50
PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Proposed Construction of Two - StoreyBuilding with Basement for Provincial Satellite Auditing Office (PSAO) - Rizal, Sitio Cabading, Barangay Inarawan, Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020

PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

PHILIPPINE BIDDING DOCUMENTS

(As Harmonized with Development Partners)

Proposed Construction of

Two - StoreyBuilding

with Basement for

Provincial Satellite

Auditing Office (PSAO) -

Rizal, Sitio Cabading,

Barangay Inarawan,

Antipolo City, Rizal

Government of the Republic of the Philippines

Sixth Edition

July 2020

Page 2: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

2

TABLE OF CONTENTS

Glossary of Terms, Abbreviations, and Acronyms ........................................ 4

Section I. Invitation to Bid ............................................................................... 6

Section II. Instructions to Bidders ................................................................ 10

1. Scope of Bid ....................................................................................................... 10

2. Funding Information ........................................................................................... 10

3. Bidding Requirements ......................................................................................... 10

4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ................... 10

5. Eligible Bidders .................................................................................................. 11

6. Origin of Associated Goods ................................................................................ 11

7. Subcontracts ....................................................................................................... 11

8. Pre-Bid Conference ............................................................................................. 11

9. Clarification and Amendment of Bidding Documents ......................................... 11

10. Documents Comprising the Bid: Eligibility and Technical Components .............. 12

11. Documents Comprising the Bid: Financial Component ....................................... 12

12. Alternative Bids .................................................................................................. 13

13. Bid Prices ........................................................................................................... 13

14. Bid and Payment Currencies ............................................................................... 13

15. Bid Security ........................................................................................................ 13

16. Sealing and Marking of Bids ............................................................................... 14

17. Deadline for Submission of Bids ......................................................................... 14

18. Opening and Preliminary Examination of Bids .................................................... 14

19. Detailed Evaluation and Comparison of Bids ...................................................... 14

20. Post Qualification ............................................................................................... 15

21. Signing of the Contract ....................................................................................... 15

Section III. Bid Data Sheet ............................................................................ 16

Section IV. General Conditions of Contract ................................................. 18

1. Scope of Contract................................................................................................ 18

2. Sectional Completion of Works .......................................................................... 18

3. Possession of Site................................................................................................ 18

4. The Contractor’s Obligations .............................................................................. 18

5. Performance Security .......................................................................................... 19

6. Site Investigation Reports ................................................................................... 19

Page 3: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

3

7. Warranty ............................................................................................................. 19

8. Liability of the Contractor ................................................................................... 19

9. Termination for Other Causes ............................................................................. 19

10. Dayworks............................................................................................................ 20

11. Program of Work ................................................................................................ 20

12. Instructions, Inspections and Audits .................................................................... 20

13. Advance Payment ............................................................................................... 20

14. Progress Payments .............................................................................................. 20

15. Operating and Maintenance Manuals .................................................................. 21

Section V. Special Conditions of Contract .................................................... 22

Section VI. Specifications .............................................................................. 23

Section VII. Drawings .................................................................................... 36

Section VIII. Bill of Quantities ...................................................................... 37

Section IX. Checklist of Technical and Financial Documents ..................... 41

Page 4: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

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.

Page 5: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

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.

Page 6: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

6

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

UN – United Nations.

Page 7: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

7

Page 8: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

8

Page 9: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

9

Page 10: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

10

Section II. Instructions to Bidders

1. Scope of Bid

The Procuring Entity, COA Regional Office No. IV-A, Commonwealth Avenue,

Quezon City invites Bids for the Proposed Construction of Two – Storey Building

with Basement for Provincial Satellite Auditing Office (PSAO) - Rizal, Sitio

Cabading, Barangay Inarawan, Antipolo City, Rizal.

The Procurement Project (referred to herein as “Project”) is for the construction of

Works, as described in Section VI (Specifications).

2. Funding Information

2.1. The GOP through the source of funding as indicated below for CY 2020 in the

amount of Thirty Seven Million Pesos (P37,000,000.00).

2.2. The source of funding is the Sub-Allotment Release Order from the

Department of Budget and Management, and Notice of Fund Transfer from

Risk Management and Budget Office, Planning, Finance and Management

Sector of the Commission on Audit.

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. Likewise, this shall be governed by

Guidelines on the Implementation of Early Procurement Activities (EPA) under

Appendix 31 of updated revised IRR of RA No. 9184.

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

Page 11: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

11

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.

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 Procuring Entity has prescribed that subcontracting is not allowed.

8. Pre-Bid Conference

The Procuring Entity will hold a pre-bid conference for this Project on November 9,

2020 at 2:00 P.M. at the Training Room 2, 2nd Floor, COA Regional Office No. IV-B

(just beside COA Regional Office No. IV-A), Commonwealth Avenue, Quezon City,

and through via zoom application as indicated in paragraph 6 of the IB. The link for

zoom application should be requested by the interested bidders through electronic

mail at the electronic mail address of the BAC Secretariat at

[email protected].

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

Page 12: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

12

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.

10. Documents Comprising the Bid: Eligibility and Technical

Components

10.1. The first envelope shall contain the eligibility and technical documents of the

Bid as specified in Section IX. Checklist of Technical and Financial

Documents.

10.2. If the eligibility requirements or statements, the bids, and all other documents

for submission to the BAC are in foreign language other than English, it must

be accompanied by a translation in English, which shall be authenticated by

the appropriate Philippine foreign service establishment, post, or the

equivalent office having jurisdiction over the foreign bidder’s affairs in the

Philippines. For Contracting Parties to the Apostille Convention, only the

translated documents shall be authenticated through an apostille pursuant to

GPPB Resolution No. 13-2019 dated 23 May 2019. The English translation

shall govern, for purposes of interpretation of the bid.

10.3. A valid PCAB License is required, and in case of joint ventures, a valid

special PCAB License, and registration for the type and cost of the contract for

this Project. Any additional type of Contractor license or permit shall be

indicated in the BDS.

10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project

Engineers, Materials Engineers, and Foremen) assigned to the contract to be

bid, with their complete qualification and experience data shall be provided.

These key personnel must meet the required minimum years of experience set

in the BDS.

10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or

under purchase agreements, supported by proof of ownership, certification of

availability of equipment from the equipment lessor/vendor for the duration of

the project, as the case may be, must meet the minimum requirements for the

contract set in the BDS.

11. Documents Comprising the Bid: Financial Component

11.1. The second bid envelope shall contain the financial documents for the Bid as

specified in Section IX. Checklist of Technical and Financial Documents.

11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be

accepted.

11.3. For Foreign-funded procurement, a ceiling may be applied to bid prices

provided the conditions are met under Section 31.2 of the 2016 revised IRR of

RA No. 9184.

Page 13: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

13

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 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 March 25, 2021. Any bid not

accompanied by an acceptable bid security shall be rejected by the Procuring

Entity as non-responsive.

