Bid Data Sheet
ITB Clause
The Procuring Entity is Department of Public Works and Highways – Cagayan de
Oro City 2nd District Engineering Office.

The scope of works under this Contract is Road concreting with drainage, total
length of 379.00 meters. Section 1 (114.00 meters), Section 2 (165.00 meters) and
1.1 Section 3 (100.00 meters)

The Contract Name is Construction of Road with Drainage, Barangay


Camaman-an, Cagayan de Oro.

Contract ID is 24KD0038
The Approved Budget for the Contract is Php. 4,900,000.00

The Funding Source is the Government of the Philippines through FY 2024 General
2 Appropriations Act (RA 11975)

The name of the Project is 24KD0038 – Construction of Road with Drainage,


Barangay Camaman-an, Cagayan de Oro
5.2 For this purpose, contracts similar to the Project refer to contracts which have the
same major categories of work, which shall be:
Roads: Construction – PCCP

Similar Categories of Work:


Roads: Rehabilitation – PCCP
Roads: Construction – Tunnel – PCCP
7.1 Sub-contracting is not allowed.
10.3 Not Applicable
10.4 The key personnel must meet the required minimum (2) years of experience
set below:
1 Project Manager
1 Project Engineer
1Materials Engineer
1 Safety Officer
1 Construction Foreman
10.5 The minimum major equipment requirements are the following:
Equipment Description Units Required Capacity
Backhoe with Pavement Breaker 1 0.80m3
Payloader 1 1.50cu.m
Dump Truck 1 12yd3
Bulldozer 1 155hp, D6H SERIES II PSDS
Backhoe 1 0.80m3
Plate Compactor 1 5hp
Water Truck Pump 1 16000L
Motorized Road Grader 1 140hp, G710A
Vibratory Roller 1 10mt, SD100DC
Concrete Vibrator 1
Concrete Screeder 1 5.5hp
Concrete Saw 1 7.5hp, blade 10”
Bar Cutter 1 Single Phase
Bar Bender 1
One Bagger Mixer

20
1 Set Materials Testing Apparatus
12 No further instruction.
15.1 The bid security shall be in the form of a Bid Securing Declaration or any of
the following forms and amounts:
a. The amount of not less than Php. 98,000.00, if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter
of credit;

b. The amount of not less than Php. 245,000.00 if bid security is in


Surety Bond.
19.2 Partial bids are allowed, as follows:
No further instruction.
20 No further instruction.
21 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 DOLE, and
other acceptable tools of project scheduling.
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 is DPWH-CDOC, 2nd DEO- Conference Room,
Macabalan, Cagayan de Oro City.

The deadline for receipt of Bids is Monday, March 18, 2024, until 2:00 PM.

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


observed following D.O. 87 s. 2020:

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


Documents
Prior to the deadline of submission of bids, the prospective bidders shall send
an e-mail with subject “Official Receipt for [Insert Contract ID]” to
[email protected]. 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”. Further, the e-mail subject
would be “Official Receipt for 24KD0038”.

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.

21
2. Confirmation of the electronically submitted Official Receipt
2.1 An e-mail shall be received by a prospective bidder confirming its
successful submission of the Official Receipt as required under Item 1.

Only the electronic bids of bidders who have successfully submitted


an electronic Official Receipt shall be accepted.

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


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

3. Preparation and submission of an electronic Bid


The prospective bidders shall prepare and submit their bids electronically
following the steps prescribed under with D.O. 87 s. 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 24KD0038
TECHNICAL, 12345 24KD0038 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 24KD0038 TECHNICAL.zip, 12345
24KD0038 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
24KD0038 PCABLicense.pdf, 12345 24KD0038 Omnibus
SwornStatement.pdf).
22
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 24KD0038 Bid).
In case the total file size of the main archive file folder is more than
the allowable size of an attachment per e-mail of the prospective
bidder’s e-mail service provider (e.g. Gmail, Yahoo Mail, Outlook),
they shall need to split its electronic bid into two or more
PASSWORD PROTECTED COMPRESSED ARCHIVE MAIN
FILE FOLDERS.

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


have a Subject in the format “Bid Submission for [Insert Contract
ID No.]” (e.g. “Bid Submission for 24KD0038”).

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
24KD0038”and “Bid Submission 2/2 for 24KD0038”.

f. The prospective bidder shall submit its electronic bid to


[email protected] 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. 24KD0038 should be “Bid Modification 1 for
24KD0038".

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

23
be sent to [email protected] 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
[email protected] before the deadline for
bid submission.