15.3. Under Section 4 of Appendix 31, the Procuring Entity may request the bidders

to extend the validity of their bid securities beyond one hundred twenty (120)

calendar days, prior to their expiration, if the funding source for the

Procurement Project has yet to be approved and made effective. A change in

the form of the bid security is allowed if this is made prior to the expiration of

the bid validity sought to be extended. If the bidder refuses to extend the

validity, the Procuring Entity shall reject the bid submitted by said bidder.

Page 14: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

14

16. Sealing and Marking of Bids

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

Bid contained in separate sealed envelopes.

In addition, each bidder shall submit additional four copies of the first and second

components of its Bid to avoid transfer of the documents from and among the BAC

Members during the bid opening and evaluation as compliance to the health standard

of avoiding the spread of Covid-19. The envelopes containing original copy and

additional copies of first and second components of bid shall be enclosed in one

sealed envelope. In the event that one envelope is not sufficient to enclose all copies

of the bids, the interested bidder shall cover the same with another envelope and see

to it that the documents are intact and properly sealed.

The Procuring Entity is not adopting the submission of bids through online

submission.

17. Deadline for Submission of Bids

The Bidders shall submit on the specified date and time at its physical address 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.

Page 15: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

15

19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016

revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for

all the lots participated in by the prospective Bidder.

20. Post Qualification

Within a non-extendible period of five (5) calendar days from receipt by the Bidder of

the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall

submit its latest income and business tax returns filed and paid through the BIR

Electronic Filing and Payment System (eFPS), and other appropriate licenses and

permits required by law and stated in the BDS.

21. Signing of the Contract

The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184

shall form part of the Contract. Additional Contract documents are indicated in the

BDS.

Page 16: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

16

Section III. Bid Data Sheet

Bid Data Sheet ITB Clause

5.2 For this purpose, contracts similar to the Project refer to contracts which have

the same major categories of work, which shall be:

Buildings: Construction – without piles – Low Rise – Concrete(Frame) (1 to 5

Storeys)

7.1 The Procuring Entity has prescribed that subcontracting is not allowed.

10.3 Philippine Contractors Accreditation Board (PCAB) License under

Classification of Medium A Category B

10.4

The key personnel must meet the required minimum years of experience set

below:

Key Personnel General Experience Relevant Experience

Project Manager 5 years 3 years

Project Engineer 5 years 3 years

Materials Engineer 5 years 3 years

Safety Officer 5 years 3 years

Foreman 5 years 3 years

10.5 The minimum major equipment requirements are the following:

Equipment Capacity Number of Units

Concrete Mixer 1 bagger 1

Water Truck 1000 gal 1

Vibratory Roller 10 M+ 1

Motorized Road Grader G710A 1

Backhoe 0.80 cu. m 1

Dump Truck 12 cu. yrd 1

12 Not applicable

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 thanP740,000.00, 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 thanP1,850,000.00 if bid security is in Surety

Page 17: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

17

Bond.

19.2 Partial bids are not allowed.

20 None

21

Additional contract documents relevant to the Project that are required by

existing laws and/or the Procuring Entity, such as construction schedule and S-

curve, PERT-CPM, manpower schedule, construction methods, equipment

utilization schedule, and other acceptable tools of project scheduling.

Page 18: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

18

Section IV. General Conditions of Contract

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.

Page 19: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

19

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.

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

Page 20: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

20

acquisition and implementation, such as, but not limited to corrupt, fraudulent,

collusive, coercive, and obstructive practices as stated in ITB Clause 4.

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.

Page 21: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

21

15. Operating and Maintenance Manuals

15.1. If required, the Contractor will provide “as built” Drawings and/or operating

and maintenance manuals as specified in the SCC.

15.2. If the Contractor does not provide the Drawings and/or manuals by the dates

stated above, or they do not receive the Procuring Entity’s Representative’s

approval, the Procuring Entity’s Representative may withhold the amount

stated in the SCC from payments due to the Contractor.

Page 22: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

22

Section V. Special Conditions of Contract

Special Conditions of Contract

GCC Clause

2 Not Applicable

4.1 The intended Completion Date is Three Hundred (300) calendar days

upon receipt of the Notice to Proceed.

6 The Site is located at Sitio Cabading, Barangay Inarawan, Antipolo City,

Province of Rizal

Results of site investigations conducted by the Procuring Entity are used

in the detailed engineering works which includes but not limited to Soil

Investigation, Technical Description and Contour Map.

7.2 Fifteen (15) years.

10 No dayworks are applicable to the contract.

11.1 The Contractor shall submit the Program of Work to the Procuring

Entity’s Representative within Ten (10) working days of delivery of the

Notice of Award.

11.2 The amount to be withheld for late submission of an updated Program of

Work is 10% of the remaining value of works.

13 The amount of the advance payment is 15% of the total contract price to

be paid in lump sum.

14 Materials and equipment delivered on the site but not completely put in

place shall not be included for payment.

15.1 The operating and maintenance manuals are required within 10 days

from receipt of Notice of Award.

The “as built” drawings are required before the issuance of Certificate of

Completion.

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 10%

of the remaining unpaid balance.

Page 23: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

23

Section VI. Specifications

A. GENERAL INFORMATION

Project: Construction of Two - Storey Building with Basement for Provincial Satellite

Auditing Office (PSAO) - Rizal

Location: Sitio Cabading, Brgy. Inarawan, Antipolo City

Lot Area: 3,000 square meters

Area of Building: 1,134 square meters (Two (2) Storey with Basement)

Topography:

Irregular in shape and with a depression of approximately 14.00 meters below the

existing road.

Project Description:

Complete construction of (18.00m x 21.00m) Two (2) Storey Building and Basement

mostly built with concrete and masonry, with PWD ramp with handrails, parapet wall on

concrete gutter, and complete with electrical works, sanitary/plumbing works, ventilation,

water pumping and fire protection systems.

The items of works are as follows: Structure Excavation, Embankment, Reinforced

Concrete, Reinforcing Steel, Formworks and Falseworks, Termite Control Work, Masonry

Works, Wall Partitions, Doors and Windows (Wooden Doors and Windows, Steel Doors and

Frames, PVC Doors and Frames, Glass and Glazing and Aluminum Glass Windows),

Railings, Ceiling Works (Gypsum, Fiber Cement, Aluminum Metal Cladding and Acoustical

Panel), Tiling Works (Glazed Tiles, Unglazed Tiles, Granite Tiles, Vinyl Floor Tiles and

Wood Tiles), Cement Plaster and Floor Finish, Painting Works (Masonry/Concrete, Wood

and Steel), Roof Framing and Roofing Works (Fabricated Metal Roofing Accessories, Pre-

painted Metal Sheets, Reflective Insulation and Metal Structure Accessories), Storm

Drainage and Sewerage System, Plumbing Works, Electrical Works and Mechanical Works.

Accessibility: Accessible by land with good paved road through Marilaque Highway.

Utilities: Local Power, Water and Telecommunications are locally available.

Others:

The works under these specifications in conjunction with plans and working drawings

shall include the furnishing of all materials, labor, equipment and methods that may be

necessary to complete all phases of work. It shall be done under the direct supervision of the

Commission on Audit Regional Office IV-A or its authorized representative.

The materials to be used and involved in this work shall be of the best quality, free

from defects that may impair the strength, appearance and proper functioning of the project.

Page 24: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

24

The DPWH Standard Specifications for Public Structure Volume III, 1995 edition and

Volume II, 2013 edition shall apply in this project unless otherwise specified.

B. SCOPE OF WORKS

PART I. FACILITIES FOR THE ENGINEER

I.1 Offices and Laboratory for the Engineer

A.1.1(8) – Provision of Field Office for the Engineer

This item shall include the contractor’s field office and workers’ facilities such as but

not limited to sleeping, eating and sanitation requirements as required under Department of

Labor and Employment (DOLE) D.O. 13 Series of 1988 and Occupational Safety and Health

Standards (OSHS), as amended.

The Contractor shall provide tents, stages, and other necessary items which will be

needed for events such as meetings, ground breaking and the like.

PART II. OTHER GENERAL REQUIREMENTS

B.5 – Project Billboard

This item shall be provided and updated in accordance with COA Circular No. 2013 –

004, particularly Section 2.2.3 and Annex “A” thereof, with the following requirements.

A tarpaulin signboard must be suitably framed for outdoor display at the project location,

and shall be posted as soon as the award has been made. The design and format of the

tarpaulin, as shown in Annex “A,” shall have the following specifications:

Tarpaulin, white, 8 ft x 8 ft

Resolution: 70 dpi

Font: Helvetica

Font Size: Main Information – 3”

Sub-Information – 1”

Font Color: Black

B.7(2) – Occupational Safety and Health Program

This item shall be prepared and implemented in accordance with DOLE D.O. 13

Series of 1988 and with the OSHS, Series of 1989, as amended. The DPWH D.O. 56 Series

of 1995 shall also be adopted. No work shall commence without approved Safety and Health

Program from the DOLE. Any delay in the submission of this approved requirement after the

effectivity of the contract shall be charged against the contract duration.

B.9 – Mobilization/Demobilization

Shall be treated as a separate pay item. It shall be computed based on the equipment

requirements of the project stipulated in the proposal and contract booklet. In no case shall

Page 25: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

25

mobilization and demobilization exceed 1% of the Estimated Direct Cost (EDC) of the civil

work items.

PART III. CIVIL, MECHANICAL, ELECTRICAL AND SANITARY/PLUMBING

WORKS

Part A. Earthworks

803(1)a – Structure Excavation (Common Soil)

The preferred method of structural excavation shall be mechanized with minor

manual labor for correction and refinements to the required elevation and grade. The DPWH

Standard Specifications Volume II, edition 2012, Item 103 Structure Excavation shall be as

practicable as possible when applied in the Works. Rule 1410, Construction Safety of the

Occupational Safety and Health Standards (OSHS), as amended by the Department of Labor

and Employment (DOLE), particularly Section 1413 pertaining to excavation shall be

observed as practicable as possible for the protection of the workers and other concerned

parties.

804(1)a – Embankment (from Structure Excavation)

All excavated materials suitable in accordance with material requirements for Item

104 of the Standard Specifications Volume II shall be utilized as backfill. All unsuitable and

surplus materials shall be removed from the site. Excavated areas around the structure shall

be backfilled using suitable excavated materials placed in horizontal layers not over 200mm

loose volume thickness to the level of the original ground level or the finished grade level,

whichever is lower. Each layer shall be moistened or dried as required and thoroughly

compacted with mechanical tampers at a uniform density of not less than 95 percent of

maximum dry density by AASHTO T99 Method C. The method of placing shall be

conforming to the requirements of Section 103.2.6 of Item 103 - Structure Excavation of

DPWH Standard Specifications Volume II, 2012 edition.

804(1)b – Embankment (from borrow)

The terrain on the project site is steep, additional embankment is needed to correct

and level the entire property. A road is to be constructed parallel to the existing road adjacent

to the property. An elevation difference of 3.00 meters is to be implemented and additional

filling materials is needed to attain this finished site elevation. The building shall be elevated

by 0.50 meter above the elevated lot area.

The materials to be used shall be suitable, passing the requirements of Item 104 –

Embankment – DPWH Standard Specifications Volume II, 2012 edition. Laying and

compaction shall be the same as for backfilling from excavation & compaction.

804(4) – Gravel Fill

This item shall be laid on all foundation footing and footing tie beams with a

thickness of 100 mm. The materials to be used consist of gravel G-1 mixed with 20% sand.

The contractor shall see to it that the base foundation is well compacted before placing and

compacting the gravel/sand mix. The degree of compaction shall be similar to that of placing

filling materials.

Page 26: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

26

807(1) – Site Development

This item shall consist of the road, drainage and sidewalk, stone masonry (refer to

Approved Plans for details). A concrete road (Portland cement Concrete Pavement) with a

width of 5.00 meters is to be constructed inside the property. Carparks would also be

constructed on the said site. Drainage made up of 610 mm diameter Reinforced Concrete

Culvert Pipes (RCCP) is to be used. Manholes, Curb & Gutter and Sidewalks would also be

constructed together with the road and drainage.

807(13) – Fence

Fence at the perimeter of the property would be constructed. It would be made up of

reinforced concrete posts and concrete hollow block (CHB walls. Each post shall have a

center to center distance of 3.00 meters. The CHB walls would sit on wall footings. See

details on Approved Plans.

Part B. Plain and Reinforced Concrete Works

900(1)c1 – Structural Concrete (Class A, 28 days)

All concrete works shall have Class “A” mixture with a minimum compressive

strength of 27.6 MPa (4,000 psi) at twenty-eight days (28 days). Concrete vibrator shall be

used during pouring to produce a uniform concrete density and minimize honey combs. Over

mixed concrete shall not be allowed. Extreme care should be exercised after pouring so as not

to disturb the required strength build-up of concrete. It is to be noted that the contractor

should secure a pouring permit from the implementing agency’s authorized representative at

least 3 days before the date of concrete pouring.

Materials and work specifications and other incidental items shall be in accordance

with Item 900 - Reinforced Concrete of DPWH Standard Specifications Volume III, 1988

edition, except otherwise specified by the owner.

902(1)a – Reinforcing Steel (Deformed), (Grade 40)

All reinforcing steel bars having a diameter of 12 mm and smaller shall be of grade 40

except for column ties. All steel reinforcements shall be deformed bars conforming to

allowable dimension and weight and free from oil, scales, rust and other dirt, which may

impair steel bonding with concrete. Splice, hooks and bends shall be as shown or specified in

the plans. Ties and tie wires and the like shall be in accordance with the general construction

industry practice and standards. All steel reinforcement shall be fabricated and installed in a

manner that the steel reinforcement shall have sufficient concrete cover, about 40mm is

desirable.

902(1)b – Reinforcing Steel (Deformed), (Grade 60)

All reinforcing steel bars having a diameter above 12 mm and column ties shall be of

grade 60. All steel reinforcements shall be deformed bars conforming to allowable dimension

and weight and free from oil, scales, rust and other dirt, which may impair steel bonding with

concrete. Splice, hooks and bends shall be as shown or specified in the plans. Ties and tie

wires and the like shall be in accordance with the general construction industry practice and

Page 27: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

27

standards. All steel reinforcement shall be fabricated and installed in a manner that the steel

reinforcement shall have sufficient concrete cover, about 40mm is desirable.