7. Opening of the electronic bid

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

If the bidder chooses to disclose the password through phone call, he


should make sure that the contact numbers as recorded in the Civil
Works Application are open when the BAC calls to ask for the
password. The bidder may also choose to call the BAC number (088)
856-8774 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 DPWH Cagayan de Oro City
2nd DEO - BAC.

If the bidder chooses to attend the bid opening through online


conference, the bidder should view the meeting using the DPWH –
CDO 2nd DEO Official YouTube Channel.

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

24
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
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.

26
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that
can be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable
in contract implementation. Herein clauses shall serve as the secondary source for the
terms and conditions of the Contract.

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

2. Sectional Completion of Works


If sectional completion is specified in the Special Conditions of Contract (SCC),
references in the Conditions of Contract to the Works, the Completion Date, and the
Intended Completion Date shall apply to any Section of the Works (other than
references to the Completion Date and Intended Completion Date for the whole of the
Works).

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

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

4. The Contractor’s Obligations


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

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

27
5. Performance Security
5.1. Within ten (10) calendar days from receipt of the Notice of Award from the
Procuring Entity but in no case later than the signing of the contract by both
parties, the successful Bidder shall furnish the performance security in any of
the forms prescribed in Section 39 of the 2016 revised IRR.

5.2. The Contractor, by entering into the Contract with the Procuring Entity,
acknowledges the right of the Procuring Entity to institute action pursuant to
RA No. 3688 against any subcontractor be they an individual, firm,
partnership, corporation, or association supplying the Contractor with labor,
materials and/or equipment for the performance of this Contract.

6. Site Investigation Reports


The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports
referred to in the SCC supplemented by any information obtained by the Contractor.

7. Warranty
7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2
of the 2016 revised IRR, the Procuring Entity shall forfeit its performance
security, subject its property(ies) to attachment or garnishment proceedings,
and perpetually disqualify it from participating in any public bidding. All
payables of the GOP in his favor shall be offset to recover the costs.

7.2. The warranty against Structural Defects/Failures, except that occasioned-on


force majeure, shall cover the period from the date of issuance of the
Certificate of Final Acceptance by the Procuring Entity. Specific duration of
the warranty is found in the SCC.

8. Liability of the Contractor


Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability
under this Contract shall be as provided by the laws of the Republic of the
Philippines.
If the Contractor is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.

9. Termination for Other Causes


Contract termination shall be initiated in case it is determined prima facie by the
Procuring Entity that the Contractor has engaged, before, or during the
implementation of the contract, in unlawful deeds and behaviors relative to contract
acquisition and implementation, such as, but not limited to corrupt, fraudulent,
collusive, coercive, and obstructive practices as stated in ITB Clause 4.

28
10. Dayworks
Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of
RA No. 9184, and if applicable as indicated in the SCC, the Dayworks rates in the
Contractor’s Bid shall be used for small additional amounts of work only when the
Procuring Entity’s Representative has given written instructions in advance for
additional work to be paid for in that way.

11. Program of Work


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

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

12. Instructions, Inspections and Audits


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

13. Advance Payment


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

14. Progress Payments


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

15. Operating and Maintenance Manuals

29
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.

30
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.

31
Special Conditions of Contract
GCC Clause
2 Not Applicable
4.1 The Procuring Entity shall give possession of the Site to the Contractor
on upon issuance of the NTP.
6 The site investigation reports are: Contractor must conduct site
inspection and submit Affidavit of Site Inspection as part of the Technical
Envelope with complete attachment. Their Affidavit of Site inspection
must also be signed by the DWPH PDS personnel who accompanied
them. The contractor’s official request duly received by the Records
Management Unit (RMU) of this office should also be a part of the
technical bid.
7.2 In case of permanent structures, such as buildings of types 4 and 5 as
classified under the National Building Code of the Philippines and other
structures made of steel, iron, or concrete which comply with relevant
structural codes (e.g., DPWH Standard Specifications), such as, but not
limited to, steel/concrete bridges, flyovers, aircraft movement areas,
ports, dams, tunnels, filtration and treatment plants, sewerage systems,
power plants, transmission and communication towers, railway system,
and other similar permanent structures: Fifteen (15) years.

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.

In case of other structures, such as bailey and wooden bridges, shallow


wells, spring developments, and other similar structures: Two (2) 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 [insert number] days of delivery of the
Notice of Award. Not Applicable.
11.2 The amount to be withheld for late submission of an updated Program of
Work is [insert amount]. Not Applicable.
13 The amount of the advance payment is shall not exceed 15% of the total
contract price and schedule of payment.

As per Cabinet Action/ Decision File No. 437-020518-07-18 with


subject: “Contractual Provisions to Penalize Slippage” that
formalizes the President of the Republic of the Philippines’ instruction
to include a provision in government contracts which states that
“slippage of more than 30 days in the original schedule would result
in nonpayment, the cancellation of the contract, blacklisting of the
erring contractor, and entry of a new contractor who will finish the
project”.