903(2) – Formworks and Falseworks (Rental)

All forms, scaffolds, working platforms shall be made of wood, plywood and metal

fastening materials of the highest and appropriate quality that would produce the best finish

and safe working platforms for work personnel and all others concerned in the project. Use of

other materials with better and safe quality may be allowed. All forms shall be constructed

and set conforming to plans and minimize excessive concrete chipping and/or plastering after

removal of forms that may jeopardize the structural integrity of the structure as part thereof.

In the construction, use and maintenance of scaffolds and platforms, the provision of Section

1414 - Scaffolds of Rule 1410 Construction Safety of the OSHS shall be observed whenever

applicable to the construction.

Part C. Finishing Works

C.1 Termite Control Works

1000(1) – Soil Poisoning

This item shall consist of furnishing and applying termite control chemicals including

the use of equipment and tools performing such work in accordance with Item 1000 - Termite

Control Works of the DPWH Standard Specifications for Public Works Structures Volume

III, 1995 edition for Soil Poisoning works using Type I Liquid Termicide Concentrate.

Treatment to be used shall be Mapecon F3D Insect Growth Regulator (IGR) or its equivalent.

C.2 Masonry Works

1046(2)a1 – CHB Non-Load Bearing (including Reinforcing Steel), (100mm)

All interior walls, except for walls located in comfort rooms, shall be made of non-

load bearing Concrete Hollow Blocks (CHB) with a dimension of 200mm x 400mm x

100mm thick. These said CHB should conform to Philippine Standards or ASTM C129. The

required steel reinforcements are shown on the plans. Mortar for laying shall be Class “B”

with an approximate cement/sand mixture of 12 bags/cu.m. of sand. Laying of CHB shall be

leveled and plumbed.

1046(2)a2 – CHB Non-Load Bearing (including Reinforcing Steel), (150mm)

All exterior walls and comfort room walls shall be made of non-load bearing Concrete

Hollow Blocks (CHB) with a dimension of 200mm x 400mm x 150mm thick. These said

CHB should conform to Philippine Standards or ASTM C129. The required steel

reinforcements are shown on the plans. Mortar for laying shall be Class “B” with an

approximate cement/sand mixture of 12 bags/cu.m. of sand. Laying of CHB shall be leveled

and plumbed.

Page 28: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

28

C.3 Fabricated Materials

1003(2)a2 – Wall, 4.5mm Fiber Cement Board, Metal Frame

This item shall consist of 4.5mm Fiber Cement Board with metal furring using metal

studs and tracks to be used as wall and/or partition. Please refer to Approved Plans for

location of the said item.

1003 (3) – Cabinets

This item shall consist of 192 pcs. Heavy Duty Storage Rack 5 - layer metal rack

(1.00m x 0.40m x 1.80m) to be used as storage. Please refer to Approved Plans for location

of the said item.

1004(2) – Finishing Hardware

This item shall consist of Lockset, Hinges and Facial Mirror. The lockset and hinges

on this item would be used on all flush doors located at the basement and guard house. The

facial mirrors on this item are those locate at the comfort rooms. Refer to Approved Plans for

location of the said items.

1005(6) – Window Accessory (Window Grills)

This item shall consist of 12mm square bar, 50mmx5mm flat bar, 2" x 4" x 6m B.I.

Tube and 1" x 1" x 6m B.I. Tube to be used as window grills and doors on the guard house

and power house. Refer to details and schedule of Doors and Windows indicated on the

Approved Plans.

1006(6) – Steel Doors and Frames

This item shall consist of all the steel doors including jamb, lockset and accessories.

Refer to details and schedule of Doors and Windows indicated on the Approved Plans.

1008(2) – Aluminum Glass Windows

This item shall consist the window, glass, framing and all accessories. Refer to details

and schedule of Doors and Windows indicated on the Approved Plans.

1010(4) – Wooden Doors and Windows

This item shall consist of all door frames and jambs, wooden panel door, hollow core

flush type door, jalousie windows and steel framed casement windows located at the

basement and guard house. Refer to details and schedule of Doors and Windows indicated on

the Approved Plans.

1012(3)b – Tempered Glass Doors, 12mm

This item shall consist of 12mm thk double leaf tinted green frameless tempered glass

door w/ EPCO patch or approved equivalent (PF20 top patch w/ 9915 pivot & PF10 bottom

Page 29: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

29

patch connected to 86 series floor check w/ PL10 bottom patch lock. Refer to details and

schedule of Doors and Windows indicated on the Approved Plans.

1012(4)a – Tempered Glass Windows, 8mm

This item shall consist of 6mm thk colored (green) tempered glass fixed window on

snap-on powder coated white alum. Frame w/ sealant on each side. Refer to details and

schedule of Doors and Windows indicated on the Approved Plans.

1043(2) – PVC Doors and Frames

This item shall consist of PVC flush door w/ bottom louvers and PVC door jamb w/

tubular leverset in satin nickel. Refer to details and schedule of Doors and Windows indicated

on the Approved Plans.

B.16 – Recognition Plate/Project Marker

This item shall include the acquisition and installation of Commission on Audit Seal

and Built-up Signage. The Commission on Audit Seal shall have a diameter of 1.00 meter.

The built-up signage shall be 0.30 meter in height. The Commission on Audit Seal and Built-

up Signage shall be made of gauge 16 stainless steel in mirror finish.

C.4 Finishing Works

1003(1)a1 – Ceiling (4.5mm Fiber Cement Board on Metal Frame)

This item shall consist of 4.5mm Fiber Cement Board with metal furring, carrying

channels, hanger bars/rod, wall angled and all other accessories. Refer to Approved Plans for

location of the said item.

1003(1)e1 – Ceiling, Gypsum Board, Metal Frame

This item shall consist of 12mm Ordinary Gypsum Board with metal furring, carrying

channels, hanger bars/rod, wall angled and all other accessories. Refer to Approved Plans for

location of the said item.

1003(1)e3 – Ceiling, Aluminum Metal Cladding, Metal Frame

This item shall consist of 100mm metal spandrel and all accessories. Refer to

Approved Plans for location of the said item.

1030(1) – Acoustical Ceiling Panel

This item shall consist of 2.70 mh 60mm x 600mm x 10mm thick PVC Laminated

Acoustic Board on baked T-runner including accessories. Please refer to Approved Plans for

location of the said item.

Page 30: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

30

1041(2) – Gypsum Board for Ceilings

This item shall consist of 12mm Moisture Resistant Gypsum Board with metal

furring, carrying channels, hanger bars/rod, wall angled and all other accessories. Refer to

Approved Plans for location of the said item.

1016(1)a – Waterproofing (Cement-base)

Cement-base waterproofing powder mix shall be in accordance with Section 1016.2.1

Cement-base Waterproofing of the DPWH Standard Specifications for Public Works

Structures Volume III, 1995 edition. This item shall be applied on all reinforced concrete and

masonry exposed on water.

1018(1) – Glazed Tiles and Trims

This item shall consist of glazed tiles, cement, sand, tile grout and tile adhesive.

Please refer to Approved Plans for location of the said item.

1018(2) – Unglazed Tiles

This item shall consist of unglazed tiles, cement, sand, tile grout and tile adhesive.

Please refer to Approved Plans for location of the said item.

1018(3) – Granite Tiles

This item shall include the following; Granite Tiles (60cmx60cm), Non-Skid

Homogeneous Granite Tiles (19cmx19cm), Polished Granite Tiles (60cmx120cm), Matte

Granite Tiles (30cmx60cm), Matte Granite Tiles on reinforced concrete (30cmx60cm), Stair

Nosing (0.20mx0.20m tiles), with application using , cement, sand, tile grout and tile

adhesive. Please refer to Approved Plans for location of the said items.

1019(1)d – Wood Tile, Laminated

This item shall consist of 130mm x 910mm x 18mm solid wood or approved

equivalent. Please refer to Approved Plans for location of the said item.

1020(1)a – Vinyl Floor Tile

This item shall consist of the following materials; Standard slip-resistant vinyl floor

covering on rein. Concrete w/ pure PVC wear layer & inlaid mineral crystal particles or

approved equivalent and 4”x36”x1.3mm wood plank vinyl tiles. Please refer to Approved

Plans for location of the said items.

1021(1)c – Cement Floor Finish (with Floor Hardener)

This item shall consist of cement sand and floor hardener. Cement floor finish shall be

plain cement finish except in areas where tile works or other floor finish is required. The

cement floor finish shall have an even and smooth surface, free from cracks and other

defects.

Page 31: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

31

1027(1) – Cement Plaster Finish

All walls, inclusive of masonry and concrete (walls and columns) shall be plastered

except those below the finished floor line at ground level. All plastering works shall be

plumbed and leveled more particularly on edges of columns, door jambs and the like. Mortar

for plastering shall be Class “B” as in CHB Laying.

Plastering shall be plain cement finish except in areas where tile works is required.

The plastered cement finish shall have an even and smooth surface, free from cracks and

other defects Plastering work shall commence when all necessary rough-in walls for

electrical, plumbing, sanitary, communications, computers and other works are in place to

avoid excessive patching works on plastered walls.

1038(1) – Reflective Insulation

This item shall consist 10mm thick Reflective Insulation. Use Double Bubble single

foil roofing insulation (1m x 50m). The reflective insulation shall be laid below the roofing

sheets or just above the trusses allowing space for the reduction of heat to take place.

1051(6) – Railing

This item includes Stainless Steel Railings for PWD, Main Stair Stainless Steel

Railings, Stainless Steel Railing at windows of second floor, Stainless Steel Railing at Stair

of ground floor to basement and Stainless Steel Railings at Fire Exit. Refer to details and

location indicated on the Approved Plans.

C.5 Painting Works

1032(1)a – Painting Works (Masonry/Concrete)

This item shall consist of concrete neutralizer, concrete sealer/primer, patching

compound and semi-gloss latex paint. Application of paint shall be two (2) coats of semi-

gloss latex paint for concrete and masonry surfaces shall be applied. Before any painting is

done, all cracks and nailholds and other imperfections shall be carefully applied with putty

and allowed to dry thoroughly before painting.

1032(1)b – Painting Works (Wood)

This item shall consist of glazing putty, flat wall enamel paint, enamel quick dry paint

and paint thinner. Application of paint shall be one (1) coat for flat wall enamel paint and two

(2) coats of Quick Dry Enamel paint shall be applied for wood surfaces. Before any painting

is done, all cracks and nailholds and other imperfections shall be carefully applied with putty

and allowed to dry thoroughly before painting.

1032(1)c – Painting Works (Steel)

This item shall consist of red oxide primer, enamel paint and paint thinner.

Application of paint shall be one (1) coat of red oxide primer to be followed with two (2)

coats of enamel paint. All steel components shall be painted. All surfaces shall be thoroughly

cleaned, free from oil, rusts, flaks and other dirt before painting operation is done. The timing

Page 32: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

32

and manner of applications shall be in accordance with the product manufacturers’ manual.

Touch-up painting shall be done on all damage surfaces including those affected by field

welding operations. In such case, the affected portion shall be cleaned, primed and finished.

C.6 Roof Framing and Roofing Works

1013(2)a1 – Fabricated Metal Roofing Accessory (Ridge Rolls, Gauge 26)

This item includes all materials, labor, equipment and the performance of all

operations necessary for the furnishing and installation of Ridge Roll gauge 26 complete with

accessories and fasteners as indicated on drawings.

1013(2)a2 – Fabricated Metal Roofing Accessory (Flashings, Gauge 26)

This item includes all materials, labor, equipment and the performance of all

operations necessary for the furnishing and installation of Flashings gauge 26 complete with

accessories and fasteners as indicated on drawings.

1013(2)b1 – Fabricated Metal Roofing Accessory (Gutters, Gauge 24)

This item includes all materials, labor, equipment and the performance of all

operations necessary for the furnishing and installation of Gutters gauge 24 complete with

accessories and fasteners as indicated on drawings.

1014(1)b1 – Pre-painted Metal Sheets (Corrugated, Long Span,0.4mm thk)

This item includes all materials, labor, equipment and the performance of all

operations necessary for the furnishing and installation of Pre-painted Metal Sheets,

Corrugated, Long Span, 0.4mm thk, complete with accessories (J-Bolt with washers) and

fasteners as indicated on drawings.

1047(2)a – Structural Steel (Trusses)

This item includes all materials, labor, equipment and the performance of all

operations necessary for the fabrication and installation of trusses as indicated on the

Approved Plans.

1047(2)b – Structural Steel (Purlins)

This item includes all materials, labor, equipment and the performance of all

operations necessary for the fabrication and installation of purlins as indicated on the

Approved Plans.

1047(6) – Metal Structure Accessories (Steel Plates)

This item includes all materials, labor, equipment and the performance of all

operations necessary for the fabrication and installation of steel plates to be used as gusset

plates and base plates for the fabrication and erection of trusses and purlins. Gusset plates

should be 6mm in thickness while gusset plates should be 16 mm in thickness.

Page 33: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

33

1047(7)a – Metal Structure Accessories (Bolts)

This item includes all materials, labor, equipment and the performance of all

operations necessary for the installation of bolts and nuts for the installation of sagrod and

baseplates.

1047(7)b – Metal Structure Accessories (Sagrods)

This item includes all materials, labor, equipment and the performance of all

operations necessary for the fabrication and installation of sagrods. The sagrods should be

made of 12 mm diameter plain round bars. It should be staggered and installed as indicated

on the Approved Plans.

1047(10) – Structural Steel

This item includes all materials labor, and equipment to complete the fabrication and

installation of Access stairs on the fire exits, maintenance ladder going to the roof, steel gates

and flag pole as indicated on the Approved Plans.