32
In consideration of the memorandum dated April 5, 2018, Guidelines
for the Implementation of Cash – Based Budgeting in FY 2019
Secretary Mark A. Villar, “only accomplishments up to the last
working day of the year will be paid and the remaining unpaid
balance will automatically expire, the unpaid balance of the Contract
shall be included in the Next Infrastructure Program or this will be
lined up in the Special Purpose Fund with DBM”

Also, in consideration of the Executive Order No. 91 dated September


9, 2019, “Adopting of the Cash Budgeting System Beginning Fiscal
Year 2019 and for Other Purposes”.

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
_______.

The date by which “as built” drawings are required is _______.


15.2 The amount to be withheld for failing to produce “as built” drawings
and/or operating and maintenance manuals by the date required is
____________.

Section VI. Specifications

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

33
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.

34
Section VII. Drawings
[Insert here a list of Drawings. The actual Drawings, including site plans, should be
attached to this section, or annexed in a separate folder.]

35
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).

36
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.

37
Bill of Quantities
(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 Unit Price Amount
Description Unit Quantity
Item No. (Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)
PART B OTHER GENERAL REQUIREMENTS
In words: Pesos_____ In words: Pesos_____
B.5 Project Billboard/ Signboard each 2.00 In figure: Php_______ In figure: Php_______

In words: Pesos_____ In words: Pesos_____


B.7(2) Occupational Safety and Health lumpsum 1.00 In figure: Php_______ In figure: Php_______

In words: Pesos_____ In words: Pesos_____


B.8(1) Traffic Management month 3.93 In figure: Php_______ In figure: Php_______

In words: Pesos_____ In words: Pesos_____


B.9 Mobilization/ Demobilization lumpsum 1.00 In figure: Php_______ In figure: Php_______

PART C EARTHWORK

Removal of Actual Structures/ In words: Pesos_____ In words: Pesos_____


101(3)d Obstruction, 0.10m thick (sidewalk) sq.m 442.50 In figure: Php_______ In figure: Php_______

In words: Pesos_____ In words: Pesos_____


102(2) Surplus Common Excavation cu.m 301.98 In figure: Php_______ In figure: Php_______

In words: Pesos_____ In words: Pesos_____


103(1)a Structure Excavation (common soil) cu.m 108.65 In figure: Php_______ In figure: Php_______

In words: Pesos_____ In words: Pesos_____


103(3) Foundation Fill cu.m 13.68 In figure: Php_______ In figure: Php_______

Embankment from Roadway/ Structure In words: Pesos_____ In words: Pesos_____


104(1)a Excavation (common soil) cu.m 60.84 In figure: Php_______ In figure: Php_______

Subgrade Preparation (common In words: Pesos_____ In words: Pesos_____


105(1)a material) sq.m 1,383.00 In figure: Php_______ In figure: Php_______

PART D SUBBASE AND BASE COURSE


In words: Pesos_____ In words: Pesos_____
206(1) Polymer Based Chemical Soil Additive cu.m 163.30 In figure: Php_______ In figure: Php_______

PART E SURFACE COURSES

Portland Cement Concrete Pavement In words: Pesos_____ In words: Pesos_____


311(1)b1 (unreinforced) 0.20m thick (14 days) sq.m 1,633.00 In figure: Php_______ In figure: Php_______

PART F BRIDGE CONSTRUCTION


In words: Pesos_____ In words: Pesos_____
404(1)a Reinforcing Steel Bar, grade 40 kgs 5,889.03 In figure: Php_______ In figure: Php_______

In words: Pesos_____ In words: Pesos_____


405(1)a2 Structural Concrete, class A cu.m 56.07 In figure: Php_______ In figure: Php_______

***nothing follows***

38
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.

39
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

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

Technical Documents
⬜ (f) Statement of the prospective bidder of all its ongoing government and
private contracts, including contracts awarded but not yet started, if any,
whether similar or not similar in nature and complexity to the contract to be
bid; and
⬜ (g) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar
to the contract to be bid, except under conditions provided under the rules;
and
⬜ (h) Philippine Contractors Accreditation Board (PCAB) License;
or
Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and
⬜ (i) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission;
or
Original copy of Notarized Bid Securing Declaration; and
(j) Project Requirements, which shall include the following:
⬜ a. Organizational chart for the contract to be bid;
⬜ b. List of contractor’s key personnel (e.g., Project Manager, Project
Engineers, Materials Engineers, and Foremen), to be assigned to the
contract to be bid, with their complete qualification and experience
data, Key Personnel’s Affidavit of Commitment to Work;
⬜ c. List of contractor’s major equipment units, which are owned, leased,
and/or under purchase agreements, supported by proof of ownership
or certification of availability of equipment from the equipment