Structural steel shall conform to American Society of Testing Materials (ASTM) A36,

with Fy of 248 Mpa. Electrodes for welding shall conform to the latest code requirements of

the American welding society (AWS). Surfaces to be welded shall be free from loose scale,

slag, rust, grease, paint and any other foreign materials. All butt welds shall be full

penetration welds.

C.7 Plumbing/Sanitary Works

1001(5)b – Catch Basin

This item includes all materials labor, and equipment to complete the construction of

catch basin using CHB and reinforced concrete. Refer to the Approved Plans for the location

of the catch basins.

1001(8) – Sewer Line Works

This item shall consist of 100mm diameter and 50mm diameter PVC pipes, wyes,

bends and all other accessories. This item shall also include all materials, labor and

equipment for the satisfactory performance of all work necessary for the complete

installation, testing and operation of the sewer line works as indicated on the Approved Plans.

All works shall be performed in accordance with the requirements of all applicable laws of

the Republic of the Philippines and all local codes and ordinances

1001(9) – Storm Drainage and Downspout

This item shall consist of 150mm diameter and 75mm diameter PVC pipes, roof drain

with strainer, bends and all other accessories. This item shall also include all materials, labor

and equipment for the satisfactory performance of all work necessary for the complete

installation, testing and operation of the storm drainage and downspout as indicated on the

Approved Plans.

Page 34: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

34

All works shall be performed in accordance with the requirements of all applicable

laws of the Republic of the Philippines and all local codes and ordinances

1001(11) – Septic Vault (Concrete/CHB)

This item includes all materials labor, and equipment to complete the construction of

septic vault using reinforced concrete including reinforcing steel and formworks. Refer to the

Approved Plans for the dimension and location of the septic vault.

1002(4) – Plumbing Fixtures

This item shall include all materials, labor and equipment for the satisfactory

performance of all work necessary for the complete installation, testing and operation of all

plumbing fixtures and accessories to be installed on the building. This item shall consist of

the water closets, urinals, lavatory, kitchen sink, faucets and all other accessories. Refer to

details indicated on the Approved Plans.

1002(24) – Cold Water Lines

This item shall consist of 20mm diameter and 25mm diameter PPRC pipes, bends,

tees and all other accessories. This item shall also include all materials, labor and equipment

for the satisfactory performance of all work necessary for the complete installation, testing

and operation of the cold water lines as indicated on the Approved Plans.

All works shall be performed in accordance with the requirements of all applicable laws of

the Republic of the Philippines and all local codes and ordinances

1002(26) – Cistern

This item includes all materials labor, and equipment to complete the construction of

cistern using reinforced concrete including reinforcing steel and formworks. Refer to the

Approved Plans for the dimension and location of the cistern.

Part D. Electrical

1100(10) – Conduits, Boxes & Fittings (Conduit Works/Conduit Rough-in)

This item shall include the lay outing of lighting, power, ventilation and switches

through the use of electrical conduits, junction boxes and utility boxes as indicated on the

Approved Plans.

1101(33) – Wires and Wiring Devices

This item shall include the electrical wiring, switches and outlets for all of lighting,

power and ventilation of the building as indicated on the Approved Plans.

1102(1) – Panelboard with Main & Branch Breakers

This item shall consist of all panel boards, breakers and enclosures for all electrical

components of the building as indicated on the Approved Plans.

Page 35: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

35

1103(1) – Lighting Fixtures and Lamps

This item shall include the installation of lighting fixtures (117 pcs - 18w LED Tube

light, 2ml 7w Flexstrip LED Flexible LED Strip, 2 pcs - Chandelier with 3-4 LED bulbs, 32

pcs - 6"Ø LED pin light, 22 pcs. - Ordinary LED light, 6 pcs. - LED spot light, 4 pcs. - 45w

Panel LED recessed luminaires (PLF66) and 8 pcs. - LED Emergency lights) as indicated on

the Approved Plans. In addition to this, 5 units of Water Heater shall be installed on all

transient and executive comfort rooms.

1104(1) – Auxiliary System

This item shall include the electrical wiring, outlets and fixtures (speakers, telephone,

etc.) for all telecommunication and public address system of the building as indicated on the

Approved Plans.

Part E. Mechanical

1200(14) – Ventilation

This item shall consist of 10 pcs. Ceiling Cassette Exhaust Fans, 16 pcs. Oscillating

Ceiling Fans and 5 pcs. Wall Mounted Ceiling Fan. Refer to details and location indicated on

the Approved Plans.

1200(13)a – Air-conditioning, Package/Split Type

This item shall consist of 9 pcs. 3TR Aircondition unit (floor mounted), 7 pcs. 1.25

HP Aircondition unit (wall mounted). Refer to details and location indicated on the Approved

Plans.

1201(1) – Water Pumping System

This item shall consist of one (1) unit Water Tank (2000USGal), one (1) unit Water

Pump 3 Hp and one (1) Booster Pump 3 Hp, both with complete accessories, pipe and

fittings. This item shall also include all materials, labor and equipment for the satisfactory

performance of all work necessary for the complete installation, testing and operation of the

water pumping system as indicated on the Approved Plans.

All works shall be performed in accordance with the requirements of all applicable laws of

the Republic of the Philippines and all local codes and ordinances

1208(1) – Fire Alarm System

This item shall consist of two (2) categories: the fire alarm system and the fire

protection system. The fire alarm system consists of 31 pcs. smoke detectors, 1 pc. UPS

(230V, 1Ø, UPS, 15min Back-Up), 1 pc. fire alarm control panel, 2 pcs. fire alarm bell and 3

pcs. manual station. The fire protection system on the other hand consists of 13 pcs. fire

extinguishers, 3 pcs. fire hose cabinets, 1 pc. Siamese twin, 12 pcs. 100mmØ G.I. Pipe Sch.

40 (Riser Pipe), 40 pcs. 63mmØ G.I. Pipe Sch. 40 (Equalizer Pipe) and all accessories

including pipes and fittings. This item shall also include all materials, labor and equipment

for the satisfactory performance of all work necessary for the complete installation, testing

and operation of the fire alarm and fire protection system as indicated on the Approved Plans.

Page 36: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

36

Section VII. Drawings

The lists of Drawings (32 sheets) are the following:

List Particulars

Architectural Plans CS-1 to CS-4, A-1 to A-7

Structural Plans S-1 to S-9

Electrical Plans E-1 to E-5

Sanitary Plans P-1 to P-5

Mechanical Plans M-1 to M-2

The actual Drawings, including site plans, are available at the Cashier, COA

Regional Office No. IV-A, Commonwealth Avenue, Quezon City, upon payment of

applicable fees.

Page 37: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

37

Section VIII. Bill of Quantities

** For all Lumpsum items, please refer to the Approved Plans and Technical Specifications

Name of Bidder:

Authorized Representative

Project and Location: Construction of Two - Storey Building with Basement for Provincial Satellite

Auditing Office (PSAO) – Rizal at Sitio Cabading, Barangay Inarawan, Antipolo City

Item No. Scope of Works Unit Quantity Unit Cost

(in Peso)

Total

Amount (in

Peso)

PART I FACILITIES FOR THE ENGINEER

I.1 Offices and Laboratory for the Engineer

A.1.1.8 Provision of Field Office for the Engineer mo. 10.00

PART II OTHER GENERAL REQUIREMENTS

B.5 Project Billboard/ Signboard each 1.00

B.7(2) Occupational Safety and Health Program l.s. 1.00

B.9 Mobilization/Demobilization l.s. 1.00

PART III CIVIL, MECHANICAL, ELECTRICAL

AND SANITARY/PLUMBING WORKS

PART A EARTHWORKS

803(1)a Structure Excavation (Common Soil) cu.m. 221.96

804(1)a Embankment (from Structure Excavation) cu.m. 221.96

804(1)b Embankment (from Borrow) cu.m. 8,022.81

804(4) Gravel Fill cu.m. 30.67

807(1) Site Development l.s. 1.00

807(13) Fence sq.m. 534.60

PART B PLAIN AND REINFORCED CONCRETE

WORKS

900(1)c1 Structural Concrete (Class A, 28 days) cu.m. 464.22

902(1)a Reinforcing Steel (Deformed), (Grade 40) kgs. 37,106.64

902(1)b Reinforcing Steel (Deformed), (Grade 60) kgs. 38,163.39

903(2) Formworks and Falseworks (Rental) sq.m. 2,051.86

Page 38: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

38

** For all Lumpsum items, please refer to the Approved Plans and Technical Specifications

Name of Bidder:

Authorized Representative

PART C FINISHING WORKS

C.1 Termite Control Works

1000(1) Soil Poisoning li. 268.70

C.2 Masonry Works

1046(2)a1 CHB Non-Load Bearing (including

Reinforcing Steel), (100mm) sq.m. 590.82

1046(2)a2 CHB Non-Load Bearing (including

Reinforcing Steel), (150mm) sq.m. 728.16

C.3 Fabricated Materials

1003(2)a2 Wall, 4.5mm Fiber Cement Board, Metal

Frame sq.m. 255.49

1003 (3) Cabinets each 192.00

1004(2) Finishing Hardware l.s. 1.00

1005(6) Window Accessory (Window Grills) l.s. 1.00

1006 (6) Steel Doors and Frames l.s. 1.00

1008 (2) Aluminum Glass Windows l.s. 1.00

1010(4) Wooden Doors and Windows l.s. 1.00

1012 (3)b Tempered Glass Doors, 12mm sq.m. 23.66

1012 (4)a Tempered Glass Windows, 8mm sq.m. 78.46

1043 (2) PVC Doors and Frames sets 8.00

B.16 Recognition Plate/Project Marker each 1.00

C.4 Finishing Works

1003(1)a1 Ceiling (4.5mm Fiber Cement Board on Metal

Frame) sq.m. 63.28

1003 (1)e1 Ceiling, Gypsum Board, Metal Frame sq.m. 190.47

1003 (1)e3 Ceiling, Aluminum Metal Cladding, Metal

Frame sq.m. 128.08

1030(1) Acoustical Ceiling Panel sq.m. 429.66

1041(2) Gypsum Board for Ceilings sq.m. 52.06

1016(1)a Waterproofing (Cement-base) sq.m. 397.71

1018(1) Glazed Tiles and Trims sq.m. 123.81

1018(2) Unglazed Tiles sq.m. 1.92

Page 39: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

39

** For all Lumpsum items, please refer to the Approved Plans and Technical Specifications

Name of Bidder:

Authorized Representative

1018 (3) Granite Tiles sq.m. 575.17

1019 (1)d Wood Tile, Laminated sq.m. 30.00

1020 (1)a Vinyl Floor Tile sq.m. 124.03

1021(1)c Cement Floor Finish (with Floor Hardener) sq.m. 447.10

1027(1) Cement Plaster Finish sq.m. 3,664.49

1038(1) Reflective Insulation sq.m. 537.93

1051(6) Railing l.s. 1.00

C.5 Painting Works

1032(1)a Painting Works (Masonry/Concrete) sq.m. 3,797.59

1032(1)b Painting Works (Wood) sq.m. 614.74

1032(1)c Painting Works (Steel) sq.m. 344.03

C.6 Roof Framing and Roofing Works

1013(2)a1 Fabricated Metal Roofing Accessory (Ridge

Rolls, Guage 26) l.m. 66.28

1013(2)a2 Fabricated Metal Roofing Accessory

(Flashings, Guage 26) l.m. 43.20

1013(2)b1 Fabricated Metal Roofing Accessory (Gutters,

Guage 24) l.m. 33.60

1014(1)b1 Prepainted Metal Sheets ( Corrugated, Long

Span,0.4mm thk) sq.m. 537.93

1047(2)a Structural Steel (Trusses) kgs. 4,613.17

1047(2)b Structural Steel (Purlins) kgs. 3,151.11

1047(6) Metal Structure Accessories (Steel Plates) kgs. 1,037.54

1047(7)a Metal Structure Accessories (Bolts) kgs. 91.88

1047(7)b Metal Structure Accessories (Sagrods) kgs. 360.35

1047 (10) Structural Steel l.s. 1.00

C.7 Plumbing/Sanitary Works

1001(5)b Catch Basin each 16.00

1001(8) Sewer Line Works l.s. 1.00

1001(9) Storm Drainage and Downspout l.s. 1.00

1001(11) Septic Vault (Concrete/CHB) l.s. 1.00

1002(4) Plumbing Fixtures l.s. 1.00

1002(24) Cold Water Lines l.s. 1.00

1002(26) Cistern l.s. 1.00

Page 40: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

40

** For all Lumpsum items, please refer to the Approved Plans and Technical Specifications

Name of Bidder:

Authorized Representative

PART D ELECTRICAL

1100(10) Conduits, Boxes & Fittings (Conduit

Works/ConduitRough-in) l.s. 1.00

1101(33) Wires and Wiring Devices l.s. 1.00

1102(1) Panelboard with Main & Branch Breakers l.s. 1.00

1103(1) Lighting Fixtures and Lamps l.s. 1.00

1104 (1) Auxiliary System l.s. 1.00

PART E MECHANICAL

1200(14) Ventilation l.s. 1.00

1200 (13)a Airconditioning, Package/Split type l.s. 1.00

1201(1) Water Pumping System l.s. 1.00

1208(1) Fire Alarm System l.s. 1.00

Total Bid Price

Total Bid Price (in words):

____________________________________________________________

________________________________________________________________________________

_

Page 41: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

41

Section IX. Checklist of Technical and Financial

Documents

Checklist of Technical and Financial Documents

I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

Legal Documents

⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);

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;

⬜ 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

Page 42: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

42

lessor/vendor for the duration of the project, as the case may be; and

⬜ (k) Original duly signed Omnibus Sworn Statement (OSS);

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.

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 sheett

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.