40
lessor/vendor for the duration of the project, as the case may be; and
⬜ (k) Original duly signed Omnibus Sworn Statement (OSS – GPPB latest);
and if applicable, Original Notarized Secretary’s Certificate in case of a
corporation, partnership, or cooperative; or Original Special Power of
Attorney of all members of the joint venture giving full power and authority
to its officer to sign the OSS and do acts to represent the Bidder. and

⬜ (l) Affidavit of Site Inspection which states that a) Signatory is proprietor/duly


authorized representative of bidder; b) Conducted site inspection; c) Bidder was
accompanied by representatives from DPWH and LGU/Barangay during
inspection; d) Project site was appropriate and compliant to the published Plans
and POW; e) Can immediately commence work when awarded; f) Attach a printed
geo-tagged photography of bidder with representatives from DPWH and LGU; and
g) Statement is part of Technical Proposal for the Project. Official Request must be
submitted seven (7) days before the schedule of bidding.

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

Class “B” Documents


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

II. FINANCIAL COMPONENT ENVELOPE


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

Other documentary requirements under RA No. 9184


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

41
Bidding Forms
The Bidder shall use the Bidding Forms (BFs) listed below or the updated Bid Forms from the GPPB, if
applicable, in preparing its Bid and, in case it is awarded the contract, in preparing the documents
required to perfect the contract.

DPWH-INFR-05: Contractor’s Confidential Application Statement for Registration (CCASR)


DPWH-INFR-06: Contractor’s Registration Certificate (CRC)
DPWH-INFR-07: Contractor’s Information (CI)
DPWH-INFR-09: Bid Form
DPWH-INFR-10: Form of Bid Security: Bank Guarantee
DPWH-INFR-11: Form of Bid Security: Irrevocable Letter of Credit
DPWH-INFR-12: Form of Bid Securing Declaration
DPWH-INFR-13: Contractor’s Organizational Chart for the Contract
DPWH-INFR-14: List of Contractor’s Key Personnel to be Assigned to the Contract, with their
Qualification and Experience Data
DPWH-INFR-15: List of Contractor’s Equipment Units to be Assigned to the Contract, Supported by
Certificates of Availability
DPWH-INFR-17: Bill of Quantities (BOQ)
DPWH-INFR-18: Summary of Bid Prices
DPWH-INFR-19: Cash Flow by Quarter
DPWH-INFR-20: Bidder’s Checklist of Requirements for Its Bid, Including Technical and Financial
Proposals Requirement for Bidders
DPWH-INFR-43: Performance Security: Irrevocable Letter of Credit
DPWH-INFR-44: Performance Security: Bank Guarantee
DPWH-INFR-45: Construction Methods
DPWH-INFR-46: Construction Schedule in the form of PERT/CPM or Precedence Diagram and Bar
Chart with S-Curve and Cash Flo
DPWH-INFR-47 Manpower Schedule
DPWH-INFR-48: Major Equipment Utilization Schedule
DPWH-INFR-49: Construction Safety and Health Program
DPWH-INFR-50: Checklist of Contract Documents and Supporting Documents
DPWH-INFR-51: Form of Contract Agreement
The content of each of these forms is given in the attached folder marked “ANNEX IIB – Standard
Bidding Forms.” The bidder may download these forms from the DPWH website and any updated
forms on the GPPB Downloadable. The bidder may also obtain from the Procuring Entity hard copies of
these forms as part of the BDs for the contract.

42
Prepared By: Approved by:

CYNTHIA B. PECORE NOEL B. ALFONSO


Engineer II Chief, Maintenance Section
Head, BAC Secretariat BAC Chairperson

Checked by:

JAICEL MAE R. CABATUAN PELAGIO C. DURAN JON CLIFFORD M. DY


Engineer II Admin Officer IV Engineer II
Head, BAC TWG BAC TWG BAC TWG

ADA LYNN E. TENESTRANTE BERNIE R. ABALDE


Engineer II Engineer II
BAC TWG BAC TWG

Noted by:

EDNA B. AMPIT HELEN A. MONTES


Acting Chief, Quality Assurance Section Chief, Planning & Design Section
BAC Vice - Chairperson BAC Regular Member

JESSE P. PELIÑO MARICHU N. LAGO


Chief, Construction Section Chief, Administrative Section
BAC Regular Member BAC Regular Member

SANDY N. MANTICAHON
Engineer II
BAC Provisional Member

43
44

You might also like