Page 43: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

43

Bid Form

Date: _______________________

IB1 No: _____________________

To: [name and address of PROCURING ENTITY]

Address: [insert address]

We, the undersigned, declare that:

(a) We have examined and have no reservation to the Bidding Documents, including

Addenda, for the Contract [insert name of contract];

(b) We offer to execute the Works for this Contract in accordance with the Bid and Bid Data

Sheet, General and Special Conditions of Contract accompanying this Bid;

The total price of our Bid, excluding any discounts offered below is: [insert

information];

The discounts offered and the methodology for their application are: [insert

information];

(c) Our Bid shall be valid for a period of [insert number] days from the date fixed for the

Bid submission deadline in accordance with the Bidding Documents, and it shall remain

binding upon us and may be accepted at any time before the expiration of that period;

(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of

[insert percentage amount] percent of the Contract Price for the due performance of the

Contract;

(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have

nationalities from the following eligible countries: [insert information];

(f) We are not participating, as Bidders, in more than one Bid in this bidding process, other

than alternative offers in accordance with the Bidding Documents;

(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any

part of the Contract, has not been declared ineligible by the Funding Source;

(h) We understand that this Bid, together with your written acceptance thereof included in

your notification of award, shall constitute a binding contract between us, until a formal

Contract is prepared and executed; and

1 If ADB, JICA and WB funded projects, use IFB.

Page 44: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

44

(i) We understand that you are not bound to accept the Lowest Calculated Bid or any other

Bid that you may receive.

(j) We likewise certify/confirm that the undersigned, is the duly authorized

representative of the bidder, and granted full power and authority to do, execute

and perform any and all acts necessary to participate, submit the bid, and to sign

and execute the ensuing contract for the [Name of Project] of the [Name of the

Procuring Entity].

(k) We acknowledge that failure to sign each and every page of this Bid Form,

including the Bill of Quantities, shall be a ground for the rejection of our bid.

Name:

In the capacity of:

Signed:

Duly authorized to sign the Bid for and on behalf of:

Date: ___________

Page 45: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

45

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )

CITY/MUNICIPALITY OF ______ ) S.S.

A F F I D A V I T

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address

of Affiant], after having been duly sworn in accordance with law, do hereby depose and state

that:

1. Select one, delete the other:

If a sole proprietorship: I am the sole proprietor or authorized representative of

[Name of Bidder] with office address at [address of Bidder];

If a partnership, corporation, cooperative, or joint venture: I am the duly authorized

and designated representative of [Name of Bidder] with office address at [address of

Bidder];

2. Select one, delete the other:

If a sole proprietorship: As the owner and sole proprietor or authorized representative

of [Name of Bidder], I have full power and authority to do, execute and perform any

and all acts necessary to participate, submit the bid, and to sign and execute the

ensuing contract for [Name of the Project] of the [Name of the Procuring Entity]

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

authorized representative];

If a partnership, corporation, cooperative, or joint venture: I am granted full power

and authority to do, execute and perform any and all acts necessary to participate,

submit the bid, and to sign and execute the ensuing contract for [Name of the Project]

of the [Name of the Procuring Entity], accompanied by the duly notarized Special

Power of Attorney, Board/Partnership Resolution, or Secretary’s Certificate,

whichever is applicable;

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of

the Philippines or any of its agencies, offices, corporations, or Local Government

Units, foreign government/foreign or international financing institution whose

blacklisting rules have been recognized by the Government Procurement Policy

Board;

4. Each of the documents submitted in satisfaction of the bidding requirements is an

authentic copy of the original, complete, and all statements and information provided

therein are true and correct;

Page 46: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

46

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly

authorized representative(s) to verify all the documents submitted;

6. Select one, delete the rest:

If a sole proprietorship: The owner or sole proprietor is not related to the Head of the

Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical

Working Group, and the BAC Secretariat, the head of the Project Management Office

or the end-user unit, and the project consultants by consanguinity or affinity up to the

third civil degree;

If a partnership or cooperative: None of the officers and members of [Name of

Bidder] is related to the Head of the Procuring Entity, members of the Bids and

Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat,

the head of the Project Management Office or the end-user unit, and the project

consultants by consanguinity or affinity up to the third civil degree;

If a corporation or joint venture: None of the officers, directors, and controlling

stockholders of [Name of Bidder] is related to the Head of the Procuring Entity,

members of the Bids and Awards Committee (BAC), the Technical Working Group,

and the BAC Secretariat, the head of the Project Management Office or the end-user

unit, and the project consultants by consanguinity or affinity up to the third civil

degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

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

Bidder:

a) Carefully examine all of the Bidding Documents;

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

the Contract;

c) Made an estimate of the facilities available and needed for the contract to be bid,

if any; and

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

Project].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount,

fee, or any form of consideration, pecuniary or otherwise, to any person or official,

personnel or representative of the government in relation to any procurement project

or activity.

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

____________, Philippines.

_____________________________________

Bidder’s Representative/Authorized Signatory

Page 47: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

47

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

of execution], Philippines. Affiant/s is/are personally known to me and was/were identified

by me through competent evidence of identity as defined in the 2004 Rules on Notarial

Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government

identification card used], with his/her photograph and signature appearing thereon, with no.

________ and his/her Community Tax Certificate No. _______ issued on ____ at ______.

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

NAME OF NOTARY PUBLIC

Serial No. of Commission _______________

Notary Public for _______ until __________

Roll of Attorneys No. __________________

PTR No. ______ [date issued], [place issued]

IBP No. ______ [date issued], [place issued]

Doc. No. _____

Page No. _____

Book No. _____

Series of _____

* This form will not apply for WB funded projects.

Page 48: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

48

Bid-Securing Declaration

(REPUBLIC OF THE PHILIPPINES)

CITY OF _______________________ ) S.S.

x-------------------------------------------------------x

Invitation to Bid [Insert reference number]

To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid

Security, which may be in the form of a Bid-Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract

with any procuring entity for a period of two (2) years upon receipt of your Blacklisting

Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the

Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from receipt

of written demand by the procuring entity for the commission of acts resulting to the

enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1,

except 69.1 (f), of the IRR of RA 9184; without prejudice to other legal action the

government may undertake.

3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the

following circumstances:

a. Upon expiration of the bid validity period, or any extension thereof pursuant to your

request;

b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to

such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we

filed a waiver to avail of said right;

c. I am/we are declared as the bidder with the Lowest Calculated Responsive Bid, and

I/we have furnished the performance security and signed the Contract.

Page 49: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

49

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]

[year] at [place of execution].

[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]

[Insert signatory’s legal capacity]

Affiant

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

execution], Philippines. Affiant/s is/are personally known to me and was/were identified by

me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice

(A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government

identification card used], with his/her photograph and signature appearing thereon, with no.

______.

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

NAME OF NOTARY PUBLIC

Serial No. of Commission ___________

Notary Public for ______ until _______

Roll of Attorneys No. _____

PTR No. __, [date issued], [place issued]

IBP No. __, [date issued], [place issued]

Doc. No. ___

Page No. ___

Book No. ___

Series of ____.

Page 50: PHILIPPINE BIDDING OCUMENTS · 2020. 10. 27. · Antipolo City, Rizal Government of the Republic of the Philippines Sixth Edition July 2020 . 2 ... BAC – Bids and Awards Committee

50